Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2020 SAM #6730
SOURCES SOUGHT

R -- RFI for Hubble Space Telescope (HST) Mission Operations, Systems Engineering, & Software (MOSES) II Extension

Notice Date
5/1/2020 8:23:29 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
RFI-GSFC-HST-Mission-Operations
 
Response Due
5/15/2020 2:00:00 PM
 
Archive Date
05/30/2020
 
Point of Contact
Michele Connerton
 
E-Mail Address
michele.r.connerton@nasa.gov
(michele.r.connerton@nasa.gov)
 
Description
RFI for Hubble Space Telescope (HST) Mission Operations, Systems Engineering, & Software (MOSES) II Extension The National Aeronautics and Space Administration (NASA) has a requirement for continued mission operations, systems engineering, and software services for the flight and ground systems to maximize Hubble Space Telescope (HST) observatory life and science operations. Mission operations responsibilities include safe and efficient control and utilization of the HST observatory; operation of HST-unique facilities, systems, and equipment that have some significant legacy characteristics consistent with a mission launched in 1990; and creation, maintenance, and utilization of HST operations processes and procedures. The scope encompasses design, development, integration, test, verification, operations, sustainment of mission operations systems and subsystems, and sustainment of operations processes and procedures. The scope also encompasses network administration, systems administration, and helpdesk services for the HST project at the Goddard Space Flight Center (GSFC) and for the James Webb Space Telescope (JWST) project at the GSFC for support of JWST Integration & Testing (I&T) activities. Lockheed Martin Space Systems Company (LMSSC) became the prime contractor for HST operations and systems engineering soon after the Observatory launched in 1990. Since that time, LMSSC or Lockheed Martin Space (LMS) has been responsible for all non-Shuttle aspects of HST servicing preparation, including development and delivery of spacecraft hardware, hardware integration and test, HST flight operations, ground and flight system engineering, and ground system and flight software development for the telescope. The HST GSFC mission operations contractor shall provide technical management and oversight for mission operations activities, including systems engineering services for mission operations, technical review and oversight of engineering issues that relate to science requirements and science capabilities, and overall systems engineering during anomaly investigations to ensure that technical issues are effectively and efficiently resolved. The contractor shall maintain knowledge of the original spacecraft and payload component vendor support capabilities, including personnel expertise, specific HST experience, and development and test capability, and establish support vehicles in a timely fashion to support anomaly investigation and resolution as necessary, which is becoming increasingly challenging given the age of many components over the life of the mission. The contractor shall provide engineering services related to spacecraft and payload operations, anomaly investigations and resolutions, spacecraft and payload subsystems operations and performance analysis, payload operations planning, space-to-ground communications, ground-to-ground communications, modeling of spacecraft operations, spacecraft command systems, and ground processing of telemetry. The contractor shall provide systems engineering for development, implementation, and maintenance of spacecraft and payload flight software and ground system products, along with the integration of operations procedures and processes, to facilitate effective and efficient operations of the flight segment. The contractor shall maintain the ground system to support ongoing mission operations, maintain security compliance, and maintain interoperability compliance. The ground system components include facilities, hardware, software, network, applications, some highly-specialized applications, information, data, and telecommunications components that have significant legacy content. The ground system property shall remain Installation Accountable Government Property (IAGP). Challenges for the HST GSFC mission operations contractor would include operating and maintaining HST-unique facilities, systems, and equipment that have some significant legacy characteristics consistent with a mission launched in 1990, including: maintaining knowledge of the original spacecraft and payload components; maintaining highly-specialized spacecraft flight software and payload flight software, including maintaining highly-specialized development and test components; maintaining ground system capability and strict security posture, including maintaining highly-specialized applications for command and telemetry systems and for ground support equipment; and maintaining test capability, including maintaining highly-specialized flight-like hardware simulators and maintaining highly-specialized applications. NASA is hereby soliciting information about potential sources for the next phase of the HST mission operations, systems engineering, and software contract. An anticipated 5-year period of performance is from July 1, 2021 through June 30, 2026. Interested organizations having the required specialized capabilities to meet the above requirement(s) should submit their capabilities and qualifications statement within 10 pages or less indicating their understanding of the requirements and ability to perform aspects of the effort described above. Disclaimers: This is an RFI only and does not constitute a commitment, implied or otherwise, that NASA will take further action in this matter. Further, neither NASA, nor the Government will be responsible for any costs incurred in furnishing this information. It is not NASA�s intent to publicly disclose Respondents� proprietary information obtained in response to this RFI. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a Respondent as �Proprietary or Confidential� will be kept confidential. In accordance with FAR 15.201(e), the information being requested is for planning purposes only and is not intended to bind the Government. It is emphasized that this RFI is NOT a Request for Proposal, Quotation, or Invitation for Bid. This RFI is for information and planning purposes only, subject to FAR Clause 52.215-3 titled �Solicitation for Information or Planning Purposes,� and is NOT to be construed as a commitment by the Government to enter into a contractual agreement. The Government will not pay for information submitted in response to this RFI. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation were released, it would be synopsized. It is the responsibility of any potential offerors/bidders to monitor these sites for the release of any solicitation, synopsis, or related documents. As part of its assessment of industry capabilities, NASA GSFC may contact respondents to this Request for Information if clarifications or further information is needed. Responding to this RFI: Interested organizations may submit their capabilities and qualifications via email or other electronic means to the point of contact listed below no later than May 15, 2020, 5:00 pm Eastern Daylight Time. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Please reference the RFI title in any response. Files may be submitted in MS Word, PDF, or RTF format. All responses shall be no more than ten (10) pages. A page is defined as one (1) sheet 8 1?2 x 11 inches. All responses shall use a minimum 12-point font size for text. NO CLASSIFIED INFORMATION SHOULD BE INCLUDED IN THIS RFI RESPONSE. All RFI queries must be submitted via email to the point of contact listed below. Please reference the title of the RFI in any response. Respondents are highly encouraged to submit any questions regarding this RFI by May 08, 2020, to allow the Government time to develop responses prior to the due date for submissions. All RFI queries must be submitted via email to the points of contact listed below. All questions and responses will be posted prior to the response date to the maximum extent practicable to assist all potential respondents. Point of Contact: Michele Connerton Contracting Officer NASA Goddard Space Flight Center michele.r.connerton@nasa.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ded6e64b955d47f79ac731e767fa74b6/view)
 
Place of Performance
Address: Greenbelt, MD 20771, USA
Zip Code: 20771
Country: USA
 
Record
SN05643363-F 20200503/200501230145 (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.