The RFP Database
New business relationships start here

Payload Operations Integration Function


Alabama, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The National Aeronautics and Space Administration (NASA) Marshall Space Flight Center (MSFC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Support for the Payload Operations Integration Function (POIF) at MSFC. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.

The Marshall Space Flight Center (MSFC) requirements include the following: The contractor will be tasked to support performance of the payload operations integration function. This includes NASA and International Partner payload operations planning and data management, and multi-lateral operations product development. For US payloads and the US Laboratory systems, this effort also includes flight control of payload support systems, ensuring NASA payload safety control in all operations products, International Space Station (ISS) payload crew training, ground support personnel training and certification, NASA payload operations product development, and increment operations execution. The contractor will assist in providing the operations personnel to perform the operations product development, and staff the Payload Operations Integration Center (POIC) located at the MSFC where the real-time mission operations integration activities are performed. The contractor will provide the capability to add other mission tasks in the same discipline areas to define, or assess/evaluate operational concepts for potential implementation by MSFC ISS Payload Operations Integration Office. This work is presently being performed under the Mission Operations & Integration (MO&I) contract NNM13AA29C with Teledyne Brown Engineering.


The North American Industry Classification System (NAICS) code for this procurement is 541712, Research and Development in the Physical, Engineering and Life Sciences (except Biotechnology), Guided Missiles and Space Vehicles, Their Propulsion Units and Propulsion Parts with a size standard of 1250 employees.


Estimated award date for this contract is March 1, 2018. Estimated award amount is over $26 Million per year, for 5 years.


No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis.


Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 single-sided pages or less indicating the ability to perform all aspects of the effort described herein. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Technical questions should be directed to: steven.p.durham@nasa.gov. Procurement related questions should be directed to: Melinda E Swenson at melinda.e.swenson@nasa.gov.


The requirement is not considered a commercial type service. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted to Melinda E Swenson, Contracting Officer at melinda.e.swenson@nasa.gov no later than January 23, 2017, 10:00 a.m. Central. Please reference NNM18ZFP01L in any response.


Melinda E Swenson, Phone 2565440381, Email melinda.e.swenson@nasa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP