NASA Solicitation; Extravehicluar Activity Space Operations Contract
Synopsis – Jan 16, 2009
General Information
Solicitation Number: NNJ10280030R
Posted Date: Jan 16, 2009
FedBizOpps Posted Date: Jan 16, 2009
Original Response Date: Feb 04, 2009
Current Response Date: Feb 04, 2009
Classification Code: 99 — Miscellaneous
NAICS Code: 336419 – Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
Contracting Office Address
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BT
Description
NASA/JSC has a requirement for contractor products and services to support Extravehicular Vehicle Activity (EVA) Systems. These products and services include Extravehicular Mobility Unit (EMU) Space Suit sustaining engineering and processing; EVA tools sustaining engineering and processing; continued implementation of Shuttle Transition and Retirement (StaR) effort to support ISS without Shuttle flights, ISS hardware integration and mission planning, and EVA hardware research and development. This acquisition will support the EVA requirements for International Space Station Program (ISS) through FY2020. Two options will be included to provide EVA support for any SSP flights in FY2011 and FY2012 should retirement of the Shuttle be postponed.
The existing EMU Space Suit for Shuttle and ISS was developed for the Shuttle program and has been in use since the early 1980’s. It is not compatible with the requirements for the Constellation Space Suit System (CSSS) being acquired under a separate solicitation.
NASA/JSC intends to acquire the Extravehicular Activity (EVA) Systems products and services from Hamilton Sundstrand Space Systems International, Inc. (HSSSI), on a noncompetitive basis. In accordance with FAR 6.302-1(a)(2) entitled “Only one responsible source and no other supplies or services will satisfy agency requirements”, HSSSI has been determined to be the only company that possesses the unique capabilities necessary to accomplish this acquisition. The EVA services and supplies to be included in this procurement have been deemed to be available only from the Extravehicular Mobility Unit (EMU) original source for the continued provision of highly specialized products and services. Award to any other source will result in a substantial duplication of cost to the Government that will not be recovered through competition.
Design and development of EMU LSS test stands and test rigs took place utilizing HSSSI corporate assets. Thirty-seven test stands and rigs necessary for the performance of this work are HSSSI capital equipment and are not available to provide to other vendors. Additionally, to meet the EMU OEM requirements, HSSSI developed highly specialized manufacturing processes, process specifications, design and manufacturing notebooks, and detailed instructions, which are used for: 1) EMU LSS component manufacturing, assembly, disassembly, 2) EMU LSS component inspection, wear and tear assessment, test and refurbishment, and 3) EMU LSS integration into the EMU suit system. HSSSI is the only contractor that possesses the above documentation. The documentation is proprietary to HSSSI and therefore is not available to provide to other vendors.
A full and open competition of all of the requirements for the EVA Systems contract, resulting in an award to a non-incumbent, would require the non-incumbent to gain all of the above unique capabilities of the incumbent. These processes, procedures, and capabilities are critical and essential elements in the successful performance of this scope of work.
In summary, a full and open competition for all of the EVA Systems requirements would require the transition of critical responsibilities to another contractor which would result in a significant increase in risk to mission assurance coupled with an extensive time requirement (estimated to be 3-years) to establish the essential elements for success explained above. This would ultimately result in a substantial duplication of cost to the Government. The Government could not expect to regain these costs through competition during the life expectancy of the EMU program.
The contract type for this acquisition will be Cost plus Award Fee (CPAF). The contract will be performance-based, with a small portion of the contract identified as IDIQ.
The Place of Performance is Windsor Locks, Connecticut, and Houston, Texas.
The Period of Performance for this effort is contemplated to be 10 years, consisting of a five year base period, five one year options, and two options to support any SSP flights in FY2011 and FY2012.
The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26.
See Note 22.
The NAICS Code and Size Standard are 336419 and 1,000 employees, respectively.
The DPAS rating for this procurement is DO-C9.
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. local time on February 4, 2009. 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 acceptable, but shall not be considered formal. All formal responses to this posting shall only be submitted and accepted via e-mail.
All responsible sources may submit an offer which shall be considered by the agency.
An Ombudsman has been appointed. See NASA Specific Note “B”.
Any referenced notes may be viewed at the following URLs linked below.
No solicitation exists; therefore, do not request a copy of the solicitation.
Point of Contact
Name: Susan L. Stefanovic
Title: Contract Specialist
Phone: 281-483-5485
Fax: 281-483-0503
Email: susan.l.stefanovic@nasa.gov
Name: Caroline M. Root
Title: Contracting Officer
Phone: 281-483-4140
Fax: 281-483-3106
Email: caroline.m.root@nasa.gov