SOLICITATION NOTICE
59 -- O2O-2 Modem Module
- Notice Date
- 10/29/2019
- Notice Type
- Presolicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210, Greenbelt, Maryland, 20771, United States
- ZIP Code
- 20771
- Solicitation Number
- 80GSFC20R0012
- Point of Contact
- Kelly R Lytton, Phone: 3012866303
- E-Mail Address
-
Kelly.R.Lytton@nasa.gov
(Kelly.R.Lytton@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- National Aeronautics and Space Administration (NASA), Goddard Space Flight Center (GSFC) Code 210.P, Office for Program Support, intends to negotiate solely with LGS Innovations, located in Herndon, VA to deliver a Modem Module that NASA GSFC requires in order to meet program milestones. This action is in accordance with 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements". NASA GSFC requires a copy of the optical communications system that will fly on the Orion spacecraft for the Artemis II mission. This system is required to meet all of the Orion technical interfaces. The Modem Module (MM) is one of five subsystems that make up the full optical communications system. Each subsystem is required to maintain the interfaces with the others for the system to work. In addition, each subsystem must be available for the Orion flight should the need arise, precluding time for new development in the schedule. The primary function of the MM is to transmit and receive high-speed data to/from a spacecraft data interface and deliver to/from an Optical Module (OM) as optical waveforms in single-mode optical fiber. LGS Innovations possesses the knowledge and development expertise to provide and deliver within schedule the Modem Module (MM) that NASA GSFC requires in order to meet program milestones. LGS Innovations is uniquely qualified to deliver the required units to LEMNOS within schedule because of the knowledge, tooling and experience gained from working on the MIT LL programs. LGS Innovations possesses all the hardware, test procedures, and test equipment to support the O2O-2 MM requirements, which are the same as O2O MM requirements. Utilizing the existing expertise of MIT LL vendors in optical communications is an absolute necessity for ensuring that the O2O-2 MM meets technical performance, interfaces to the other components of the OM and to the Orion spacecraft, the closed loop nature of telescope pointing and tracking, and schedule requirements. The notice of intent 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. It is the offeror's responsibility to monitor the Internet site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of amendments, if any. The Government intends to issue a Firm-Fixed-Price contract with a 15-month delivery schedule. The vendor shall procure materials, build, test, and deliver a total of one (1) MM. The Government requires an option to purchase two additional units as well as post-delivery support. The North American Industry Classification System (NAICS) for this requirement is 334220; Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing Business Size: 1,250 Employees. This announcement constitutes the notice required by FAR 5.201. All questions and responses concerning this notice shall be emailed to Kelly R Lytton at Kelly.R.Lytton@nasa.gov. Interested concerns must identify their capability in writing to the above e-mail address no later than 4:00 pm EST, TBD. Information received will be considered solely for the purpose of determining whether a competitive procurement is in the best interest of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e3a41de7a4f6f3203b57935c67aff0fc)
- Place of Performance
- Address: Contractors Facility, Herndon, Virginia, 20171, United States
- Zip Code: 20171
- Record
- SN05485337-W 20191031/191029230652-e3a41de7a4f6f3203b57935c67aff0fc (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 |