Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2012 FBO #3961
SOLICITATION NOTICE

J -- LASER SYSTEMS ENGINEERING SERVICES - INCREASE TO MAXIMUM ORDERING VALUE

Notice Date
9/26/2012
 
Notice Type
Presolicitation
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG12451622S
 
Response Due
10/11/2012
 
Archive Date
9/26/2013
 
Point of Contact
Sherika D Wilson, Contract Specialist, Phone 301-286-0566, Fax 301-286-0383, Email Sherika.D.Wilson@Nasa.gov
 
E-Mail Address
Sherika D Wilson
(Sherika.D.Wilson@Nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA Goddard Space Flight Center (GSFC) proposes to increase the maximum ordering value of the Laser System Engineering Services (LSES) Indefinite Delivery Indefinite Quantity (IDIQ) Cost-Plus-Award-Fee (CPAF) Contract (NNG09CP09C) with Fibertek Inc.to continue acquiring multidisciplinary engineering and manufacturing services for the ICE, CLOUD AND LAND ELEVATION SATELLITE-2 (ICESat-2) for the formulation, design, development, flight fabrication, integration, testing, verification, and operations of the ICESat-2 Advanced Topographic Laser Altimeter System (ATLAS) Instrument space flight laser and ground system hardware. The maximum ordering value increase is from $42,000,000 to $51,000,000. The statutory authority for other than full and open competition is 10 U.S.C. 2304 (c)(1)Only One Responsible Source. The increase in the LSESs maximum ordering value will ensure program continuity and critical mission support to complete the flight laser detector electronics, flight laser start pulse detector assembly, and flight laser optical filter assembly. Fibertek, as the current incumbent, is the only responsible source qualified to perform this requirement due to its current performance of tasks related to subsystem critical design, subsystem flight integration and testing, and laser interface testing. Introducing a new contractor to the program at this time will impact development continuity, create delays in the developments milestone schedule, and impact the launch schedule. The ATLAS Team is part of the larger ICESat-2 Mission Team consisting of the Project Office, the spacecraft vendor, and the Launch Service Provider (LSP). The ICESat-2 Mission ultimate impact of bringing on a new vendor is the subsequent delay of ATLAS delivery to the observatory I&T. These delays compound and impact the spacecraft vendor contract and the launch service provider contract. An estimated 12 months ultimate schedule impact may potentially cost if Fibertek does not continue the LSES flight hardware effort uninterrupted. If ICESat-2 doesnt launch on schedule, a severe interruption in the climate and ice sheet mass data trending (the Science) will occur as the science community is depending on ICESat-2s timely launch to re-start the global elevation measurements began with the ICESat Mission (which ended in August 2010). The programmatic delay of bringing on a new vendor will cause a delay in the ICESat-2 Mission launch and loss of these critical Science measurements. The Fibertek Team possesses a unique laser instrument systems engineering skill set and laser system engineering facility capability to develop and test laser systems and laser system detector electronic modules, laser start pulse detector modules, and laser wavelength tracking electronics modules. Fibertek unique qualifications include engineering research development of spaceflight nano-second laser deadtime comparator circuitry, micro-pulse laser master oscillator and power amplifiers and performance testing of these laser systems. Fiberteks accomplishments to date include passing preliminary design reviews, accomplishing detailed engineering peer reviews, building prototype and engineering model hardware, and successfully demonstrating performance through environmental testing.Bringing on a new contractor would create a learning curve and several completed milestones having to be repeated thus creating a schedule delay of approximately one year with associated costs for the delay. The Government does not intend to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to Sherika D. Wilson via email at Sherika.D.Wilson@nasa.gov or fax to 301-286-0383, (email preferred), not later than 4:30 p.m. Eastern Standard Time (EST) on October 11, 2012. Such capabilities/qualifications will be evaluated solely for the purpose 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 open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG12451622S/listing.html)
 
Record
SN02899187-W 20120928/120926235355-9dd15a329b33a2e4b0d34619e86859c6 (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.