SOURCES SOUGHT
R -- ISS UNITED STATES ON-ORBIT SEGMENT SUSTAINING ENGINEERING CONTRACT
- Notice Date
- 6/17/2009
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
- ZIP Code
- 00000
- Solicitation Number
- NNJ09ZBG004L
- Response Due
- 7/2/2009
- Archive Date
- 6/17/2010
- Point of Contact
- Kirby L. Condron, Contract Specialist, Phone 281-483-4193, Fax 281-244-2370, Email kirby.l.condron@nasa.gov - Andrea R. Falls, Contracting Officer, Phone 281-483-1862, Fax 281-244-2370, Email andrea.r.falls@nasa.gov<br />
- E-Mail Address
-
Kirby L. Condron
(kirby.l.condron@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/JSC is hereby soliciting information about potential sources for theInternational Space Station (ISS) United States On-Orbit Segment (USOS), Post-ProductionSupport (PPS) for the USOS, ISS vehicle integration and end-to-end subsystem management. Requirements include sustaining engineering of USOS hardware and software and commonhardware provided to International Partners/Participants, Government-Furnished Equipment(GFE) owners, and payload developers; PPS of USOS hardware and common hardware providedto the International Partners/Participants and GFE providers; and technical integrationacross all of the ISS segments. Requirements also include ISS end-to-end subsystemmanagement for the majority of ISS subsystems and specialty engineering disciplines; andUSOS and integrated system certification of flight readiness. It is anticipated that thebase period of performance for this contract extension will be four years, from October1, 2010 to September 30, 2014, with a one-year option period of October 1, 2014 toSeptember 30, 2015.For purposes of determining small business involvement in this procurement, parties fromthe various small business categories that may be interested in subcontractingopportunities may submit their information to the Contracting Officer no later than 1:30pm CDT on July 1, 2009.Responses must include the following: name and address of firm, size of business;average annual revenue for past 3 years and number of employees; ownership; whether theyare large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of yearsin business; affiliate information: parent company, joint venture partners, potentialteaming partners, prime contractor (if potential sub) or subcontractors (if potentialprime); list of customers covering the past five years (highlight relevant workperformed, contract numbers, contract type, dollar value of each procurement; and pointof contact - address and phone number). All responses, including capability statements,are not to exceed 5 pages in length. Technical questions should be directed to: lorraine.o.anderson@nasa.gov. Procurementrelated questions should be directed to: andrea.r.falls@nasa.gov.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ09ZBG004L/listing.html)
- Record
- SN01847671-W 20090619/090617235418-0df49aa4b67bc7b1e258bcf467ccb35f (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 |