SOLICITATION NOTICE
18 -- ISS MISSION INTEGRATION CONTRACT
- Notice Date
- 5/4/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
- ZIP Code
- 00000
- Solicitation Number
- NNJ09ZBG002R
- Response Due
- 5/18/2009 11:59:00 PM
- Archive Date
- 5/4/2010
- Point of Contact
- Janet G. Arkinson, Contract Specialist, Phone 281-244-5433, Fax 281-244-0149, - Eric Schell, Contracting Officer, Phone 281-244-6425, Fax 281-244-0149, />
- E-Mail Address
-
janet.g.arkinson@nasa.gov, eric.j.schell@nasa.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- This is Modification 1 to the pre-solicitation synopsis for the NASA/JSC ISSMission Integration Contract (MIC) Pre-Solicitation No. NNJ09ZBG002R posted on March 27,2009, serves as notification to: Inform Industry that the Government is interested in inputs and feedback on how to bestimplement the requirements outlined on the ISS MIC procurement website referenced inNNJ09ZBG002R. Interested parties are asked to provide specific information on thefollowing areas: 1. The Government is considering various contract types for the follow-on MissionIntegration Contract and is soliciting input from the Contractor community as to thesuitability of using Indefinite Delivery/Indefinite Quantity (IDIQ) task orders, a FixedPrice Contract, or a combination of the two contract forms. Discuss the pros and cons ofusing each of these contract types for the accomplishment of this work. 2. NASA requests a recommendation as to which parts of the SOW would lend itself to afixed price procurement, IDIQ task orders or cost-plus contracting. Discuss yourrationale for each recommendation. How would the proposed contract type encourage thecontractor to perform high quality work at a reasonable price?3. Discuss how NASA could design/structure fixed price portions of the contract tomaintain the flexibility needed to handle unplanned work without invoking excessive costor contracting delays.4. Discuss any changes that should be made to the SOW and/or the WBS to support IDIQ taskorders and/or fixed priced contracting.5. As a significant portion of the follow-on Mission Integration Contract will requireoperations in the nations of Russia and Kazakhstan, the Government is requesting inputfrom the Contractor community for recommendations, if any, for additions to the NASA MICTechnical Library that would provide clarifications and/or insight in assisting thecontractor in assessing this requirement.6. Identify potential barriers to competition, if any, which could be mitigated to fostera more competitive environment for this procurement.The responses shall not exceed three pages of text and one page of graphics per topic. Any submittal that exceeds these page limits will not be reviewed. Any information obtained as a result of this modification is intended to be used by theGovernment on a non-attribution basis for program planning and acquisition strategydevelopment. All questions and answers will be posted to the public website. Inputs orfeedback which is not in the form of a question will not be posted. The Government requests any inputs and feedback be provided by May 18, 2009 to beconsidered in formulation of the Governments procurement strategy. Please provide these inputs and feedback directly to the Contract Specialist, JennyArkinson @ janet.g.arkinson@nasa.gov. Documents related to this procurement will be available over the Internet. Thesedocuments will reside on a World Wide Web (WWW) server, which may be accessed using a WWWbrowser application. The Internet site, or URL, for the NASA/JSC Business Opportunitieshome page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 Offerors are responsible for monitoring this site for the release of the solicitation andany amendments. Potential offerors are responsible for downloading their own copy of thesolicitation and amendments (if any).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e1ecadb18df0da193efd6d24d5c86810&tab=core&_cview=1)
- Record
- SN01808491-W 20090506/090504220949-e1ecadb18df0da193efd6d24d5c86810 (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 |