Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2009 FBO #2727
MODIFICATION

18 -- ISS CARGO MISSION CONTRACT

Notice Date
5/13/2009
 
Notice Type
Modification
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
 
ZIP Code
77058-3696
 
Solicitation Number
NNJ09ZBG003R
 
Response Due
6/3/2009
 
Archive Date
5/13/2010
 
Point of Contact
Eric Schell, Contracting Officer, Phone 281-244-6425, Fax 281-244-0149, - Janet G. Arkinson, Contract Specialist, Phone 281-244-5433, Fax 281-244-0149
 
E-Mail Address
Eric Schell
(eric.j.schell@nasa.gov, janet.g.arkinson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is modification 2 to the pre-solicitation synopsis entitled ISS Cargo MissionContract (CMC), Solicitation Number NNJ09ZBG003R which was posted on April 16, 2009. This serves as notification that:The National Aeronautics and Space Administration (NASA) at Johnson Space Center (JSC) isrequesting information, and soliciting responses from interested parties, on contractualapproaches and synergies for the Cargo Mission and Flight Crew Equipment (FCE) processingcontract.NASA is planning the acquisition strategy for the Cargo Mission Contract (CMC) follow-onfrom October 2010 to the end of the program, currently identified as January 2016. Sinceno follow-on contract to Space Program Operations Contract (SPOC) is currently planned,the proposed CMC follow-on contract will include FCE processing and depot supportcurrently performed under the SPOC, which ends in October, 2010. An industry day washeld May 4, 2009 which described work as it is currently performed and managed under CMCand the SPOC FCE effort. Those charts are posted athttp://procurement.jsc.nasa.gov/isscmc. The work content expected in the follow-onwill not be identical to the industry day presentations. Differences are noted below.Note: Our current plans for work on the CMC follow-on (including FCE) do not includework that is in support of the Shuttle Program. However, the decision to include ShuttleProgram requirements could change depending on the magnitude of changes to the ShuttleProgram currently being debated in congress. The schedule for this follow-on contractcould also slip should the Shuttle program extend beyond October 2010 as another methodof dealing with changes to Shuttle plans. The Cargo Mission support consists of analytical and physical processing activities tosupport pressurized cargo for visiting vehicle flights (including International Partnerand United States vehicles) to and from the International Space Station (ISS). Unpressurized sustaining engineering and cargo processing (both analytical and physical)are not planned for this procurement. This procurement will include a capability tobuild hardware to support pressurized and un-pressurized cargo for transportation to ISS. Once delivered, this equipment will be sustained by other means. Also, sustainingengineering and logistics functions for Stowage Accommodations (i.e Cargo Transfer Bags(CTBs), M-bags, and dividers) are planned to be included in this procurement. Pre-packedcargo will be shipped to launch sites within the United States, French Guiana, Kazakhstanand Japan. This effort includes the production of hardware decals, maintainingconfiguration control, safety & mission assurance, and supporting ISS program reviews andflight readiness activities. Typical cargo processing activities include but are not limited to the following:Pressurized Developing Bag Layouts Analytical and Physical Integration of Cargo into Packed Bags Hardware Receiving Inspection and Requirements Verification Bench Review Shipping Packed Bags to the Launch Destinations Developing Integrated Bag Level Hazard Assessments Retrieval and Turnover of Returned CargoThis contract will also include Flight Crew Equipment processing activities to supportflight and training requirements for the ISS and Constellation Programs. This effortincludes but is not limited to procuring, maintaining, and processing. Typical FCE underthis procurement includes but is not limited to the following: Crew Clothing Personal Hygiene Items Housekeeping Items Audio/Video Equipment and Associated Cabling Laptop Computers and Support Equipment Batteries Crew Survival EquipmentNote: Food and EVA processing/hardware are not included as part of this procurement.NASA requests specific capability statements including industry comments on approaches tothe questions below. Indicate your ability to perform this work as the prime or asubcontractor, and what portions of the work you would subcontract as the prime.1. Contract Transition: suggest ideas for executing a transition from the current CMCand FCE contracts to the combined follow-on contract while ensuring continuity ofoperations (without interruption) for the Shuttle and ISS Programs, based on the currentISS visiting vehicle launch milestones.a. Facilities and Equipment (note: specific location of facilities like Kennedy SpaceCenter (KSC), JSC, non-government, etc. will not be a contract requirement ) i. Provide an assessment of the type and size of the facilities required based on theexisting Statement of Works (SOW).ii. How could the availability of government provided facilities help or hinder theefficient processing of cargo? iii. Provide a preliminary schedule to complete required facility modifications for yourproposed facility, to transfer and incorporate the planned Government furnished FCE andGSE to your proposed facility, and to accomplish all required recertification. b. Data i. Provide an assessment of the applications/tools required to support a structuredsystem for identifying, preparing, receiving, transmitting, controlling, verifying,releasing, tracking, accounting, and dispositioning Program data and establishing dataquality standards for ISS Program data and documentation. ii. How might the retirement of Shuttle Program data management systems affect access toprocesses and data? iii. Provide a preliminary schedule to complete the required data collection andintegration for your proposed system.c. How can you ensure the seamless transition of in-process work for flights in flow onday 1 of this contract? For example, how would you handle an HTV launch 6 months aftercontract start when analytical/physical integration has already begun?d. What other transition issues might arise out of Shuttle retirement?2. Contract Structure: a. What type of contract provides the best approach for this type of work? b. How should the risks versus rewards be shared by the Government and contractor? c. How does the proposed contract type incentivize the contractor to perform high qualitywork at a reasonable price? d. Discuss your views specific to this contract regarding incentive fees, award fee,award term and/or other appropriate incentives for contractor performance in terms of: i. Fixed price requirementsii. Cost type requirements.e. Suggest any portions of this procurement for which fixed price contracting could beutilized. Discuss your rationale for each and your thoughts on the feasibility and risksof each. f. Provide an assessment of how cargo processing may best be purchased, e.g. by the kgversus bag count g. How should the government balance maximizing cargo upmass and efficient use ofon-orbit ISS crew time for unpacking? h. Discuss all alternatives you would like NASA to consider to ensure that small businessgoals are met or exceeded. i. What components (tasks, %) of this work could realistically be performed by a small ordisadvantaged business? What components should not be performed by a small ordisadvantaged business? 3. What barriers to competition are foreseen for the described work and what can be doneto mitigate them?4. How should the government handle a potential delay in remaining Shuttle flights as itpertains to initiation of this contract?5. What minimum set of data should the government provide in the RFP to support proposaldevelopment and what are the implications if the government is not able to provide all ofthe requested data? What alternatives can you recommend, for example, how would wedetermine if it is more cost effective to recertify or provide new equivalent hardwareversus obtaining the current data set?6. What challenges do you see and what solutions can you offer to aid the transition ofdata required for FCE?To view a copy of NASAs current statement of work for CMC and SPOC FCE, visit thefollowing web page: http://procurement.jsc.nasa.gov/isscmc Interested offerors having the required specialized capabilities to meet the requirementsmay provide a capabilities statement that shall not exceed 20 pages. Interested parties are encouraged to submit written comments or questions to Eric Schellno later than June 3, 2009. In your response reference NASA/JSC's Cargo Mission and FCEOperations for ISS-RFI. Comments may be forwarded to Eric Schell via electronictransmission or by facsimile transmission.This request for information is not to be construed as a commitment by the Government,nor will the Government pay for the information submitted in response. By submittinginformation in response to this RFI, submitters of such information imply consent to therelease and dissemination of submitted information to any Government or non-Governmententity to which NASA releases and disseminate the information for review. As such, tothe extent that any information submitted in response to the RFI is marked as orconstrued to be proprietary or business sensitive, submitters are hereby notified (a)about the potentiality that such information may be disclosed to third parties and (b)that submission of information in response to this RFI constitutes consent to suchhandling and disclosure of submitted information. This RFI is being used to obtaininformation for planning purposes only. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released, the solicitation and any documents related to this procurementwill be available over the Internet. These documents will reside on a World Wide Web(WWW) server, which may be accessed using a WWW browser application. The Internet site,or URL, for the NASA/JSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. It is the offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments, if any. Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments, if any.An ombudsman has been appointed -- See NASA Specific Note "B". NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ09ZBG003R/listing.html)
 
Record
SN01816150-F 20090515/090513233047 (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.