Status Report

NASA JSC Solicitation: Human Spaceflight Processing Services

By SpaceRef Editor
March 5, 2012
Filed under , ,

Synopsis – Mar 02, 2012

General Information

Solicitation Number: NNJ12ZBV001R
Posted Date: Mar 02, 2012
FedBizOpps Posted Date: Mar 02, 2012
Recovery and Reinvestment Act Action: No
Original Response Date: Mar 19, 2012
Current Response Date: Mar 19, 2012
Classification Code: A — Research and Development
NAICS Code: 541712

Contracting Office Address

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

Description

NASA/JSC plans to extend the period of performance with United Space Alliance, LLC (USA) to provide Operations and Maintenance (O&M) of assigned Space Shuttle Program (SSP) Ground Systems and Ground Operations Capabilities and Special Studies associated with existing ground operation capabilities at the Kennedy Space Center (KSC). USA currently provides these services under an existing Justification for Other than Full and Open Competition (JOFOC) on the Space Program Operations Contract, NNJ06VA01C. The intent and coverage of this JOFOC is to allow KSC customers and/or NASA programs of record to obtain services during this “gap” period until full implementation of the Test and Operations Support Contract (TOSC) is in place to support these requirements. The TOSC request for proposal contains the requirements necessary to support the O&M of assigned SSP ground systems and ground operations. When the original JOFOC was approved, the start date of the TOSC was anticipated to be no later than October 1, 2012. However, now the start date is anticipated to be in January 2013. This extension is imperative in order to maintain and sustain the critical Ground Support Equipment, Facilities, and infrastructure at KSC. The services that will be performed during this “gap” period include:

1. The Contractor shall continue to perform O&M on a limited number of Space Program Operations Contract (SPOC) baselined SSP ground systems as assigned by the Government to ensure system viability and operational expertise remains available during the transition period and before the new Test and Operations Support Contract (TOSC) is awarded. The assigned SSP ground systems may include, but is not limited to: Ground Support Equipment (GSE) in the SSP Launch Processing Areas, such as: Vehicle Assembly Building (VAB), Launch Complex 39 Pads A & B, Mobile Launch Platforms (MLPs)/Mobile Launcher (ML), Rotation Processing & Storage Facility (RPSF), Assembly & Refurbishment Facility (ARF), and Launch Control Center (LCC). It will also include Fixed Cranes, Powered Doors, and Structures in SSP Launch Processing Facilities (i.e. – VAB, Pads, MLPs/ML, RPSF, ARF) and Transporters (i.e. – Crawler-Transporters). The O&M of GSE systems includes making the unique systems and capabilities available to future programs for manufacturing, i.e., utilizing the Thermal Protection System Facility (TPSF) to manufacture thermal protection systems test articles and/or production runs until transfer to TOSC.

2. The Contractor shall provide ground operations capabilities support and special studies for human spaceflight ground and launch operations which includes transfer of unique ground operations experience from the shuttle program, such as flight hardware/systems and maintenance of ground systems (GSE and Infrastructure), which can be used to enhance future spacecraft and launch vehicles. Special study activities may include support to NASA for the development, modeling simulation and analysis of items such as concept of operations; design for operability; processing strategies; and reliability, maintainability, and supportability. The Contractor shall provide their ground operations expertise in support of NASA-led design and concept reviews of human spaceflight ground systems and flight elements.

The delay in the award and full implementation of the TOSC has put NASA in a position where there will be no contract in place to support ground systems and ground operations capabilities at KSC after September 30, 2012. USA is uniquely positioned to provide the required services as they will be on-site at KSC performing program and contract transition and retirement/closeout activities through September 30, 2013. In addition, USA has the unique knowledge, skills and expertise of human space flight and associated functions based on their 15+ years of experience. USA is uniquely qualified due to their familiarity with KSC ground systems, processes, and infrastructure involved in human spaceflight operations. This expertise would be difficult to obtain from another contractor not only because of the time and cost associated with the certification and training of employees, but also in replicating the expertise that currently resides within USA’s workforce.

QUESTIONS REGARDING THIS SYNOPSIS SHOULD BE DIRECTED IN WRITING TO: KARI.R.CEZAT@NASA.GOV. The Government does not intend to acquire a commercial item using FAR Part 12. See Notes 22 and 26. 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. EST on March 19, 2012. 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 has been appointed. See NASA specific “Note B”.

Point of Contact

Name: Andrea L. Browne
Title: Contracting Officer
Phone: 281-483-1172
Fax: 281-244-6102
Email: andrea.browne-1@nasa.gov

Name: Shari K. Miller
Title: Contracting Officer
Phone: 281-483-7449
Fax: 281-483-9632
Email: shari.k.miller@nasa.gov

SpaceRef staff editor.