SOLICITATION NOTICE
A -- Visible Infrared Imaging Radiometer (VIIRS) Atmosphere Science Investigator-led Processing System (SIPS) - Follow-On
- Notice Date
- 8/1/2024 1:07:47 PM
- Notice Type
- Presolicitation
- NAICS
- 54171
— Research and Development in the Physical, Engineering, and Life SciencesT
- Contracting Office
- NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
- ZIP Code
- 20771
- Solicitation Number
- 80GSFC24R0049
- Response Due
- 8/16/2024 2:00:00 PM
- Archive Date
- 08/31/2024
- Point of Contact
- Jeannelle Zayas-Bazan Ayala, Shana Faris
- E-Mail Address
-
jeannelle.z.ayala@nasa.gov, shana.n.faris@nasa.gov
(jeannelle.z.ayala@nasa.gov, shana.n.faris@nasa.gov)
- Description
- NASA/GSFC has a requirement for a five year (1 year base period plus 4 one year options) hybrid cost no fee completion core and IDIQ contract with cost no fee completion task orders for continued operation of the ASIPS, a key element of the EOSDIS.� In order to maintain the long-term Atmosphere Climate data records, the ASIPS contractor is required to provide standard and near real-time (NRT) Atmosphere science products from the operational Visible Infrared Imaging Radiometer Suite (VIIRS) instrument on the Suomi National Polar-Orbiting Partnership and Joint Polar Satellite� System (JPSS) missions.� As experts in this science instrument, the ASIPS will be responsible for integrating the scientific algorithms provided by the Principal Investigator (PI) at UWM, and software from the VIIRS Atmosphere Science Team, producing data products and providing quality assessment, storage and distribution of the products to a large international community of data users. NASA/GSFC intends to issue a sole source contract to acquire the services from the University of Wisconsin � Madison. The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, �Only one responsible source and no other supplies or services will satisfy agency requirements.� More specifically, FAR 6.302-1(a)(2)(iii), provides that services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition, or unacceptable delays in fulfilling the agency�s requirements.� This procurement would impact both substantial duplication of costs and unacceptable delays. 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 Contracting Officer, Shana Faris at �shana.n.faris@nasa.gov and Contract Specialist, Jeannelle Zayas-Bazan Ayala at jeannelle.z.ayala@nasa.gov not later than 5:00PM ET 15 days after posting this publication. 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/01e13ee23c5347389bdf231263c2de2c/view)
- Place of Performance
- Address: Greenbelt, MD 20771, USA
- Zip Code: 20771
- Country: USA
- Zip Code: 20771
- Record
- SN07152278-F 20240803/240801230145 (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 |