Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 22, 2023 SAM #7726
SPECIAL NOTICE

A -- Extension of International Space Station Vehicle Sustaining Engineering Contract, NAS15-10000, through Fiscal Year 2030

Notice Date
1/20/2023 9:10:36 AM
 
Notice Type
Special Notice
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC023ISS10KExtension
 
Response Due
2/6/2023 3:00:00 PM
 
Point of Contact
Bryan Parson, Portia S. Keyes
 
E-Mail Address
bryan.a.parson@nasa.gov, portia.s.keyes@nasa.gov
(bryan.a.parson@nasa.gov, portia.s.keyes@nasa.gov)
 
Description
National Aeronautics and Space Administration (NASA)/ Johnson Space Center (JSC) has a requirement for Sustaining Engineering (SE) and Post Production Support (PPS) of the International Space Station (ISS) vehicle for the life of the ISS Program. NASA/ JSC intends to issue a sole source contract to acquire the ISS vehicle SE and PPS for the life of the ISS Program. Requirements include: � SE of United States On Orbit Segment (USOS) hardware, software, and common hardware provided to International Partners/Participants (IP/Ps), Government-Furnished Equipment (GFE) providers, Commercial Providers, and Payload Developers (PDs); � Integration of the USOS with IP/Ps, GFE, payload, and commercial provider hardware and software. � PPS of USOS hardware and common hardware provided to the IP/Ps, GFE providers, PDs and commercial providers; � Technical integration across all of the ISS segments, with Visiting Vehicles (VVs), and hardware/software providers; � ISS end-to-end subsystem management for the majority of ISS subsystems and specialty engineering disciplines; � USOS and integrated system certification of flight readiness. NASA/JSC intends to contract with The Boeing Company for these requirements on a sole source basis, beginning in October 2024, to support full and complete utilization of the ISS through at least 2030. These requirements are being procured through The Boeing Company, as they are the only proven responsible source that can satisfy Agency requirements. The Boeing Company has been under contract with NASA since 1993 as the developer and sustainer of the ISS USOS. There is an extensive amount of hardware and software interfaces with IP/P, Commercial providers, GFE and PD /VVs/hardware, much of which is complicated, unique, and one-of-a-kind. The Boeing Company either developed hardware to enable these interfaces or has unique analysis/data to allow for anomaly resolution at the interface. Additionally, The Boeing Company is responsible for the integration and certification of the USOS with the ISS System (entire vehicle across USOS, IP segments, and VVs). The Boeing Company also has highly specialized expertise, working relationships with IP/Ps, and corporate knowledge required to maintain the complex ISS elements and system architectures during the continuous on-orbit operations of the ISS vehicle. The Government does not intend to acquire a commercial item using FAR Part 12. ��� Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to Bryan Parson at bryan.a.parson@nasa.gov not later than 5:00 P.M. Central Standard Time on February 6, 2023.� Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this acquisition on a competitive basis.� A determination by the Government not to compete this acquisition on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dc4afda3bc084218a66ef9a536e4f7d8/view)
 
Place of Performance
Address: Houston, TX 77059, USA
Zip Code: 77059
Country: USA
 
Record
SN06569056-F 20230122/230120230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.