NASA Solicitation: Mission and Program Integration
Synopsis – Jul 28, 2011
Modification 01 – Posted on Jul 29, 2011
General Information
Solicitation Number: NNJ11401774R
Posted Date: Jul 28, 2011
FedBizOpps Posted Date: Jul 28, 2011
Recovery and Reinvestment Act Action: No
Original Response Date: Aug 05, 2011
Current Response Date: Aug 05, 2011
Classification Code: A — Research and Development
NAICS Code: 541712 – Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
Set-Aside Code: Total Small Business
Contracting Office Address
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
Description
NASA/JSC plans to issue a Request for Proposal (RFP) for Mission and Program Integration (MAPI) services.
The MAPI contract will support International Space Station (ISS) mission integration and provide program integration and control products and services. The purpose of the ISS is to conduct physical, engineering, and life sciences research for the benefit of life on Earth and to advance exploration of our solar system and enable commerce in Space. The Contractor is to provide products and services in support of the following functional areas:
* Development of tactical plans to identify essential tasks and provide cargo requirements for crews and critical ISS supplies to the ISS,
* Definition, integration, and documentation of ISS mission requirements and priorities,
* Update of analyses and plans as on-orbit activities, launch vehicle schedules and unplanned events occur,
* Oversight of implementation with launch vehicle organizations to ensure cargo is delivered as planned and coordinate changing requirements,
* Real-time operations to work issues and provide program guidance and reporting,
* Post-flight reporting of accomplishments and results.
* Program Management of contract scope;
* Business Management functions (resources, schedule development, assessments)
* Program Configuration Management (CM)/ Data Management and Integration (DMI);
* Program Information Technology;
* International Integration;
* Systems Analysis and Integration;
* Robotics integration;
* Engineering and Technical Services;
* Safety and Mission Assurance
This procurement is a total small business set-aside. The NAICS Code and Size Standard are 541712 and 500 employees respectively.
All responsible sources may submit an offer which shall be considered by the agency.
The anticipated release date of the Draft RFP about November 2011. The anticipated release date of the RFP is about December 2011 with an anticipated offer due date of about February 2011.
NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is Melanie Saunders and may be reached at Melanie.saunders-1@nasa.gov or 281-483-0490.
This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. This document is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Interested offerors or vendors having the required specialized capabilities to meet the above requirements should submit the following:
1) a capability statement indicating the ability to perform all aspects of the effort described herein.
2) Input regarding what contract type would be most feasible with supporting rationale
3) Input regarding what contract incentives would be feasible to incentivize positive performance with supporting rationale.
4) Input regarding length of contract (including consideration of option periods) with supporting rationale.
Responses must be 10 pages or less and include the following: name and address of firm, size of business; number of employees; ownership; whether they are large, or any category of small business.
All responses shall be submitted to Julie K. Karr no later than August 5, 2011. Please reference NNJ11401774R in any response. Any referenced notes may be viewed at the following URLs linked below. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.
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 Business Opportunities home page is http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin= . These documents will also reside on http://procurement.jsc.nasa.gov/mapi/ .
It is the offeror’s responsibility to monitor the Internet sites 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).
All contractual technical questions must be submitted in writing (e-mail). Telephone questions will not be accepted.
Point of Contact
Name: Julie K. Karr
Title: Contracting Officer
Phone: 281-483-9782
Fax: 281-244-2370
Email: julie.k.karr@nasa.gov
Name: Lara N. Procknow
Title: Contract Specialist
Phone: 281-483-0155
Fax: 281-244-2370
Email: lara.n.procknow@nasa.gov