NASA Solicitation: Mission Operations Mission Services – MOMS – 5 Month Contract Extension
Synopsis – Sep 26, 2011
General Information
Solicitation Number: N/A
Reference Number: NNG11407337R
Posted Date: Sep 26, 2011
FedBizOpps Posted Date: Sep 26, 2011
Recovery and Reinvestment Act Action: No
Original Response Date: Oct 11, 2011
Current Response Date: Oct 11, 2011
Classification Code: R — Professional, administrative, and mgmt support services
NAICS Code: 541330 – Engineering Services
Contracting Office Address
NASA/Goddard Space Flight Center, Code 210.P, Greenbelt, MD
Description
NASA intends to enter into a sole-source contract extension with Honeywell Technology Solutions, Inc. (HTSI) pursuant to 10 U.S.C. 2304(c)(1), Only One Responsible Source in support of NASA’s Goddard Space Flight Center, Flight Projects Directorate. The Mission Operations Mission Services (MOMS) contract, NNG04DA01C, is a Cost plus Award Fee (CPAF), Indefinite Delivery/Indefinite Quantity (IDIQ) task order contract. This procurement is to extend the effective ordering period of Contract NNG04DA01C, for a period of five months beginning November 1, 2011 through March 31, 2012. The MOMS competitive follow-on procurement, Ground Systems and Mission Operations (GSMO), evaluation and award is completed but a protest of the award is under review. This contract extension is to allow for the protest review process and the 60 day phase-in/phase-out transition for the new award. The five months may not be required in total, and task orders will be issued strategically in incremental periods to meet the mission/customer requirements until resolution of the protest is completed.
There is no increase to the maximum ordering value of the MOMS Contract for the continuation of services, the modification of existing services, and for new work tasks. The contract extension is required to ensure critical mission support and continuity to avoid significant technical programmatic impacts to NASA projects. The scope of the existing work includes the following functional requirements: Technical Management, Business Management, Quality Assurance Management, Safety and Health Management, Property Administration Management, Documentation, Electronics Security, Flight Operations, Observatory Engineering, Spacecraft Analysis, Ground System Analysis, Level Zero and Mission Data Processing-Earth Observing System (EOS) Data and Operations System (EDOS), Sustaining Engineering Software and Hardware Maintenance, System and Database Administration, Systems Engineering Reviews for Mission Operations, System Engineering External Interface Management, Risk Management, Network Engineering, System Engineering and Development, Engineering Studies, Integration and Test, and Information Technology Expertise Support.
The Space Science missions currently under this contract are Advanced Composition Explorer (ACE), Cluster-II, Geotail, Kepler, Lunar Reconnaissance Orbiter (LRO), Rossi X-Ray Timing Explorer (RXTE), Solar Anomalous and Magnetospheric Particle Explorer (SAMPEX), Solar and Heliospheric Observatory (SOHO), Solar Dynamics Observatory (SDO), Solar Terrestrial Relations Observatory (STEREO), and Wind. The Earth Science missions currently supported by this contract are AQUA, AURA, Terra, Tropical Rainfall Measuring Mission (TRMM), and Earth Observing One (EO-1). Missions currently supported by the contract during development include, but are not limited to, Global Precipitation Measurement (GPM), James Webb Space Telescope (JWST), Landsat Data Continuity Mission (LDCM), Magnetospheric Multi-scale Mission (MMS), and the National Polar-orbit Operational Environment Satellite System (NPOESS) Preparatory Project (NPP).
HTSI, as the current and in-place incumbent. has the in-depth knowledge of the missions in operations, government facilities, management structure and personnel to provide uninterrupted continuation of mission critical operations support. An interruption and restart of the services currently being performed with a new contractor that is unfamiliar with the existing missions, facilities, and the specific requirements of the MOMS contract would jeopardize the success of NASA space exploration goals achieved by the day to day operation of critical ground and space systems assets. Due to the time and substantial duplication of costs involved in procuring and phasing in another contractor at this time, HTSI is considered the only contractor that can meet NASA’s GSFC needs given the anticipated short period of this extension.
The Government does not intend to acquire a commercial item using FAR Part 12.
Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. EDT on October 11, 2011. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government.
Oral communications are not acceptable in response to this notice.
All responsible sources may submit an offer which shall be considered by the agency.
NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is:
GSFC Ombudsman Nancy A. Abell Voice: 301-286-5867 Fax: 301-286-1714 E-mail: Nancy.A.Abell@nasa.gov
The due date for responses will not be extended.
Any referenced notes may be viewed at the following URLs linked below.
Please provide written comments to B. Faye Johnson (Betty.F.Johnson@nasa.gov).
Note: POC information is incorrect. See below
Point of Contact
Name: B Faye Johnson
Title: Contracting Officer
Phone: 301-286-4241
Fax: 301-286-1602
Email: Betty.F.Johnson@nasa.gov