Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2006 FBO #1508
SOLICITATION NOTICE

A -- LUNAR RECONNAISSANCE ORBITER (LRO) INERTIAL REFERENCE UNIT (IRU)

Notice Date
1/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
927110 — Space Research and Technology
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
RLEP-LRO-IRU--12-23-05
 
Response Due
1/25/2006
 
Archive Date
1/10/2007
 
Description
NASA/GSFC has a requirement for two (2) new Miniature Inertial Measurement Units (MIMUs), and the refurbishment of a previously purchased MIMU under the Triana program. NASA/GSFC intends to issue a sole-source Request for Proposal (RFP) to Honeywell Incorporated, Space Systems Group. Honeywell shall deliver two (2) new MIMUs and refurbish a previously purchased Honeywell MIMU, which was purchased under the Triana program. Honeywell shall provide spacecraft attitude rate measurements to the Attitude Control System, for science grade, fine guidance and emergency Sun Acquisition mode support. The LRO is required to possess redundant MIMUs and the MIMU Flight Spare units must have identical form, fit and function as the new MIMU flight unit. Honeywell, as the original vendor of the Triana MIMU, is the only source that can upgrade the existing unit, and build identical Flight Units. The refurbishment of the MIMU requires the detailed knowledge of Honeywell?s specific proprietary design. Further, Honeywell is uniquely qualified for this contract because of their extensive expertise and experience with the prior Triana MIMU effort. This combined with the adherence to the existing project schedule is paramount for us to meet our launch schedule as requested in the President?s Vision for U.S. Space Exploration. To ensure we meet our October 2008 launch date with acceptable technical and schedule risk, the MIMU procurement must be awarded by early 2006. The estimated period of performance of this firm-fixed-price (FFP) effort is approximately 14 months. The Government does not intend to acquire a commercial item using FAR Part 12. An Ombudsman has been appointed. See Notes 22, 26, and B. Statutory authority for this sole source procurement is 10 U.S.C. 2304(c)(1)--Only One Responsible Source. However, organizations who believe they can provide these services without any detrimental impact to the program schedules supported by this work, should fully identify their interest and capabilities within 15 days after publication of this synopsis. Interested organizations have 15 days from the publication of this synopsis to submit in writing to the identified point of contact, their qualifications/capabilities. Such qualifications/capabilities will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses received after the 15 days or without the required information will be considered non-responsive to the synopsis and will not be considered. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All qualified responsible sources may submit an offer, which shall be considered by the agency. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#118492)
 
Record
SN00964209-W 20060112/060110212522 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.