Status Report

NASA Solicitation: JPL Deep Space Network Maintenance and Operations Request for Information

By SpaceRef Editor
August 15, 2011
Filed under , ,

Synopsis – Aug 09, 2011

General Information
Solicitation Number: MP-11-02
Posted Date: Aug 09, 2011
FedBizOpps Posted Date: Aug 09, 2011
Recovery and Reinvestment Act Action: No
Original Response Date: Sep 22, 2011
Current Response Date: Sep 22, 2011
Classification Code: A — Research and Development
NAICS Code: 517919 – All Other Telecommunications

Contracting Office Address

4800 Oak Grove Drive, Mail Stop 190-205, Pasadena, California 91109-8099

Description

The California Institute of Technology’s Jet Propulsion Laboratory (JPL) operating under prime contract with the National Aeronautics and Space Administration (NASA), seeks to identify potential sources interested in responding to a Request for Information (RFI) for the maintenance and operation (M and O) of the Deep Space Network (DSN) (referred to as the Network). SOURCES SOUGHT: This is not a solicitation announcement. This is RFI only.

The purpose of this RFI is to gain knowledge of potential qualified sources and their classifications (i.e., small business, woman-owned, small disadvantaged, veteran-owned, service-disabled/veteran-owned, HUBZone or large business) relative to NAICS Code 517919 – All Other Telecommunications; Size Standard $25M. Responses to this RFI will be used by JPL to make appropriate acquisition decisions. The Network facilities covered by this RFI include the following key facilities: (1) Goldstone Deep Space Communications Complex (GDSCC) in Barstow/Ft. Irwin, CA; (2) Deep Space Operations Control Center (DSOCC) at JPL in Pasadena, CA; (3) Development and Test Facility (DTF-21) in Pasadena, CA; and (4) Merritt Island Launch Support Facility (MIL-71) at Kennedy Space Center, FL. DSN

WEBSITE: For more information visit: http://deepspace.jpl.nasa.gov/dsn/index.html

SCOPE: The Subcontractor shall provide M and O of the GDSCC and DSOCC; provide program integration; prepare the Network for mission support; analyze Network performance; provide logistical and technical services that support the Network (including overseas locations); and, perform product engineering for designated subsystems. The Subcontractor will be expected to provide services that include the following specific areas: (1) Real-time network operations control (24/7); (2) Performance analysis (including metrics collection and analysis) and problem resolution; (3) Network engineering support of JPL; (4) Engineering development for network facilities (heating ventilation and air conditioning (HVAC), power generation and distribution, fire detection and suppression systems, and civil engineering); (5) Product development testing and spacecraft compatibility test support; (6) Mission-operations planning for flight project support; (7) Radar and radio astronomy support; (8) Logistical support, including spares management, shipping and receiving, and configuration management (including overseas locations); and (9) All central management functions necessary to support the above shall include program management; cost control; financial management and reporting; procurement services; safety; health and environmental planning; IT security and physical security planning; facilities management; property management; environmental management; export compliance; administrative support; documentation support; and, workmanship assurance.

STATEMENT OF CAPABILITIES: If your company is interested and capable of being the prime contractor on this effort, JPL requests a direct but concise response to the following key points regarding your company’s capabilities: (1) Describe your capabilities and corporate resources to perform a Subcontract of this size and complexity; (2) Describe your financial resources available to operate a Subcontract of this size; (3) Describe your related experience (not to exceed four (4) experiences) including sponsor, point of contact, contract number, similarities to the proposed scope, average number of employees working on contract, size in acres of facility where work was performed. Identify any experiences with geographically diverse facilities. JPL requests that interested parties respond in written form not to exceed five (5) pages in length. Please include your (1) company name; (2) cage code; (3) contact information; and (4) size classification for NAICS Code 517919 (i.e., small business, woman-owned, small disadvantaged, veteran-owned, service-disabled/veteran-owned, HUBZone or large business).

RESPONSE DUE: All responses to the RFI are due no later than September 22, 2011 to JPL, Attention: Business Opportunities Office, M/S 190-205, 4800 Oak Grove Drive, Pasadena, CA 91109-81099 or via E-Mail to maryhelen.ruiz@jpl.nasa.gov

DISCLAIMER: It is emphasized that the requested information is for preliminary planning purposes only and does not constitute a commitment, implies or otherwise, that JPL will solicit you for such procurement in the future. Neither JPL nor the Government will be responsible for any costs incurred by you in the furnishing this information. Prospective contractors are advised that any information provided shall be deemed to be furnished with unlimited rights to JPL, with JPL assuming no liability for the disclosure, use, or reproduction of such data.

Point of Contact

Name: Mary Helen Ruiz
Title: JPL Business Opportunities Office
Phone: 818-354-7532
Fax: 818-393-1746
Email: maryhelen.ruiz@jpl.nasa.gov

SpaceRef staff editor.