Status Report

NASA JSC Solicitation: Human Spaceflight Processing Services

By SpaceRef Editor
September 25, 2010
Filed under , ,

Synopsis – Sep 24, 2010

General Information
Solicitation Number: NNJ06VA01C
Posted Date: Sep 24, 2010
FedBizOpps Posted Date: Sep 24, 2010
Recovery and Reinvestment Act Action: No
Original Response Date: Oct 12, 2010
Current Response Date: Oct 12, 2010
Classification Code: A — Research and Development
NAICS Code: 336414 – Guided Missile and Space Vehicle Manufacturing

Contracting Office Address

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

Description

NASA/JSC has a requirement for the acquisition of human spaceflight processing services at the Kennedy Space Center (KSC)for:

1. Operation and Maintenance (O&M) of Space Shuttle Program (SSP) Ground Systems. 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 a new contract 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 (MLP’s)/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, Pad’s, MLP’s/ML, RPSF, ARF) and Transporters (i.e. – Crawler-Transporters).

2. Ground Operations Capabilities and Special Studies for Human Spaceflight Ground Operations. 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.

3. USA currently provides the above services under an existing Justification for Other Than Full and Open Competition (JOFOC). In the event that the Constellation Program is no longer the program of record, this JOFOC will supercede this effort.

NASA/KSC intends to purchase the services from United Space Alliance, LLC. The support is planned to be provided under the existing Space Program Operations Contract (SPOC), NNJ06VA01C, through September 30, 2012, by which time agency requirements for contracts can be defined. It is anticipated that competitive contract(s) will be in place to provide these services by FY2013. This interim course of action is necessitated, in part, from the cancellation of the Exploration Ground Launch Services (EGLS) procurement on February 12, 2010, but also from the Agency need to redefine and verify KSC’s underlying processing and operations requirements based on evolving programmatic changes and the outcome(s) of the scenarios under consideration by the White House and the Congress once the pending determinations are completed. The EGLS request for proposal (RFP) contained the requirements necessary to support the O&M of assigned SSP ground systems and ground operations. However, the EGLS procurement cancellation has put NASA in a position where there will be no contract to perform the O&M and ground operations at KSC. USA is uniquely positioned to provide the required services as they will be on-site at KSC performing program and contract T&R/closeout activities through September 30, 2012. 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 October 12, 2010. 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: Shari K. Miller
Title: Contracting Officer
Phone: 281-483-7449
Fax: 281-483-9632
Email: shari.k.miller@nasa.gov

SpaceRef staff editor.