Status Report

NASA International Space Station Vehicle Sustaining Engineering Contract

By SpaceRef Editor
July 24, 2013
Filed under , ,

Synopsis – Jul 23, 2013

General Information

Solicitation Number: NNJ13477955R
Posted Date: Jul 23, 2013
FedBizOpps Posted Date: Jul 23, 2013
Recovery and Reinvestment Act Action: No
Original Response Date: Aug 08, 2013
Current Response Date: Aug 08, 2013
Classification Code: A — Research and Development
NAICS Code: 336414

Contracting Office Address

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG

Description

NASA/JSC (Agency) has a requirement for the International Space Station (ISS) vehicle sustaining engineering management and support for the life of the ISS Program. Requirements include sustaining engineering of United States On Orbit Segment (USOS) hardware and software and common hardware provided to International Partners/Participants, Government-Furnished Equipment (GFE) owners, and payload developers; Post Production Support (PPS) of USOS hardware and common hardware provided to the International Partners/Participants and GFE providers; and technical integration across all of the ISS segments and with Visiting Vehicles. Requirements also include ISS end-to-end subsystem management for the majority of ISS subsystems and specialty engineering disciplines; and USOS and integrated system certification of flight readiness.

NASA/JSC intends to contract with the Boeing Company for these requirements on a sole source basis, beginning in October 2015 for a period up to the end of the ISS Program (2020 or beyond). These requirements are being procured through The Boeing Company as they are the only proven responsible source that can satisfy Agency requirements. The Boeing Company has been under contract with NASA since 1993 as the developer and sustainer of the ISS USOS. There is an extensive amount of hardware and software interfaces for the International Partners/Participants and modules and hardware and commercial vehicles, much of which is complicated, unique, one-of-a-kind, and developed specifically for the ISS which is developed by The Boeing Company. Additionally, Boeing is responsible for the integration and certification of the USOS with the ISS System (entire vehicle across USOS, International Partner segments, and visiting vehicles). The Boeing Company also has highly specialized expertise, working relationships with International Partners, and corporate knowledge required to maintain the complex ISS elements and system architectures during the continuous on-orbit operations of the ISS vehicle. The ISS vehicle sustaining engineering management and support for the life of the ISS Program may be procured using multiple options and/or one or more contract modifications.

The Government does not intend to acquire a commercial item using FAR Part 12.

Interested organizations may submit their capabilities and qualifications statement to perform the effort in writing to the Contracting Officer, Attn: Kendrea D. Vallien (kendrea.d.vallien@nasa.gov), no later than 4:30 p.m. Central Daylight Time (CDT) on August 08, 2013. 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.

Reponses cannot exceed five (5) pages. Any pages exceeding this threshold will be discarded and will not be evaluated.

Oral communications are not acceptable in response to this notice.

All respondents may submit a capabilities statement which shall be considered by the agency.

NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html .

For purposes of determining small business involvement in this procurement, parties from the various small business categories that may be interested in subcontracting opportunities may submit their information in writing to the Contracting Officer, Attn: Kendrea D. Vallien (kendrea.d.vallien@nasa.gov), no later than 4:00 pm CDT on August 08, 2013.

Responses must include the following: name and address of firm, size of business; average annual revenue for past three (3) years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact – address and phone number). All responses, including capability statements, are not to exceed five (5) pages in length.

Technical questions should be directed to: lorraine.o.anderson@nasa.gov. Procurement related questions should be directed to: kendrea.d.vallien@nasa.gov.

No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service (NAIS). It is the potential responder’s responsibility to monitor these sites for the release of any solicitation or synopsis.

Point of Contact

Name: Kendrea Vallien
Title: Contracting Officer
Phone: 281-244-7176
Fax: 281-244-2370
Email: kendrea.d.vallien@nasa.gov

Name: Jeremy G. Pierre
Title: Contracting Officer
Phone: 281-244-7561
Fax: 281-244-2370
Email: jeremy.g.pierre@nasa.gov

SpaceRef staff editor.