Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2014 FBO #4529
SOLICITATION NOTICE

B -- MID-ATLANTIC REGIONAL SPACE PORT II -- MARS II

Notice Date
4/17/2014
 
Notice Type
Presolicitation
 
NAICS
927110 — Space Research and Technology
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG14510575
 
Response Due
5/2/2014
 
Archive Date
4/17/2015
 
Point of Contact
Michelle D McIntyre, Contracting Officer, Phone 301-286-7985, Fax 301-286-0247, Email Michelle.D.McIntyre@nasa.gov
 
E-Mail Address
Michelle D McIntyre
(Michelle.D.McIntyre@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASAs Goddard Space Flight Center (GSFC) intends to execute a six-month extension to the Indefinite Delivery, Indefinite Quantity (IDIQ) task order contract, NNG09WA08C, to the Virginia Commercial Space Flight Authority (VCSFA) for launch site services supporting missions conducted from NASAs Goddard Space Flight Center Wallops Flight Facility (WFF). VCSFA, under the commercial name of Mid-Atlantic Regional Spaceport (MARS), operates a commercial spaceport at the only NASA-owned launch range located at WFF through the 30-year Reimbursable Space Act Agreement, which was signed on February 18, 1997. VCSFA currently owns two orbital launch pads on the NASA WFF Launch Range that are currently suitable for launching orbital payloads and supporting equipment and has the only FAA license to operate a launch site at WFF to conduct government and commercial launches. VCSFA maintains significant specialized technical knowledge related to national launch system designs and processes; and since the two launch pads are owned and operated by VCSFA, NASA will not have the ability to use either of those two launch pads for NASA-sponsored launches beyond May 3, 2014, the expiration of current contract. The six-month extension will extend the contract through November 3, 2014. An increase to the current maximum ordering value is not required, as the current value is considered more than sufficient to cover the six month extension. This procurement action is being conducted in accordance with 10 U.S.C 2304(c)(1), as implemented by FAR 6.302-1, Only one Responsible Source and no other types of supplies or services will satisfy agency requirements. 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 the identified point of contact not later than 4:30 p.m. local time on May 2, 2014. 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. All responsible sources may submit an offer which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG14510575/listing.html)
 
Record
SN03341319-W 20140419/140417234758-04416c55d4b58fba5c36b97b7dccdaf2 (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.