Status Report

NASA Solicitation: Space Shuttle Landing and Research Aircraft Support Services

By SpaceRef Editor
May 30, 2012
Filed under , , ,

Synopsis – May 29, 2012

General Information

Solicitation Number: NND13435932R
Posted Date: May 29, 2012
FedBizOpps Posted Date: May 29, 2012
Recovery and Reinvestment Act Action: No
Original Response Date: Jun 13, 2012
Current Response Date: Jun 13, 2012
Classification Code: C — Architect and engineering services
NAICS Code: 541330

Contracting Office Address

NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273

Description

NASA/DFRC has a requirement for continuation of Shuttle landing facilities and equipment transition and retirement (T&R). The contract originally required Lockheed Martin Services, Inc. (LMSI) to provide management and technical personnel to operate, maintain and repair Space Shuttle landing aids and communications equipment. This effort includes removing all shuttle assets from instrumented runways and accomplishing inventory, shipping and disposing of Space Shuttle equipment and facilities, operated/utilized and/or maintained by the contractor.

NASA/DFRC intends to extend the current fixed price/cost plus no fee contract (NND09AA02C) with LMSI for six (6) months, from October 1, 2012 through March 31, 2013, to perform the required services. The statutory authority for proceeding with this acquisition is 10 U.S.C. 2304(c)(1), Only one responsible source and no other supplies or services will satisfy Agency requirements.

Lockheed’s history with the Space Shuttle Program (SSP) at NASA DFRC extends back over 30 years, since inception of space shuttle operations at the Center. This experience gives LMSI unique and intimate knowledge of the all Shuttle launch, on orbit, landing and turnaround support operations at the Edwards Air Force Base. This knowledge derives from Lockheed performing the following significant activities:

* Shuttle facilities operations, maintenance and repair, including operating and maintaining the mate/de-mate facility, hangar, hangar shops, warehouses, aircraft technical training facility, storage and support facilities.

* Shuttle landing support equipment operations and maintenance, including the NASA convoy command vehicle and communications/video.

* Installation, set up, commissioning, inspections, calibration, operation, repair, maintenance, and coordination of support for all Shuttle visual landing systems, including the microwave scanning beam landing system.

* Provide coordination and day-to-day operations of the Shuttle payloads processing, general metrology/calibration system/support and aeronautical energy systems facilities.

These activities and facilities are exclusive to the Agency’s Shuttle program. They involve very specialized understanding of the respective operational, functional and maintenance requirements of each activity. The skills and experience acquired by LMSI in safely performing the Shuttle support services required by the contract, and in performing that effort, are imperative to effectively performing the T & R services anticipated by this procurement.

This procurement will require Lockheed to continue the process of safely and effectively dismantling, performing inventory, shipping or otherwise disposing of the Shuttle program facilities and equipment mentioned above. Having operated and maintained these items during the course of providing Shuttle support services, Lockheed is uniquely familiar with how to most safely and efficiently perform the T & R effort.

No other known firm could replicate these services without the government incurring the significant duplicate costs and unacceptable delays and safety risks associated with training and supervising employees unfamiliar with the peculiarities evidenced above in Shuttle operations. Additionally, replacing contractors for the relatively short-term of 6 months dedicated to continuing and concluding Shuttle T & R services would be unnecessarily disruptive, assuming retention of incumbent employees, due to changes in company compensation packages.

The Government does not intend to acquire a commercial item or service using FAR Part 12.

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 June 13, 2012. 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 not acceptable in response to this notice.

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

NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html .

Point of Contact

Name: Richard M Swanson
Title: Contracting Officer
Phone: 661-276-3337
Fax: 661-276-2904
Email: Richard.M.Swanson@nasa.gov

SpaceRef staff editor.