NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

WALLOPS RESEARCH RANGE SERVICES BRIDGE CONTRACT


Synopsis - Sep 26, 2008

General Information
Solicitation Number: N/A
Reference Number: NNG09256107WRR
Posted Date: Sep 26, 2008
FedBizOpps Posted Date: Sep 26, 2008
Original Response Date: Oct 10, 2008
Current Response Date: Oct 10, 2008
Classification Code: D -- Information technology services, incl. telecom services
NAICS Code: 517919 - All Other Telecommunications

Contracting Office Address
 
NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 210.W, Wallops Island, VA 23337

Description
 
NASA/GSFC/Wallops Flight Facility (WFF) plans to issue a Request for Proposal (RFP) on a Cost Plus Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) basis for services necessary for Wallops Research Range (WRR) instrumentation operations and maintenance; support services; training; command, control, communications, information and computer systems services; and testing, engineering, modifying and installing communications and electronic systems in support of WRR customers the launch of orbital and large suborbital space hardware from Wallops Flight Facility. Period of performance will be January 9, 2009 through July 8, 2009. GSFC/WFF requires support of GSFC’s Suborbital and Special Orbital Projects Directorate for a maximum of 6 months to bridge WRR services between the existing Near Earth Networks Services (NENS) contract expiring January 8, 2009 and a subsequent Range Operations Contract (ROC) to be awarded in the July 2009 timeframe. Specific services include program management services, financial management, property management, configuration management quality assurance, security management, safety and health management, radar operation, telemetry operation, range timing, communications, command control, range control center, photography and video, meteorology, mobile electric power, mechanical systems, range scheduling, Wide Area Network (WAN) services, shipping services, test equipment calibration services, and range engineering services. Anticipated major missions during this 6 month time-frame include: Poker Flat, Alaska Sounding Rocket Campaign including 8 rocket launches over a three-month period, the U.S. Air Force's TacSat-3 satellite spacecraft launch from WFF, and NASA’s Max Launch Abort System launch at WFF demonstrating an alternate crew abort method for NASA’s Constellation Program, and numerous Space Shuttle, UAV, U.S. Navy ship certification, sounding rocket, aircraft, balloon, and research airfield missions.

NASA/GSFC/WFF intends to procure the services on a noncompetitive basis from Honeywell Technology Solutions Inc. (HTSI) in accordance with 10 U.S.C 2304(c)(1), as implemented by FAR 6.302-1, "only one or a limited number of responsible sources and no other types of supplies or services will satisfy agency requirements and pursuant to FAR 6.302-1(a)(iii). This contract is a follow-on bridge for the continued provision of highly specialized services and award to any other source would result in both substantial duplication of cost to the Government and unacceptable delays in fulfilling the agency’s requirements. HTSI has the combined training, experience, and expertise to provide uninterrupted continuation of mission critical support to Wallops Flight Facility, Wallops Island, Virginia. No phase-in period will be available due to the short duration of this contract. A contractor Phase-out Plan will also be required.

The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26.

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 October 10, 2008. 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 an acceptable in response to this notice.

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

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:Therese L. Patterson
Title:Contract Specialist
Phone:757-824-1066
Fax:757-824-1974
Email:Therese.L.Patterson@nasa.gov

Name:Bernard J Pagliaro
Title:Procurement Manager
Phone:757-824-1277
Fax:757-824-1974
Email: Bernard.J.Pagliaro@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: