Status Report

NASA JSC Solicitation: Integrated Mission Operations Contract Extension

By SpaceRef Editor
May 6, 2011
Filed under , ,
NASA JSC Solicitation: Integrated Mission Operations Contract Extension
http://images.spaceref.com/news/corplogos/mod.jpg

Synopsis – May 05, 2011

General Information
Solicitation Number: NNJ11384963R
Posted Date: May 05, 2011
FedBizOpps Posted Date: May 05, 2011
Recovery and Reinvestment Act Action: No
Original Response Date: May 19, 2011
Current Response Date: May 19, 2011
Classification Code: A — Research and Development
NAICS Code: 541712 – Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)

Contracting Office Address

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

Description

The purpose of this synopsis is to inform industry of NASA’s intent to award a one-year, with 1 one-year option, sole source contract extension to the Integrated Mission Operations Contract (IMOC).

The Mission Operations Directorate (MOD) at NASA/JSC has developed a procurement strategy for the Fiscal Year (FY) 2013 timeframe. MOD has determined that this will result in a contract extension to IMOC, which would be awarded to United Space Alliance (USA) on a sole source basis.

This extension is designed to provide seamless operations support for the International Space Station (ISS) Program, and aid in the retention of the Space Shuttle Program (SSP) workforce until NASA can formulate new support requirements for the Multi-Purpose Crew Vehicle (MPCV) and Space Launch System (SLS).

USA has been the incumbent contractor for MOD flight operations services since being formed in 1995 giving them a unique and intimate knowledge of human spaceflight operations, capabilities and processes. The USA workforce has critical skills that need to be utilized not only to continue support to the ISS Program but also to support new MPCV and SLS programs while requirements are in development. Continuing with USA through shuttle retirement will aid in workforce stability and critical skill retention during the transition from Shuttle to MPCV and SLS. Failure to maintain a stable workforce and preserve critical skills at USA during this time of transition would have severe and serious impacts to the safety of the ISS Program and the success of the MPCV and SLS Programs.

IMOC provides flight operations, training and facilities services that are necessary to conduct mission operations preparation and execution for the ISS. IMOC also includes technical support to MOD for initial MPCV and SLS program requirements development. IMOC will provide MOD flight operations services to the ISS, MPCV, and SLS Programs.

Specifically, these services include:

* Flight analysis

* Flight design

* Vehicle consumables evaluation

* Mission timelines and procedures development

* Crew and flight controller curriculum development and training conduct

* Mission operations (preflight planning, flight operations, post flight support activities)

* Operations concept development

* Flight rules and constraints

* Support for requirements generation and assessment

* Design evaluation

The period of performance of the IMOC extension is intended to be two years, with a base period from October 1, 2012 until September 30, 2013, with a one-year option from October 1, 2013 until September 30, 2014. The NAICS Code and Size Standard for IMOC is 541712 and 500 employees, respectively.

The anticipated release date of the IMOC extension RFP is July 2011. The anticipated proposal due date for the IMOC extension is August 2011.

Interested organizations may submit their capabilities, qualifications and approach in writing to the identified point of contact not later than 4:30 p.m. local time on May 19, 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. Companies interested in subcontracting opportunities should contact USA directly. NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is:

Melanie Saunders 281-483-0490 melanie.saunders-1@nasa.gov

All contractual and technical questions must be submitted in writing (e-mail only) to J.R. Carpentier at john.r.carpentier@nasa.gov no later than May 19, 2011. Telephone or FAX questions will not be accepted.

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

Point of Contact

Name: J. R. Carpentier
Title: Contracting Officer
Phone: 281-244-7254
Fax: 281-483-2138
Email: john.r.carpentier@nasa.gov

SpaceRef staff editor.