Status Report

NASA Solicitation: Bioastronautics Support and Flight Hardware Development

By SpaceRef Editor
August 7, 2009
Filed under , ,

Synopsis – Aug 07, 2009

General Information

Solicitation Number: NNJ09ZBH076L
Posted Date: Aug 07, 2009
FedBizOpps Posted Date: Aug 07, 2009
Recovery and Reinvestment Act Action: No
Original Response Date: Aug 25, 2009
Current Response Date: Aug 25, 2009
Classification Code: A — Research and Development
NAICS Code: 541711 – Research and Development in Biotechnology

Contracting Office Address

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

Description

THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION TO BID NOTICE. NASA/JSC has a requirement for the continued support to the Bioastronautics Contract in the Space Life Sciences Directorate. This Cost plus Award Fee contract consists of two parts: Part 1 is the core capabilities for maintaining baseline operations readiness of the Bioastronautics facilities; Part 2 provides for medical services, research, technology development, engineering, operations support, and flight hardware. Part 2 is further divided into (i) requirements that are authorized by level-of-effort task orders and (ii) requirements authorized by issuance of Indefinite Delivery Indefinite Quantity (IDIQ) tasks. There is no intention to extend the period of performance of the current contract (May 1, 2003 through April 30, 2013), or modify the nature or scope of the contract. At this time, there is no intention to award a new non-competitive contract instrument. The current plans are to modify the existing contract to increase the IDIQ “not-to-exceed” ceiling value only.

This notice is issued by NASA/JSC to inform industry of NASA’s intent to increase the “not-to-exceed” Indefinite Delivery Indefinite Quantity (IDIQ) value of the Bioastronautics Contract, NAS9-02078.

The Bioastronautics Contract is a long-term integrated contract effort supporting a broad range of activities in Bioastronautics and Biological Sciences. The work includes fundamental and applied biomedical research; biotechnology development; operational space medicine; clinical laboratories; behavioral sciences; human factors engineering; spacecraft environment monitoring and management; space food laboratory; biomedical engineering; biomedical flight hardware requirements (including design, fabrication, and testing); payload and hardware integration.

The proposed increase to the existing “not-to-exceed” IDIQ value of the Bioastronautics Contract will help ensure seamless operations support to the International Space Station (ISS) and Constellation (CxP) Programs. Portions of the ISS support provided by Wyle under the task orders issued under the IDIQ portion of the Bioastronautics Contract have been deemed critical due to the nature of on-orbit anomaly resolution that requires real-time decisions associated with complex medical and technical solutions as well as medical operations in Russia.

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 offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.

Interested vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating their ability to perform all aspects of the effort described herein. Interested vendors may submit their capabilities and qualifications to perform the effort in writing to P. Lamar Mueller no later than 4:30 p.m. local time on August 25, 2009. If deemed applicable, such capabilities/qualifications will be evaluated solely for determining whether or not to conduct the acquisition of the prospective goods and/or services represented by the proposed increase to the “not-to-exceed” IDIQ value on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis is solely within the discretion of the Government.

Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101.

This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.

The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. Please reference NNJ09ZBH076L in any response. Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

Name: Perry L Mueller
Title: Contract Specialist
Phone: 281-483-7158
Fax: 281-244-0995
Email: Perry.l.mueller@nasa.gov

Name: Ann E. Bronson
Title: Contracting Officer
Phone: 281-483-9889
Fax: 281-244-5331
Email: ann.e.bronson@nasa.gov

SpaceRef staff editor.