Status Report

NASA Mission Operations Directorate Request for Information

By SpaceRef Editor
January 22, 2013
Filed under , ,
NASA Mission Operations Directorate Request for Information

Synopsis – Jan 22, 2013

General Information

Solicitation Number: NNJ13ZBR004L
Posted Date: Jan 22, 2013
FedBizOpps Posted Date: Jan 22, 2013
Recovery and Reinvestment Act Action: No
Original Response Date: Feb 13, 2013
Current Response Date: Feb 13, 2013
Classification Code: A — Research and Development
NAICS Code: 541712

Contracting Office Address

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

Description

The NASA Johnson Space Center (JSC) Mission Operations Directorate (MOD) is considering follow-on activities to the current contracts, Facilities Development and Operations Contract (FDOC), NNJ09HD46C ending September 30, 2013 and the Integrated Mission Operations Contract (IMOC), NNJ09HA15C, ending September 30, 2013. Both contracts have an option to extend the period of performance through September 30, 2014. MOD is currently considering the merits of combining the contracts or keeping them separate. A Request for Information (RFI) is being submitted requesting industry information to consider as part of the decision making process.

A summary and functions of the current FDOC and IMOC contracts follows:

The current FDOC contract consolidates efforts across the mission operations support facilities (Mission Control Center System, Training System, Operations Technology, and User Applications) in order to maximize synergy for hardware and software development, modification, sustaining, maintenance, reconfiguration, and operations.

Key FDOC contract functions include:

* Common facility support

– Management, administrative, and business overhead

* Development and Modification (Hardware and Software)

– Change to the facility configuration including new capabilities, expansion or deletion of existing capabilities and/or services.

* Sustaining/Maintenance of existing facility capabilities

– Change to the facility configuration including updates, anomaly resolution, and preventative maintenance actions.

* Facility Operations Support

* Service and support provided to ensure configuration and availability of the ground hardware and software support systems.

* Network Support

– Engineering support services to the Mission Control Center System ground systems for communications network integration

Integrated Mission Operations Contract (IMOC) Summary:

The Integrated Mission Operations Contract (IMOC) provides support and products for the Mission Operations Directorate (MOD), Avionics and Software Office in the International Space Station (ISS) Program Office, and Flight Crew Operations Directorate (FCOD) ground-based human spaceflight operations capability development and execution. This includes support to mission preparation (Plan), crew, instructor, and flight controller training (Train), and real-time mission execution (Fly) activities related to Exploration and the International Space Station (ISS) operations. Operations capability development support is required from the contractor as NASA defines operations requirements associated with the emerging programs for the Exploration initiatives

This contract provides ISS Plan-Train-Fly (PTF) mission operations and for Human Spaceflight Operations capability development associated with Exploration initiative derived programs.

Key IMOC contract functions include:

* Vehicle/Program Design – Operations Services

– Operations personnel supporting design and development of a vehicle or program capability

* Plan

– Mission Operations tasks related to pre-mission planning, integration, analysis, and operations product development to prepare for mission execution.

– Management and development of mission planning and execution processes.

* Train

– Mission Operations tasks related to preparing, integrating, conducting, and receiving training of crews, instructors, and flight controllers.

– Certification of mission operations’ instructor and flight controller personnel.

– Management and development of training processes and products.

* Fly

– Mission Operations tasks related to real-time execution of a spaceflight mission by PTF personnel, as well as post flight debriefs and analysis.

This synopsis is a Request for Information (RFI) to solicit comments from industry regarding acquisition strategies. Industry is invited to review Attachment 1, Request for Information on Potential Procurement Approach, and provide feedback on the specific areas requested in the Attachment, as applicable.

The current IMOC and FDOC Statement of Work (SOW) and other pertinent documents are located at the procurement website: http://procurement.jsc.nasa.gov/MODP/ . These documents are for information and planning purposes only and to allow industry the opportunity to comment, as well as promote competition. The North American Industry Classification System (NAICS) Code 54172 is preliminary. The information received will not be released in its submitted form, but may be used in developing the best approach for any follow-on contract strategy and therefore may be recognizable. Please do not submit proprietary information.

Responses shall include the company name, address, and point of contact. The Government intends to release the names, addresses, and points of contact of all respondents unless specifically requested not to do so by the respondent. This information will be provided on the MODP procurement website as an “interested parties list.” All questions should be directed to the point of contact identified below.

Any communications in reference to this RFI shall cite the RFI number in the subject line and be directed to the point of contacts identified in the RFI.

In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. The Government will not pay for any information solicited. No evaluation letters and/or results will be issued to the respondents. You are requested to provide electronic responses (limited to 25 pages using no less than 12 point Times New Roman font) via e-mail to jsc-modp@mail.nasa.gov . Your response is requested by 4:00 p.m. CDT on February 13, 2013. 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. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. The Government intends to review the responses submitted by Industry. This data will not be shared outside the Government, however, the Government may use this data to develop future requirements. Data that is submitted as part of a company’s response that is marked Proprietary will not be reviewed and will be returned to the respondent.

Attachment 1: Request for Information on Potential Procurement Approach

The Mission Operations Directorate (MOD) is evaluating what would constitute the follow-on contract(s) to MOD’s current Facilities Development and Operations Contract (FDOC) and Integrated Mission Operations Contract (IMOC). MOD is considering the merits of combining contracts or keeping them separate. To assist in formulating a contract strategy, the following Request for Information (RFI) questions are offered for your consideration.

For your reference, the existing FDOC and IMOC Statement of Work (SOW) can be found at: http://procurement.jsc.nasa.gov/MODP/

In your response, indicate what aspect you are addressing

1. Contract Structure: Provide inputs on the advantages and disadvantages of combining the contracts along with rationale. Please address the following aspects/questions

a. Suggest methodology(ies)/strategies you would propose to ensure adequate technical and management performance for both Plan Train Fly (PTF) operations and facility development/sustaining for a combined contract.

b. Discuss the challenges and benefits of managing and executing a combined contract.

c. Discuss what features of a combined vs. separate contract would lead to cost savings or efficiencies and address the likelihood of success for implementing those features.

c.(i). As a minimum (but not limited to) include overall contract option implications and potential strategies for direct and indirect cost control, overall management structure, IT implications, etc.

d. Address your company’s overall skills, experience, and capabilities to execute a combined contract and whether you intend to compete for a single (which one), combined or both approach.

e. Discuss whether your company would recommend/prefer combined or separate contract options and why.

f. Any other factors/items of interest you would like NASA to consider?

2. Contract Incentives: Provide feedback regarding incentive arrangements. For instance, how should “risks versus rewards” be shared by the Government and contractor? What types of incentives would you consider to be most effective regarding a PTF and/or Facility development/operations contract, e.g., incentive fees, award fee, award term and/or other appropriate incentives for contractor performance?

3. Contract Type: Identify any portion(s) of this procurement for which fixed price contracting could be utilized and provide rationale. Identify any portion(s) of this procurement for which fixed price contracting could not be utilized and provide rationale. Provide any other feedback on contract type along with rationale.

4. Small Business:

a. How can NASA design/structure the contract to ensure that small business goals are met or exceeded?

b. Identify any areas of the FDOC and IMOC SOWs that you believe could be performed by a small business and provide rationale.

5. Metrics and Measures of Success: Provide feedback on metrics or measures of success NASA might consider to monitor the contractor’s performance.

6. Provide feedback and rationale on any other topics you would like to address regarding this potential procurement

Point of Contact

Name: Rosalie Carpentier
Title: Contracting Officer
Phone: 281-244-7147
Fax: 281-483-4066
Email: JSC-MODP@mail.nasa.gov

Name: Kathryn McLaurin
Title: Contract Specialist
Phone: 281-792-7859
Fax: 281-483-4066
Email: JSC-MODP@mail.nasa.gov

SpaceRef staff editor.