Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2022 SAM #7562
SOLICITATION NOTICE

A -- Geostationary Extended Observations (GeoXO) Imager (GXI) Instrument Implementation

Notice Date
8/12/2022 6:40:22 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80GSFC22R0044
 
Response Due
7/29/2022 2:00:00 PM
 
Archive Date
09/30/2022
 
Point of Contact
Tiffanie Ferrell, Darlene Harkins
 
E-Mail Address
Tiffanie.c.ferrell@nasa.gov, Darlene.harkins@nasa.gov
(Tiffanie.c.ferrell@nasa.gov, Darlene.harkins@nasa.gov)
 
Description
The purpose of this update is to post responses to questions received in response to the GXI Instrument Implementation Draft RFP. You are invited to review and comment on the National Aeronautics and Space Administration (NASA) Goddard Space Flight Center�s Geostationary Extended Observations (GeoXO) Imager (GXI) Instrument Implementation solicitation.� GXI will be manifested on the GeoXO East and West satellites as the primary instrument of the GeoXO mission.� GeoXO is the follow-on Program to the Geostationary Operational Environmental Satellite R (GOES-R) Series, intended to continue and enhance the GOES-R Series observations for weather forecasting.� GXI is a multi-channel, visible through infrared, passive imaging radiometer used to measure environmental data. The contract scope includes the tasks and deliverables necessary to design, analyze, develop, fabricate, integrate, test, verify, evaluate, support launch, supply and maintain the instrument Ground Support Equipment (GSE), and support Mission Operations at the NOAA Satellite Operations Facility (NSOF). The Statement of Work, Attachment A, describes the scope of the requirement. Potential offerors are encouraged to comment on all aspects of the draft solicitation, including the requirements, schedules, proposal instructions, and evaluation approaches, any perceived safety, occupational health, security (including information technology security), environmental, export control, and/or other programmatic risk issues associated with performance of the work.� This competitive procurement will result in a Cost-Plus-Award-Fee (CPAF) hardware contract, which includes 3 options for additional instruments. The anticipated period of performance for this contract includes support for 10 years of on-orbit operations and 5 years of on-orbit storage, for a total of 15 years for each Flight Model (FM). The North American Industry Classification System (NAICS) code for this acquisition is 541330 and the small business size standard is $15M. The current planned release date for the Final Request for Proposal (RFP) is on or about August 2022 with proposals being due 30 calendar days after RFP release. The anticipated contract award and effective date is February 2023. The contract will be performed offsite at the Contractor�s facilities, and onsite at GSFC and Kennedy Space Center (KSC). The following additional information is provided to assist in understanding this acquisition: Proposals for this solicitation are required to be submitted through NASA�s Enterprise File Sharing and Sync Box (EFSS Box), a FedRAMP Moderate certified platform.� Potential offerors, especially those that have not previously submitted a proposal utilizing NASA�s EFSS Box, are encouraged to review the solicitation instruction entitled �Electronic Proposal Delivery - Proposal Marking and Delivery Through NASA�s EFSS Box� which provides instructions related to the submission of proposal via EFSS Box.� Offerors are encouraged to check with their corporate IT staff to determine if there are firewall restrictions that would need to be addressed prior to the submission of proposal files through NASA�s EFSS Box. In order to control and protect sensitive data owned by the Government and its Contractors, NASA policy requires all acquisition-related documents be released in Adobe Portable Document Format (PDF).� ��� Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, any amendments and links to online reference/technical/bidders library will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates. NASA FAR Supplement (NFS) clause 1852.215-84, OMBUDSMAN, is applicable.� The Ombudsman for this acquisition is https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf. This DRFP is not a solicitation and NASA GSFC is not requesting proposals.� This DRFP does not commit GSFC to pay any proposal preparation costs, nor does it obligate GSFC to procure or contract for this requirement.� This request is not an authorization to proceed, and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation. Any comments regarding the DRFP should be submitted electronically in writing, to Tiffanie Ferrell, Contracting Officer, at Tiffanie.c.ferrell@nasa.gov, within 14 days calendar days after the release of this DRFP. If a respondent believes their comments contain confidential, proprietary, competition sensitive, or business information, those questions/comments shall be marked appropriately.� However, questions that are marked as containing confidential, proprietary, competition sensitive or business information will not be provided a Government response.� The Government will consider all comments received in preparation of the Final Request for Proposal (RFP).� To the extent a comment leads the Government to revise the acquisition approach or requirements, the change will be reflected in the RFP.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/47f5e5eaa9a043ec80e6c7b16b3d85b9/view)
 
Record
SN06424842-F 20220814/220812230118 (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.