SOURCES SOUGHT
A -- Cargo Mission Contract 4 (CMC4)
- Notice Date
- 6/7/2023 12:26:47 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
- ZIP Code
- 77058
- Solicitation Number
- 80JSC023CMC4
- Response Due
- 6/28/2023 2:00:00 PM
- Archive Date
- 07/15/2023
- Point of Contact
- Karen Dailey, Phone: 2814833445
- E-Mail Address
-
karen.j.dailey@nasa.gov
(karen.j.dailey@nasa.gov)
- Description
- The National Aeronautics and Space Administration (NASA) Lyndon B. Johnson Space Center (JSC) is hereby soliciting information from potential sources for Cargo Mission Contract 4 (CMC4). CMC4 provides the International Space Station (ISS) and Exploration Programs with logistical, depot, and engineering services to enable analytical and physical processing activities to support cargo requirements, hardware/software development, and sustaining engineering for NASA Human Spaceflight Programs. NASA/JSC is seeking information from all interested parties, including all socioeconomic categories of Small Businesses, for the purposes of determining acquisition strategies, appropriate level of competition, and/or small business subcontracting goals for CMC4.� Parties having an interest in and the resources to support this requirement are invited to provide feedback as described in this Sources Sought Synopsis (SSS)/Request for Information (RFI). CMC provides critical support to the ISS Program, Extravehicular Activity and Human Surface Mobility Program (EHP), and Artemis, which is supported by the Orion, Human Landing System (HLS), and Gateway Programs.� CMC4 will provide: Analytical integration and physical processing of pressurized cargo manifested for launch and return on ISS visiting vehicles and the Orion Multi-Purpose Crew Vehicle (MPCV), as well as HLS and Gateway vehicle providers.� Pre-packed cargo will be shipped to launch sites within the United States and Japan.� For ISS, pre-packed cargo will also be shipped to the ISS Russian Partner in Moscow, Russia.��� Flight Crew Equipment (FCE) processing activities to support flight and training requirements for the ISS and Artemis Missions.��� Provision, sustaining, and logistical functions for Stowage Accommodations (i.e.� Cargo Transfer Bags (CTBs), M-bags, lockers, dividers, etc.) and FCE.�� Production of hardware decals, placards, and graphics.� Design, manufacture, assembly, and certification of flight and training hardware as required to support pressurized and unpressurized cargo transportation, FCE (custom design, Commercial Off The Shelf (COTS), built to print) requirements.��� Engineering and Technical Integration as defined by the NASA Program Offices.� Infrastructure tasks required to implement the above scope (i.e., Program Management, Business Management, Configuration Management, Information Technology, Safety and Mission Assurance, etc.).� Integration with Hardware Providers, International Partners and Commercial Visiting Vehicles providers (including Commercial Resupply Services (CRS-2), United States Crew Vehicle (USCV), HLS, and Gateway providers) is also required to accomplish the scope of CMC4.� Typical pressurized cargo processing activities include but are not limited to the following:� Developing cargo bag layouts� Analytical and physical integration of cargo and packing material into packed bags� Analysis and physical development of protective packing provisions for sensitive cargo items��� Hardware receiving and inspection and requirements verification� Shipping packed bags to and in-person support at the launch sites� Developing integrated bag level hazard assessments�� Retrieval and turnover of returned cargo� Typical FCE under this procurement includes but is not limited to the following:� Crew clothing� Personal hygiene items� Housekeeping items� Audio/video equipment and associated cabling� Laptop computers and support equipment� Batteries� Crew survival equipment (Orion unique requirement)� ISS payload locker shells�� Cargo processing for Food, Orion Contractor Furnished Equipment (CFE), and EHP items is also part of this procurement.��� The current CMC3 contract is a Cost Plus/Award Fee (CPAF) contract.� Most work is covered under the base contract; however, there is an Indefinite Delivery, Indefinite Quantity (IDIQ) component for discrete tasks within the general scope of the contract, including hardware/software development, identification of commercial-off-the-shelf products that meet programmatic needs, hardware certification, engineering and analytical tasks, and the implementation of process improvements.� Pertinent documents can be found at the procurement website: https://www.nasa.gov/jsc/procurement/cmc4/� CMC4 Draft Statement of Work (SOW) CMC3 SOW and relevant attachments (Reference only). Provides program documentation applicable to the current contract for additional context. Attachment J1 � Dictionary Attachment J7 � Applicable and Reference Document List Attachment J8 � DRL & DRD Attachment J9 (simplified) � Hardware list Attachment J10 � Government Provide Software. It is anticipated that the scope of work for CMC4 will be similar to the current CMC3, with additional in-scope support to NASA HLS, Gateway, and EHP Programs. Reference information above.� No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than 10 pages indicating the ability to perform all aspects of the effort.� The capability statement should include appropriate documentation, literature, brochures, and references as evidence of relevant experience. The following areas are of specific interest for CMC4:� Management, Integration, and Control� Highlight direct or equivalent experience in the areas of Government Property management and Certification of Flight Readiness (CoFR). � Safety and Mission Assurance/Risk Management Highlight direct or equivalent experience in the areas of integrated safety analysis, integrated hazard reports, and safety review processes. � Sustaining Engineering and Maintenance & Operations Highlight experience in the areas of inventory management, depot services, and sustaining engineering of hardware and software.� � Systems Engineering and Integration Highlight experience in the areas of technical management and systems engineering and integration. � Pressurized Cargo Integration Highlight direct or equivalent experience in the areas of facility contamination control, handling of hazardous substances and materials, mass properties, inventory control, development of cargo packing products, and implementation of cargo packing activities.� � Hardware and Software Development Highlight experience in the areas of design, manufacturing, and certification of hardware/software and FCE (custom design, COTS, built to print). In addition to a capability statement, interested firms are welcome to provide feedback on the following: Provide feedback regarding incentive arrangements. For instance, how should risks versus rewards be shared by the Government and contractor? What types of incentives would you consider to be most effective to encourage the contractor to perform high quality work at a reasonable price?�� � Identify barriers to competition that could be mitigated to foster a more competitive environment for this procurement.� � Identify any areas of the draft CMC4 SOW that you believe could be performed by a small business and provide rationale.�� � Identify any areas of the CMC4 SOW and/or provided CMC3 Data Requirements Descriptions (DRDs) that need additional clarification.� � �Identify barriers that could impact continuity of operations (without interruption) during a transition from the current contract to the follow-on contract, based on the current ISS and Artemis Flight Plans. Additionally, in support of the Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA is seeking to advance equity or remove barriers for members of underserved communities related to this requirement. As defined in the EO, Underserved Communities refers to populations sharing a particular characteristic, as well as geographic communities, that have been systematically denied a full opportunity to participate in aspects of economic, social, and civic life, as exemplified by the list in the preceding definition of ""equity."" Equity means the consistent and systematic fair, just, and impartial treatment of all individuals, including individuals who belong to underserved communities that have been denied such treatment, such as Black, Latino, and Indigenous and Native American persons, Asian Americans and Pacific Islanders and other persons of color; members of religious minorities; lesbian, gay, bisexual, transgender, and queer (LGBTQ+) persons; persons with disabilities; persons who live in rural areas; and persons otherwise adversely affected by persistent poverty or inequality. NASA seeks input in the following areas: To support the requirements identified in this SSS/RFI, what barriers or opportunities exist to engage subject matter experts from industry and academia and how can those barriers be overcome? How can underserved communities be leveraged? � To support the requirements identified in this SSS/RFI, what barriers or opportunities exist to partner with subcontractors that employ members of underserved communities, as defined above? � What other recommendations would you make to enhance diversity and inclusion? � What should be considered to encourage full participation and contribution of organizations and individuals (e.g., outreach efforts and innovative partnerships) in performance of this requirement? All responses shall be submitted electronically via email to JSC-CMC4@mail.nasa.gov no later than 4:00pm CST on June 28, 2023. Please reference CMC4 SSS/RFI in any response.� Responses are limited to 10 pages using no less than 12 point font.� The Government intends to review the responses submitted but will not respond to individual submissions. NASA reserves the right to share all information received in response to this SSS/RFI with any of NASA's civil servants and to use all information submitted in response to this SSS/RFI in developing a future acquisition strategy. This data will not be shared outside the Government nor released in its submitted form. Confidential, proprietary, competition sensitive, or business information should not be submitted in response to this SSS/RFI. Such information will not be reviewed and will be returned to the respondent. This synopsis is for information and planning purposes only and is not to be 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. NASA intends to publicize a listing of respondents in order to facilitate teaming arrangements. Should your firm desire not to be included in this listing, clearly indicate this desire in your response.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2ef7da06855a4a4da0957fff031f60e5/view)
- Place of Performance
- Address: Houston, TX 77058, USA
- Zip Code: 77058
- Country: USA
- Zip Code: 77058
- Record
- SN06708052-F 20230609/230607230118 (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 |