Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOLICITATION NOTICE

R -- MISSION OPERATIONS MISSION SERVICES -MOMS- FIVE-MONTH CONTRACT EXTENSION

Notice Date
9/26/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.P, Greenbelt, MD
 
ZIP Code
00000
 
Solicitation Number
NNG11407337R
 
Response Due
10/11/2011
 
Archive Date
9/26/2012
 
Point of Contact
B Faye Johnson, Contracting Officer, Phone 301-286-4241, Fax 301-286-1602, Email Betty.F.Johnson@nasa.gov
 
E-Mail Address
B Faye Johnson
(Betty.F.Johnson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA intends to enter into a sole-source contract extension with HoneywellTechnology Solutions, Inc. (HTSI) pursuant to 10 U.S.C. 2304(c)(1), Only One ResponsibleSource in support of NASAs Goddard Space Flight Center, Flight Projects Directorate. The Mission Operations Mission Services (MOMS) contract, NNG04DA01C, is a Cost plus AwardFee (CPAF), Indefinite Delivery/Indefinite Quantity (IDIQ) task order contract. Thisprocurement is to extend the effective ordering period of Contract NNG04DA01C, for aperiod of five months beginning November 1, 2011 through March 31, 2012. The MOMScompetitive follow-on procurement, Ground Systems and Mission Operations (GSMO),evaluation and award is completed but a protest of the award is under review. Thiscontract extension is to allow for the protest review process and the 60 dayphase-in/phase-out transition for the new award. The five months may not be required intotal, and task orders will be issued strategically in incremental periods to meet themission/customer requirements until resolution of the protest is completed. There is no increase to the maximum ordering value of the MOMS Contract for thecontinuation of services, the modification of existing services, and for new work tasks.The contract extension is required to ensure critical mission support and continuity toavoid significant technical programmatic impacts to NASA projects. The scope of theexisting work includes the following functional requirements: Technical Management,Business Management, Quality Assurance Management, Safety and Health Management, PropertyAdministration Management, Documentation, Electronics Security, Flight Operations,Observatory Engineering, Spacecraft Analysis, Ground System Analysis, Level Zero andMission Data ProcessingEarth Observing System (EOS) Data and Operations System (EDOS),Sustaining Engineering Software and Hardware Maintenance, System and DatabaseAdministration, Systems Engineering Reviews for Mission Operations, System EngineeringExternal Interface Management, Risk Management, Network Engineering, System Engineeringand Development, Engineering Studies, Integration and Test, and Information TechnologyExpertise Support.The Space Science missions currently under this contract are Advanced CompositionExplorer (ACE), Cluster-II, Geotail, Kepler, Lunar Reconnaissance Orbiter (LRO), RossiX-Ray Timing Explorer (RXTE), Solar Anomalous and Magnetospheric Particle Explorer(SAMPEX), Solar and Heliospheric Observatory (SOHO), Solar Dynamics Observatory (SDO),Solar Terrestrial Relations Observatory (STEREO), and Wind. The Earth Science missionscurrently supported by this contract are AQUA, AURA, Terra, Tropical Rainfall MeasuringMission (TRMM), and Earth Observing One (EO-1). Missions currently supported by thecontract during development include, but are not limited to, Global PrecipitationMeasurement (GPM), James Webb Space Telescope (JWST), Landsat Data Continuity Mission(LDCM), Magnetospheric Multi-scale Mission (MMS), and the National Polar-orbitOperational Environment Satellite System (NPOESS) Preparatory Project (NPP). HTSI, as the current and in-place incumbent. has the in-depth knowledge of the missionsin operations, government facilities, management structure and personnel to provideuninterrupted continuation of mission critical operations support. An interruption andrestart of the services currently being performed with a new contractor that isunfamiliar with the existing missions, facilities, and the specific requirements of theMOMS contract would jeopardize the success of NASA space exploration goals achieved bythe day to day operation of critical ground and space systems assets. Due to the timeand substantial duplication of costs involved in procuring and phasing in anothercontractor at this time, HTSI is considered the only contractor that can meet NASAs GSFCneeds given the anticipated short period of this extension.The Government does not intend to acquire a commercial item using FAR Part 12.Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. EDT onOctober 11, 2011. Such capabilities/qualifications will be evaluated solely for thepurpose of determining whether or not to conduct this procurement on a competitive basis.A determination by the Government not to compete this proposed effort on a full and opencompetition basis, based upon responses to this notice, is solely within the discretionof the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is: GSFC OmbudsmanNancy A. AbellVoice: 301-286-5867Fax: 301-286-1714E-mail: Nancy.A.Abell@nasa.govThe due date for responses will not be extended. Any referenced notes may be viewed at the following URLs linked below.Please provide written comments to B. Faye Johnson (Betty.F.Johnson@nasa.gov).Note: POC information is incorrect. See below
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG11407337R/listing.html)
 
Record
SN02592492-W 20110928/110926235349-b9619afa1a5e438573b3a27790bec2e7 (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.