Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2020 SAM #6950
SOURCES SOUGHT

R -- Marshall Operations Systems, Service and Integration (MOSSI II)

Notice Date
12/7/2020 1:09:43 PM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA MARSHALL SPACE FLIGHT CENTER HUNTSVILLE AL 35812 USA
 
ZIP Code
35812
 
Solicitation Number
80MSFC21SS006
 
Response Due
12/21/2020 2:00:00 PM
 
Archive Date
01/05/2021
 
Point of Contact
Casey H. Hardy, Phone: 256-961-9221, Tyler Cochran, Phone: 256-961-7454
 
E-Mail Address
casey.h.hardy@nasa.gov, tyler.c.cochran@nasa.gov
(casey.h.hardy@nasa.gov, tyler.c.cochran@nasa.gov)
 
Description
The National Aeronautics and Space Administration (NASA) Marshall Space Flight Center (MSFC) is seeking capability statements and any teaming arrangements, such as mentor/prot�g� and/or joint venture arrangements from all interested parties, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for a full and open competition for support for the Marshall Operations Systems, Services and Integration (MOSSI II) acquisition at MSFC.� The Government reserves the right to conduct a Small, 8(a), Women-Owned (WOSB), Service-Disabled Veteran-Owned (SDVOSB), or HUBZone business set-aside based on responses hereto. The acquisition will combine the efforts of the current MSFC Mission Operations & Integration (MO&I) and Huntsville Operations Support Center (HOSC) contracts.� The MOSSI II acquisition will provide support and products for the development and execution of spaceflight operations that are the responsibility of the Payload and Mission Operations Division (PMOD) with the Human Exploration Development and Operations (HEDO) Office.� Customer and stake-holder support is provided for mission ground systems development and operations in support of NASA programs, project offices, staff offices, NASA contractors, payload developers, educational institutions, international partner space agencies, and individuals within these organizations.� Other private and public industry companies with capabilities for new space markets are also potential customers. The scope of the MOSSI II effort includes all life-cycle phases (A-F) for capability and operations development, implementation, and close-out.� The selected contractor will be tasked to provide operations support for all mission phases (e.g., planning, testing, simulations, prelaunch, ascent, checkout, mission operations, de-orbit and descent, landing and post-landing, system sustaining, decommissioning). The MOSSI II core mission service provides payload operations support to the International Space Station (ISS) Program. Support will also be required for new or evolving NASA programs including Space Launch System (SLS) and other satellite projects. The contractor will perform International Space Station (ISS) Payload operations and will provide the capability to accomplish preparation, planning, training, and execution of on-orbit payload operations and post-flight and post-increment functions. MOSSI II includes the management, development, and implementation of the Payload Operations Integration Center (POIC) major Information Technology (IT) investment as defined by Office of Management and Budget (OMB). The development activities involved in this contract will encompass the entire life-cycle of ground systems development. Typical activities include: operations concept analysis; requirements definition and analysis, design, development, test, and implementation. The systems operations and maintenance functions include: sustaining engineering of developed systems for both local and remote locations; operations activity preparation and simulation; mission evaluation activities; hardware and software maintenance; systems and facilities operations; data collection, processing, distribution, and storage; decommission, transition, and close-out of all systems. This work is presently being integrated by the Government and is performed under two separate contracts; the Mission Operations & Integration (MO&I) contract NNM13AA29C with Teledyne Brown Engineering, and the Huntsville Operations Support Center (HOSC) contract NNM17AA12C with COLSA Corporation. Attached separately is a draft version of the MOSSI II performance work statement (PWS) and a listing of capacity parameters that may be used for understanding the complexity of the effort. Interested parties are requested to provide comments on the PWS requirements document. Of particular interest are comments relative to the management and technical integration of the effort along with the management of a major IT investment. Interested parties are requested to submit statements of experience relevant to the attached PWS. Including but not limited to the following areas: Human spaceflight operations and integration experience; High-risk, hazardous human operations and integration activities in remotely-controlled closed environments other than space; or Unmanned spaceflight operations and integration experience. Interested parties are also requested to submit capability statements relative to the socioeconomic categories specified in this notice (or resubmit if previously submitted) demonstrating the capability of the potential offeror and potential teaming partners to successfully perform and integrate the technical requirements to maximize efficiency and reduce costs. Previously submitted statements may be resubmitted with any changes to the previous submission highlighted for ease of reference. The size standard for the established NAICS code of 541715 is 1,250 employees. The estimated award date for this contract is late FY2022. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on BetaSAM at www.beta.sam.gov. It is the potential offeror's responsibility to monitor this site for the release of any pre-solicitation synopsis and solicitation. The requirement is not considered a commercial type service. This synopsis is for information and planning purposes and is not construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted to Casey H. Hardy, Contracting Officer at casey.h.hardy@nasa.gov, telephone (256) 961-9221.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dad0328a4f074ffeb958cd420d6bc816/view)
 
Place of Performance
Address: Huntsville, AL 35812, USA
Zip Code: 35812
Country: USA
 
Record
SN05868323-F 20201209/201207230146 (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.