SPECIAL NOTICE
A -- ""PATHFINDER TECHNOLOGY DEMONSTRATOR"" (PTD) Mission Extension
- Notice Date
- 12/16/2024 12:18:58 PM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NATIONAL AERONAUTICS AND SPACE ADMINISTRATION US
- ZIP Code
- 00000
- Solicitation Number
- 80ARC025PA001
- Response Due
- 12/23/2024 2:00:00 PM
- Archive Date
- 01/07/2025
- Point of Contact
- Tiffany Goodwin, Joshua Taggart
- E-Mail Address
-
tiffany.n.goodwin@nasa.gov, joshua.d.taggart@nasa.gov
(tiffany.n.goodwin@nasa.gov, joshua.d.taggart@nasa.gov)
- Description
- NASA Ames Research Center (ARC) has a requirement for: Extended Mission Operations for the Pathfinder Technology Demonstrator (PTD) Missions, including PTD-R and PTD-4. Description of Required Items and Services: PTD-R Extended Mission Operations Extend mission operations from the end of the baseline PTD-R mission to spacecraft demise, estimated in January 2027. Tasks include mission operations, flight product generation, real-time operations, fault management, anomaly resolution, and payload characterization. Provide necessary Mission Operations Control facilities, Ground Data System (GDS) integration, and command load simulations. Ensure telemetry and payload data are accessible to NASA and/or the Payload Principal Investigator. Deliver an end-of-mission briefing with objectives, metrics, and lessons learned. PTD-4 Extended Mission Operations Extend mission operations for PTD-4 by two months, from December 31, 2024, to February 28, 2025. Support the Alt Energy Experiment, including developing and executing scripts and command loads for spacecraft and payload operations. Conduct nominal imaging operations and periodic on-orbit evaluations. Deliver an end-of-mission briefing summarizing mission accomplishments. Software and Ground System Support Develop and validate flight software (FSW) updates, GNC software changes, and related testing for PTD-R mission requirements. Provide ongoing support for fault detection, isolation, and recovery procedures. Recurring Deliverables Kick-off meeting materials. Bi-weekly status updates. Updated Mission Operations Plans. Extended mission data, including telemetry, imaging data, and GNC data, delivered with less than three days of latency. Quantities and Units of Measure: PTD-R Mission Operations: Extend from ATP (estimated December 15, 2024) through spacecraft demise (estimated January 2027). PTD-4 Mission Operations: Extend by two months, from December 31, 2024, to February 28, 2025. Software updates and ground system support: As needed throughout the mission. Data deliverables: Provided for each operational pass, with telemetry latency < 3 days. Location of Performance: Contractor facilities in Irvine, California. Security Classification: Unclassified. Period of Performance: PTD-R: From ATP (December 15, 2024, estimated) to January 2027, plus one additional month for final reporting. PTD-4: From ATP (December 15, 2024, estimated) to February 28, 2025. NASA/ARC intends to issue a sole source contract to acquire the Extended Mission Operations for the PTD Missions, including PTD-R and PTD-4, from Tyvak Nano-Satellite Systems, Inc. (d/b/a Terran Orbital), under the authority of FAR 13.5, Simplified Procedures for Certain Commercial Items. The justification for this sole source acquisition is based on the criteria that only one responsible source can satisfy agency requirements (as per FAR 6.302-1(a)(2)), with the documentation and approval processes following the requirements in FAR 13.501. The justification for lack of competition is as follows: Tyvak Nano-Satellite Systems, Inc. is the original designer, developer, and operator of the Pathfinder Technology Demonstrator spacecraft under contract NNA17BF41C. The required mission operations, ground system compatibility, and software support are integral to the continued operations of PTD-R and PTD-4. Tyvak possesses unique proprietary knowledge, technical expertise, and facilities necessary to fulfill these requirements. Transitioning these operations to another provider would result in significant duplication of costs and unacceptable delays to NASA�s mission objectives, consistent with FAR 6.302-1(a)(2). The Government does intend to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to Tiffany N. Goodwin (Tiffany.N.Goodwin@nasa.gov) and Joshua D. Taggart (Joshua.D.Taggart@nasa.gov). Seven days after posting. The Statement of Work (SOW) for this acquisition can be requested through the Contracting Officer/Contract Specialist. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this acquisition on a competitive basis. A determination by the Government not to compete this acquisition on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5d9a97c8892b487484dada2e460c3039/view)
- Place of Performance
- Address: Moffett Field, CA, USA
- Country: USA
- Country: USA
- Record
- SN07292583-F 20241218/241216230104 (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 |