Status Report

NASA Solicitation: Joint Polar Satellite System Instruments for JPSS-3 JPSS-4 and Spare

By SpaceRef Editor
March 31, 2014
Filed under , ,

Synopsis – Mar 28, 2014

    Modification 01 – Posted on Mar 28, 2014  

General Information

    Solicitation Number: JPSS-3-4-Spare-Instruments

    Posted Date: Mar 28, 2014

    FedBizOpps Posted Date: Mar 28, 2014

    Recovery and Reinvestment Act Action: No

    Original Response Date: Apr 11, 2014

    Current Response Date: Apr 14, 2014

    Classification Code: A — Research and Development

    NAICS Code: 541712

Contracting Office Address

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

Description

NASA Goddard Space Flight Center (GSFC) intends to issue sole source procurements to the following companies as described: Northrop Grumman Electronic Systems – Advanced Technology Microwave Sounder (ATMS), three units; Exelis – Cross-Track Infrared Sounder (CrIS), three units; Raytheon Space and Airborne Systems – Visible Infrared Imager Radiometer Suite (VIIRS), two units; Ball Aerospace and Technologies Corporation – Ozone Mapping and Profiler Suite (OMPS), two units.

At the inception of the JPSS program, the intent was to manifest the same instruments on the JPSS-1 and JPSS-2 missions. The plans for JPSS-3 and JPSS-4 were undefined at the time, but in the intervening 18 months, NOAA has determined that the same instrument suite will meet its observational needs for those missions. NOAA has also determined that continuity of JPSS capabilities is sufficient to meet National Weather Service needs beyond 2028, and that it will be difficult to obtain the necessary budget increases for all new instrument designs before 2030. Sole-source procurements are thus sought for the instruments to be manifested on JPSS-3, JPSS-4 and a spare for early satellite or launch vehicle failure risk mitigation. Specifically, the planned JOFOC is for three each of ATMS and CrIS, and two each of VIIRS, and OMPS. The proposed procurements are for the instruments only, as the spacecraft will be procured separately.

Statutory authority for this sole source procurement is 10 U.S.C. 2304 (c)(1) – Only One Responsible Source. However, any organization who believes they can provide these items without any detrimental impact to the program mission should fully identify their interest and capabilities within 15 days after publication of the synopsis.

Interested organizations may submit their capabilities and qualifications to perform any of these efforts in writing to the identified point of contact no later than 5:00 pm EST on April 11, 2014. 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.

All responsible sources may submit an offer which shall be considered by the agency.

Oral communications are not acceptable in response to this notice.

The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. An Ombudsman has been appointed. See NASA Specific Note “B”. Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

    Name: Bruce Benjamin Tsai

    Title: Contracting Officer

    Phone: 240-684-0428

    Fax: 240-684-0428

    Email: Bruce.B.Tsai@nasa.gov

X

SpaceRef staff editor.