SOURCES SOUGHT
A -- JPL DEEP SPACE NETWORK MAINTENANCE AND OPERATIONS REQUEST FOR INFORMATION
- Notice Date
- 8/9/2011
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- NASA Management Office, Jet Propulsion Laboratory, 4800 Oak Grove Drive,Pasadena, CA 91109
- ZIP Code
- 91109
- Solicitation Number
- MP-11-02
- Response Due
- 9/22/2011
- Archive Date
- 8/9/2012
- Point of Contact
- Mary Helen Ruiz, JPL Business Opportunities Office, Phone 818-354-7532, Fax 818-393-1746, Email maryhelen.ruiz@jpl.nasa.gov
- E-Mail Address
-
Mary Helen Ruiz
(maryhelen.ruiz@jpl.nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The California Institute of Technologys Jet Propulsion Laboratory (JPL) operatingunder prime contract with the National Aeronautics and Space Administration (NASA), seeksto identify potential sources interested in responding to a Request for Information (RFI)for the maintenance and operation (M and O) of the Deep Space Network (DSN) (referred toas the Network).SOURCES SOUGHT: This is not a solicitation announcement. This is RFI only. The purpose ofthis RFI is to gain knowledge of potential qualified sources and their classifications(i.e., small business, woman-owned, small disadvantaged, veteran-owned,service-disabled/veteran-owned, HUBZone or large business) relative to NAICS Code 517919 All Other Telecommunications; Size Standard $25M. Responses to this RFI will be used byJPL to make appropriate acquisition decisions.The Network facilities covered by this RFI include the following key facilities: (1)Goldstone Deep Space Communications Complex (GDSCC) in Barstow/Ft. Irwin, CA; (2) DeepSpace Operations Control Center (DSOCC) at JPL in Pasadena, CA; (3) Development and TestFacility (DTF-21) in Pasadena, CA; and (4) Merritt Island Launch Support Facility(MIL-71) at Kennedy Space Center, FL.DSN WEBSITE: For more information visit: http://deepspace.jpl.nasa.gov/dsn/index.html SCOPE: The Subcontractor shall provide M and O of the GDSCC and DSOCC; provide programintegration; prepare the Network for mission support; analyze Network performance;provide logistical and technical services that support the Network (including overseaslocations); and, perform product engineering for designated subsystems. The Subcontractorwill be expected to provide services that include the following specific areas: (1)Real-time network operations control (24/7); (2) Performance analysis (including metricscollection and analysis) and problem resolution; (3) Network engineering support of JPL;(4) Engineering development for network facilities (heating ventilation and airconditioning (HVAC), power generation and distribution, fire detection and suppressionsystems, and civil engineering); (5) Product development testing and spacecraftcompatibility test support; (6) Mission-operations planning for flight project support;(7) Radar and radio astronomy support; (8) Logistical support, including sparesmanagement, shipping and receiving, and configuration management (including overseaslocations); and (9) All central management functions necessary to support the above shallinclude program management; cost control; financial management and reporting; procurementservices; safety; health and environmental planning; IT security and physical securityplanning; facilities management; property management; environmental management; exportcompliance; administrative support; documentation support; and, workmanship assurance.STATEMENT OF CAPABILITIES: If your company is interested and capable of being the primecontractor on this effort, JPL requests a direct but concise response to the followingkey points regarding your companys capabilities: (1) Describe your capabilities andcorporate resources to perform a Subcontract of this size and complexity; (2) Describeyour financial resources available to operate a Subcontract of this size; (3) Describeyour related experience (not to exceed four (4) experiences) including sponsor, point ofcontact, contract number, similarities to the proposed scope, average number of employeesworking on contract, size in acres of facility where work was performed. Identify anyexperiences with geographically diverse facilities. JPL requests that interested partiesrespond in written form not to exceed five (5) pages in length. Please include your (1)company name; (2) cage code; (3) contact information; and (4) size classification forNAICS Code 517919 (i.e., small business, woman-owned, small disadvantaged, veteran-owned,service-disabled/veteran-owned, HUBZone or large business).RESPONSE DUE: All responses to the RFI are due no later than September 22, 2011 to JPL,Attention: Business Opportunities Office, M/S 190-205, 4800 Oak Grove Drive, Pasadena, CA91109-81099 or via E-Mail to maryhelen.ruiz@jpl.nasa.govDISCLAIMER: It is emphasized that the requested information is for preliminary planningpurposes only and does not constitute a commitment, implies or otherwise, that JPL willsolicit you for such procurement in the future. Neither JPL nor the Government will beresponsible for any costs incurred by you in the furnishing this information. Prospective contractors are advised that any information provided shall be deemed to befurnished with unlimited rights to JPL, with JPL assuming no liability for thedisclosure, use, or reproduction of such data.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/HQ/OPHQDC/MP-11-02/listing.html)
- Record
- SN02526550-W 20110811/110809234828-8605ca4f51398efff1d032fd7f98c277 (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 |