Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2018 FBO #6033
SOLICITATION NOTICE

A -- Payload Vibration Isolation System for the WFIRST Project

Notice Date
5/29/2018
 
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.S, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
NASA-GSFC-WFIRST-D-STRUTS-HONEYWELL
 
Archive Date
6/28/2018
 
Point of Contact
Julie Anne Janus, Phone: 3012864931
 
E-Mail Address
julie.a.janus@nasa.gov
(julie.a.janus@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/Goddard Space Flight Center (GSFC) has a requirement for refurbishment and testing of existing D-Struts (Payload Vibration Isolation System PVIS) for the Wide Field Infrared Survey Telescope (WFIRST) project. The requirement is for the refurbishment of the WFIRST D-struts, including all personnel, services, materials, equipment and facilities necessary to refurbish, or modify the existing Honeywell D-Struts, as required, to meet WFIRST performance requirements. The WFIRST D-struts are a payload vibration isolation system NASA has obtained from assets remaining on a previous Government program. NASA has decided to refurbish these assets at significant cost and schedule savings, in comparison to procuring a newly developed payload vibration isolation system. This work includes the refurbishment and/or modification of existing hardware and integration with newly fabricated hardware. This work also includes the testing and qualification of the sub-assemblies and integrated hardware. NASA/GSFC intends to issue a sole-source Request for Proposal (RFP) to Honeywell Aerospace. The estimated period of performance on this firm-fixed-price (FFP) contract is from October 1, 2018 through September 30, 2020. The rationale supporting the use of 10 U.S.C. 2304(c)(1) is the unique knowledge, experience, and facilities and/or capabilities that Honeywell Aerospace has with these proprietary D-struts design as described below. The inherited assets provided from another Government agency were designed, fabricated, assembled and tested by Honeywell. These were originally fabricated for the Harris Corporation based on a Honeywell proprietary design. Honeywell has preserved all paperwork and data necessary to use these assets for a space-based mission. These struts were designed for the mirror that we are using on the WFIRST program that was donated by the original Government organization. They were designed for the application on the past program and while the designs are not the exactly the same, they are very similar. There are many examples of unique capabilities and facilities at Honeywell that support the cost and schedule savings, but a few such specific examples are as follows: Honeywell has all the procedures, custom test equipment, test data, and proprietary parts and designs to meet the original D-strut designs. No other company has access to these designs and the associated test equipment. GSFC would not be able to provide any information to a competitor on the workings of these Payload Isolation Devices. This effort requires an in-depth understanding of the Honeywell hardware for testing and engineering design. These payload vibrations isolation systems have successfully flown on several missions for GSFC. Because of the proprietary design and the ability to meet the jitter requirements, these D-struts are uniquely qualified to meet the WFIRST requirements. Statutory authority for this procurement is 10 U.S.C. 2304(c)(1)--Only One Responsible Source. However, organizations who believe they can provide these services without any detrimental impact to the program schedules supported by this work should fully identify their interest and capabilities within 15 days after publication of this synopsis. 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 June 13, 2018. 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. All responsible sources may submit an offer which shall be considered by the agency. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b18158717d9bae2bbe56d268aba4022b)
 
Record
SN04936656-W 20180531/180529230904-b18158717d9bae2bbe56d268aba4022b (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.