Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2020 SAM #6636
SOLICITATION NOTICE

59 -- O2O-2 Optical Module Control Electronics System

Notice Date
1/28/2020 9:56:42 AM
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80GSFC20R0013
 
Response Due
2/11/2020 2:00:00 PM
 
Archive Date
02/26/2020
 
Point of Contact
Kelly R Lytton, Phone: 3012866303
 
E-Mail Address
kelly.r.lytton@nasa.gov
(kelly.r.lytton@nasa.gov)
 
Description
National Aeronautics and Space Administration (NASA), Goddard Space Flight Center (GSFC) Code 210.P, Office for Program Support, intends to negotiate solely with SEAKR Engineering located in Centennial, Colorado to deliver an Optical Module Control Electronics System 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�. Per the synopsis posted on October 29, 2019 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 Control Electronics (CE) unit 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 CE unit's primary function is to interface with external sensors and loads through hardware and digital control loops in the CE. The CE will receive commands and configuration updates, and supply telemetry via a MIL-STD-1553B and up to two (2) Space Wire ports. SEAKR Technology, Inc. possesses the knowledge and expertise to successfully conduct the required studies and provide post-delivery support without impacting program milestones.� With the LEMNOS project requiring the manufacturing of a second O2O unit, the O2O-2 must be an exact copy of the O2O and provide the same interfaces to the Orion vehicle in the event of a failure late in the assembly process.� It is critical the required CE unit meets the Orion spacecraft interfaces, performance, and schedule.� It is also critical the contractor delivering the CE unit also conduct the related studies, provide post-delivery support of the CE unit from Optical Module integration, and test support through operations. For post-delivery support of the CE unit to be successful, it is important a contractor have a full understanding of the CE unit design and data along with the critical issues experienced in the manufacturing of the CE unit.� SEAKR Technology, Inc. understands the risks along with corresponding mitigations, the anomalies discovered, and insights gained from O2O, and can quickly address potential urgent 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.� Per the synopsis posted on October 29, 2019, the Government intends to issue a Firm-Fixed-Price contract with a 15-month delivery schedule. In addition to the delivery of the CE, the Government requires the unique expertise of SEAKR Engineering, Inc to resolve issues that arise while assembling the Optical Module or during Optical Terminal environmental testing. Therefore, the Government intends to issue Indefinite Delivery Indefinite Quantity (IDIQ) Task orders for post-delivery support and studies with an effective ordering period of 3 years, to validate the interface and/or any environmental changes that may have occurred based on changes driven by the host spacecraft.� 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 5:00 pm EST, 02/11/2020. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/07e14dfc7527478e862aee570d23ef3a/view)
 
Place of Performance
Address: Contractor Facility, Centennial, CO 80111, USA
Zip Code: 80111
Country: USA
 
Record
SN05545592-F 20200130/200128230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.