Status Report

NASA Solicitation: Instrument Systems and Technology Engineering Services

By SpaceRef Editor
December 30, 2011
Filed under , ,

Synopsis – Dec 29, 2011

General Information

Solicitation Number: N/A
Reference Number: NNG12ISTESRFI
Posted Date: Dec 29, 2011
FedBizOpps Posted Date: Dec 29, 2011
Recovery and Reinvestment Act Action: No
Original Response Date: Jan 23, 2012
Current Response Date: Jan 23, 2012
Classification Code: A — Research and Development
NAICS Code: 541712

Contracting Office Address

NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771

Description

The National Aeronautics and Space Administration (NASA)/Goddard Space Flight Center (GSFC) is soliciting information through this Request for Information (RFI) for work on the planned upcoming competitive acquisition entitled Instrument Systems and Technology Engineering Services (ISTES). This is not a follow-on nor a replacement for any previously existing contract. NASA solicits responses from interested parties in regard to vendor capability and interest. NASA is seeking capability statements from both large and small businesses to aid in the acquisition planning for this requirement. Small Businesses interested in this opportunity may decide to partner in a joint venture with other small and/or large businesses in order to meet the requirements in the future acquisition.

SECTION 1 – BACKGROUND

1.1 BACKGROUND INFORMATION – NASA GSFC is chartered to expand the knowledge of the earth and its environment, the solar system, and the universe through observations from space. To this end, the GSFC’s primary emphasis is in scientific investigation, in the development and operation of space systems, and in the advancement of essential technologies. In accomplishing this responsibility, GSFC has undertaken a broad program of scientific research, both theoretical and experimental, in the study of space phenomena and earth sciences. The program ranges from basic research to flight experiment developments and from mission operations to data analysis. Within the GSFC, the Applied Engineering Technology Directorate (AETD) provides and advances discipline expertise to implement all phases of a product life cycle from germination of the measurement concepts within the science laboratory, through mission definition, design, manufacture, integration, test, operation, and processing of the resultant data. AETD is comprised of five engineering divisions: the Mechanical Systems Division (MSD), the Instrument Systems and Technology Division (ISTD), the Electrical Engineering Division (EED), the Information Systems Division (ISD), and the Mission Engineering and Systems Analysis (MESA) Division. Additionally, the Instrument Management and Systems Office (IMSO) is a component of the AETD. This planned acquisition is to provide a broad range of technology related engineering support services and related multidiscipline support to the IMSO, MSD, ISTD, EED, ISD, and MESA. This support was previously and continues, for the time being, to be performed under a variety of GSFC contracts.

The scope of work under consideration for purposes of this RFI includes the performance of engineering services and related services to ISTD and related organizations throughout GSFC, as required, for the formulation, design, development, fabrication, integration, testing, verification, and operations of space flight and ground system hardware and software, including development and validation of new technologies to enable future space and science missions. Currently the ISTD gets its support through contracts held within and managed by other division and other directorates. Those contracts include but are not limited to: the GSFC Contracts MSES IIA, Contract Number NNG07CA21C with SGT; METS II, Contract Number NNG10CR16C with ARSC; ESES Interim, Contract Number NNG10CR08C with MEI; ETIS, Contract Number NNG08CA01C with Analex; SES, contract Number NNG10CR25C with Columbus Technology & Services; and PAAC III, Contract Number NNG09DA02C with ARSC.

1.2 PURPOSE OF RFI – NASA solicits responses from interested parties in regard to vendor capability and interest. NASA is seeking capability statements from both large and small businesses to aid in the acquisition planning for this requirement. This RFI is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. This document is for information and planning purposes only and to allow industry the opportunity to express the range of capability in the market. Respondents will not be notified of the results. As stipulated in FAR S 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Pursuant to FAR S 52.215-3, this RFI is protected pursuant to the Freedom of Information Act and other laws and regulations and information identified by a Respondent as “Proprietary or Confidential” will be kept confidential. It is emphasized again that this RFI is for planning and information purposes only, it is not to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited.

SECTION 2 – SCOPE OVERVIEW

2.1 STATEMENT OF NEED THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION FOR BID NOTICE. The following information is included as a description of the current requirement’s scope: Provide the personnel, materials, and facilities necessary to perform Instrument Systems Engineering and related multidiscipline services, including a broad range of services to the IMSO. The engineering areas of emphasis are multidisciplinary with concentration in the instrument engineering areas of systems engineering, optics, cryogenics, detectors, lasers and electro-optics, microwave, and related services.

SECTION 3 – RESPONSES TO RFI

3.1 TECHNICAL CAPABILITIES. In response to this RFI, interested offerors shall address the following requirements by TBD date. Respond to each item below (identify by number) by describing your ability to fully perform each activity. Document your demonstrated experience for each activity by providing objective evidence of that experience (specific but brief examples that clearly indicate the specific, demonstrated experience). If you are unable to fully perform an activity, identify such is the case, and address how you may accommodate the area(s) that you cannot currently perform.

1. Optics: Provide optical engineering support in the areas of optical design, modeling, metrology, fabrication, alignment, wave-front sensing and control, integration, and testing. Provides GSFC with a broad technical support capability in the optical physics, technology, and applications, to support the design and assure the overall reliability of spacecrafts, instruments, experiments, and ground support operations.

2. Cryogenic Engineering and Low-Temperature Physics: Provide cryogenic engineering/low-temperature physics support in the areas of system architecture and detail design, analysis, thermal modeling, fabrication, assembly, testing, and integration. Provides GSFC with a broad technical support capability in the cryogenic areas of materials, components, stored cryogens (including multi-phase), sub-Kelvin cooling, mechanical coolers, and ground support operations. Technology development and support for cryogenic laboratory operations are required.

3. Detector Systems and Design Engineering: Provide engineering support for the design, process development, fabrication, packaging and testing of detectors and other semiconductor devices as well as support for the optical and electrical characterization of focal plane systems, detector arrays, and supporting electronics. This work will typically take place in state-of-the-art cleanrooms/laboratories facilities. These detector systems require low noise levels and calibration. Provides GSFC with a broad technical support capability in the detector areas of materials, technology development, critical test software, and support for detector laboratory operations.

4. Lasers and Electro-Optics Engineering: Provide support for the conceptual, preliminary and detailed design, analysis and modeling, fabrication, assembly, and testing of Laser and Electro-Optic Components, Instruments and Systems including laser-based instruments, optical communications terminals, systems and components, electro-optic instruments, laser transmitters, laser receivers, and electro-optic components. Provides GSFC with a broad technical support capability in the laser and electro-optics areas of materials, technology development, and support for laser laboratory operations.

5. Microwave Engineering: Provide support services for all phases of microwave instrument development including the design, modeling, and simulation of advanced component and circuit design using software tools. Support the fabrication, assembly testing of microwave components and systems, including radars, radiometers, and antennas. Antennas include reflector or phased array antennas, feed horns, feed network, and electronically steerable array antennas. Develop microwave technology and support aircraft field campaigns.

6. Instrument System Engineering: Provide systems engineering support that includes, but is not limited to: architecture & design development; requirements analysis and flowdown; validation and verification; interface definition and management; technical resource budget tracking; risk analysis, reduction, and management; system milestone review; systems engineering management plan; operations concept development & support; and project planning/reviews and presentation support.

7. Related Discipline Engineering and other support: Provide engineering services and support in the areas of Project Management; Mission Systems Engineering; Flight Dynamics Engineering; Power Systems Engineering; Propulsion Systems Engineering; Guidance, Navigation and Control Engineering; Communications, Command and Data Handling Engineering; Software Engineering; Electrical and Electronics Engineering; Mission Assurance Engineering; System Safety Engineering; Occupational safety; Radiation Engineering; Ground Systems Engineering; Parts and Materials; Configuration Management Services; Planning and scheduling services; Training; CAD/CAE Facility Support; Resources Analysis Services; Documentation services; Project Support Services; Information Technology Services including IT security and systems administration; and, Property Management Support.

3.2 RESPONSE INSTRUCTIONS All written documents shall be in Microsoft Word and shall be no more than 10 pages (8.5″x 11″, using not smaller than 12 point Arial font) in length. NASA is seeking capabilities from both large and small businesses for the purposes of determining the appropriate level of competition and small business subcontracting goals for this requirement. Small Businesses interested in this opportunity may decide to partner or form a joint venture with other small and/or large businesses in order to accomplish the ISTES requirements. NASA is seeking capability statements from all potential sources for the purpose of aiding in the acquisition planning for this requirement.

3.3 ADDITIONAL INFORMATION A one-page summary shall be included with the capability statement(s), which identifies the company’s specific capabilities that are relevant to the requirement. In addition, the summary should also include the following: Name and address of company, average annual revenue for past 3 years, number of employees, type of business ownership (i.e., Large Business, Small Business, Women-Owned Small Business, Small Disadvantaged Business,8(a) Business, HUBZone, Service-Disabled Veteran-Owned Small Business, and Veteran-Owned Small Business), and location of the business. The one page summary page will not count against the maximum page limit. 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. Interested offerors shall address the requirements of this RFI in written format by electronic mail to Karen Place at: Karen.M.Place@nasa.gov no later than 4:00 PM EDT on January 23, 2012. When responding, reference ISTES RFI.

This pre-solicitation synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondent as “Proprietary or Confidential” will be kept confidential. It is emphasized that this RFI is for planning and information purposes only, it is not to be construed as a commitment by the Government to enter into a contractual agreement; nor will the Government pay for information solicited.

An ombudsman has been appointed — See NASA Specific Note “B”.

The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51

Any referenced notes may be viewed at the following URLs linked below.

It is the offeror’s responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.

Point of Contact

Name: Karen M. Place
Title: Contracting Officer
Phone: 301-286-6843
Fax: 301-286-1720
Email: Karen.M.Place@nasa.gov

SpaceRef staff editor.