Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2018 FBO #5913
MODIFICATION

D -- Space Exploration Networks Services and Evolution (SENSE)

Notice Date
1/29/2018
 
Notice Type
Modification/Amendment
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
NASA/Goddard Space Flight Center, Greenbelt, Maryland, 20771
 
ZIP Code
20771
 
Solicitation Number
NNG17588638R
 
Point of Contact
Michele C Rook, Phone: 3012862271
 
E-Mail Address
Michele.C.Rook@nasa.gov
(Michele.C.Rook@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA)/Goddard Space Flight Center ( GSFC ) plans to issue a Request for Proposal ( RFP ) for the Space Exploration Networks Services and Evolution (SENSE) procurement. This procurement will support continuous operations, maintenance, and sustainment of the relay and direct-to-earth networks and their evolution toward a future architectural vision. More specifically, SENSE requirements will include: systems architecture and engineering; development; integration and test; operations; maintenance; and, sustaining services for space and ground systems and facilities which include the NASA’s Space Network, Near Earth Network, Satellite Laser Ranging Network, Very Long Baseline Interferometry Network, and Electronic Systems Test Laboratory. Sustaining, operations, and maintenance services must be performed for ground systems at the following locations: Goddard Space Flight Center, MD; Kennedy Space Center, FL; White Sands, NM; Wallops Island, VA; McMurdo Station, Antarctica; Guam Island; Kauai, Hawaii; Monument Peak, CA; and other locations specified during the period of performance. Flight operations and sustaining services will be required for NASA’s Tracking and Data Relay Satellites. System architecture, system engineering, and development services will need to evolve NASA’s networks to efficiently and effectively provide innovative space communications and navigation solutions to enable new science and exploration. Additionally, electromagnetic spectrum management, communications link analyses, and networking loading assessments will be required to integrate network services for new customer missions. It is anticipated that the subject contract will be a Cost-Plus-Award-Fee ( CPAF ), Indefinite Delivery, Indefinite Quantity ( IDIQ ) Single-Award contract. The period of performance will be five years from the anticipated contract award date of on or about April 9, 2018. The Government anticipates a release of the Draft Request for Proposal ( DRFP ) in the mid May timeframe. This will be an opportunity for potential offerors to provide questions, comments or any concerns regarding the DRFP contents. The Government will host a pre -solicitation conference at the GSFC, with site visits to be scheduled at one or more of the performance locations. Additional details will be posted on FBO. The Request for Proposal ( RFP ) is anticipated to be released in mid-February 2018, with proposals due 45 days after the RFP release date. The Government does not intend to acquire a commercial item using FAR Part 12. This procurement will be a full and open competition. The Small Business goals for this procurement are expected to be as follows: Total Small Business – 20 percent; Small Disadvantaged Business – 5 percent; Women Owned Small Business Concerns – 5 percent; Historically Black Colleges and Universities -.2 percent; HUBZone Small Business Concerns -.5 percent; Veteran-Owned Small Business Concerns – 4 percent; and Service-Disabled Veteran-Owned Small Business Concerns -.5 percent. The North American Industry Classification System ( NAICS ) Code is 517919, and the Size Standard is $32M. NASA Clause 18.52.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at: https://prod.nais.nasa.gov/pub/pub_library/Omb.html. No solicitation has been issued; therefore, do not request a copy of the solicitation. It is the potential offeror’s responsibility to monitor Federal Business Opportunities ( FBO ) for the release of the solicitation or other documents relating to this procurement. An electronic library, or eLibrary, has been established for the SENSE procurement, NNG17588638R. The eLibrary can be accessed using the following link: https://elibrary.gsfc.nasa.gov/. Additional documents will be posted on the eLibrary as they become available. Offerors are responsible for monitoring this website for any updates. All communications relative to this synopsis must be submitted in writing by e-mail to Michele Rook at Michele.C.Rook@ nasa.gov. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2017-08-24 11:22:04">Aug 24, 2017 11:22 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-01-29 09:51:30">Jan 29, 2018 9:51 am Track Changes This is a modification to the synopsis entitled Space Exploration Networks Services and Evolution (SENSE). You are notified that the Final RFP is further delayed until mid- February 2018. Additionally, potential Offerors are also advised of the following: FAR 9.5 generally addresses Organizational Conflicts of Interest (OCI). To assist NASA in identifying and resolving conflicts of interest, Offerors are encouraged to perform a thorough analysis of possible OCIs that may arise as a result of its participation in the SENSE procurement and during contract performance. Specific OCI-related considerations of concern to NASA include: -Preventing the existence of conflicting roles that might bias a contractor’s judgment (impaired objectivity OCI); -Preventing unfair competitive advantage that might arise as a result of unequal access to information such as non-public competitively useful information, proprietary information of another contractor, or Source Selection Information (unequal access to information); -Avoiding or mitigating the appearance of a conflict of interest per FAR 3.101-1 where a contractor hires a former government employee having access to such information; and -Ensuring that a company is not in a position to affect a procurement competition, whether unintentionally or not, in its favor by drafting the specifications or statements of work (biased ground rules OCI); and Offerors are encouraged to review the NASA OCI Guide located at: https://www.hq.nasa.gov/office/procurement/OCIGuide.pdf An OCI or appearance of a conflict of interest may render that Offeror ineligible for award of the SENSE contract, unless the Offeror is able to propose an approach that avoids, neutralizes, or satisfactorily mitigates the OCI. Offerors are encouraged to provide a detailed analysis of the each of the above OCI concerns listed above for itself and its teammates/subcontractors. Offerors should consider, among other things: any interrelationship between SENSE and other NASA contracts it currently holds as a prime or subcontractor (or will compete for); whether it has access to nonpublic competitively useful information, or proprietary information of other contractors, and if so, whether firewalls and other protections (e.g., non-disclosure agreements) are (and were) in place to protect such information; and whether it has hired former government employees having had access to such information that are involved in the SENSE procurement. For each OCI concern identified, the Offeror is encouraged to submit its avoidance, neutralization and/or mitigation strategies. Offerors should submit this analysis and its OCI strategies (not exceeding 12 pages) via e-mail to the Contracting Officer by September 5, 2017. The goal is to provide proactive feedback on OCI-related issues before the issuance of the Final Request for Proposal. This is optional and Offerors will not be considered ineligible for award solely because the Offeror declines to participate. 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. The final solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA Business Opportunities page is http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin =. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG17588638R/listing.html)
 
Record
SN04803284-W 20180131/180129231519-f57eee9e8a42036adf0b48d0ebe76e9b (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.