Indiana Bids > Bid Detail

Post-Delivery/On-Orbit Support Increase

Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159172312523001
Posted Date: Nov 16, 2022
Due Date: Dec 1, 2022
Solicitation No: NNG10XA06C
Source: https://sam.gov/opp/0b82f51c9a...
Follow
Post-Delivery/On-Orbit Support Increase
Active
Contract Opportunity
Notice ID
NNG10XA06C
Related Notice
Department/Ind. Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Sub-tier
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Office
NASA GODDARD SPACE FLIGHT CENTER
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 16, 2022 11:04 am EST
  • Original Response Date: Dec 01, 2022 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Fort Wayne , IN 46801-1115
    USA
Description

NASA Goddard Space Flight Center (GSFC) intends to issue a modification to increase the Post-Delivery/Launch Support Task Order Pool to the Cross-Track Infrared Sounder (CrIS) contract, NNG10XA06C with L3Harris Technologies, Inc.



CrIS is a key instrument currently flying on the Suomi NPP, NOAA-20, and JPSS-2 satellites. CrIS will also fly on the JPSS-3 and -4 satellites. CrIS gathers information on greenhouse gases, primarily in the middle and upper atmosphere. Both CrIS along with ATMS provides essential atmospheric sounder information for weather forecasting. As part of this contract, L3Harris provides on-orbit Post-Delivery Support services to NPP, JPSS-1, and JPSS-2.



This modification will allow post-delivery support to continue for JPSS-2, JPSS-3 & JPSS-4. Post-delivery/launch support services include updates of satellite integration and testing, mission operations readiness support and training, launch site support, support through and beyond operations hand-over (required instrument life: L+7years), providing inputs to the spacecraft contractor for Instrument GSE, Simulators, EDU, and/or Flight Hardware as necessary as part of/in support of risk reduction testing and/or as part of/in support of observatory acceptance testing with the contractor being responsible for the operations support and performance evaluation of the instrument through satellite hand-over. This modification will increase the Post-Delivery/Launch Support task order pool by 21,000 hours.



NASA/GSFC intends to issue the modification on non-competitive basis to L3Harris Technologies, in accordance with 10 U.S.C. 2304 (c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements.



L3Harris, Inc. has the combined training, experience, and expertise to provide uninterrupted mission-critical post-delivery/launch support to JPSS. The required support is necessary to continue NPP, JPSS-1, and JPSS-2 launch instrument post-delivery/launch support. Increasing the number of task order pool hours on this contract will allow for JPSS requirements to be met. Procuring these services from any other source would greatly jeopardize the success of critical and highly visible JPSS and CrIS requirements.



The Government does not intend to acquire a commercial item 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 5:00 p.m., Eastern Standard Time, on December 01, 2022. 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 full and open competition bases, 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/Omg.html.


Attachments/Links
Contact Information
Contracting Office Address
  • GREENBELT MD 20771
  • GREENBELT , MD 20771
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >