Search Contract Opportunities

Extension of Extravehicular Activity Space Operations Contract (ESOC), NNJ10TB01C, through Fiscal Year 2030 - 80JSC023ESOC   2

ID: 80JSC023ESOC • Type: Special Notice

Description

Posted: Jan. 20, 2023, 2:48 p.m. EST

NASA/Johnson Space Center (JSC) (Agency) has a requirement for contractor products and services to support legacy Extravehicular Activity (EVA) systems for the International Space Station (ISS). These products and services include legacy Extravehicular Mobility Unit (EMU) Space Suit sustaining engineering and processing; EVA tools/crew aid sustaining engineering and processing; hardware integration and mission planning; and EVA hardware development as needed to sustain the EMU and associated hardware through the lifecycle of the legacy EMU program.

NASA/JSC intends to contract with Hamilton Sundstrand Space Systems International, Inc. (HSSSI) [doing business as Collins Aerospace] for these requirements on a sole source basis, beginning in October 2024 to support full and complete utilization of the ISS through at least 2027 (and potentially through 2030). These requirements are being procured through HSSSI, as they are the only proven responsible source that can satisfy Agency requirements for the legacy EMU EVA system. The original EVA EMU requirements were procured utilizing full and open competition and the resulting contract was awarded to HSSSI in 1977.

HSSSI is the only company that possesses the complete set of unique capabilities and the expertise required toprovide an end-to-end solution for the legacy ISS EVA systems, and provide event-to-event processing and sustaining engineering necessary to meet the Government's minimum needs. Some of the required assets to sustain the EMU were developed utilizing HSSSI corporate assets, and are not available to provide to other vendors. Additionally, to meet the EMU Original Equipment Manufacturer (OEM) requirements, HSSSI developed highly specialized manufacturing processes, process specifications, design and manufacturing notebooks, and detailed instructions to support the EMU hardware. This documentation is proprietary to HSSSI and, therefore, is not available to be provide to other vendors.

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

Interested companies may submit their capabilities and qualifications statement to perform the effort via email to the Contracting Officer at jon.prihoda@nasa.gov, no later than 4:30 p.m. Central Daylight Time (CDT) on February 16, 2023. Such capabilities/qualifications will be evaluated solely for determining whether 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. Responses cannot exceed three (3) pages. Any pages exceeding this threshold will be discarded and will not be evaluated.

Oral communications are not acceptable in response to this notice.

All respondents may submit a capabilities statement that shall be considered by the agency.

NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf

For purposes of determining small business goals for this procurement, entities from the various small business categories that may be interested in subcontracting opportunities may submit their information via email to the Contracting Officer at jon.prihoda@nasa.gov, no later than 4:30 pm CDT on February 16, 2023. Responses must include the following: name and address of firm, size of business; average annual revenue for past three (3) years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; 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). All responses, including capability statements, are not to exceed three (3) pages in length. Any pages exceeding this threshold will be discarded and will not be evaluated.

Technical questions should be directed to: mark.elder-1@nasa.gov.

Procurement related questions should be directed to: jon.prihoda@nasa.gov.

Posted: Jan. 17, 2023, 7:00 a.m. EST

Overview

Response Deadline
Feb. 16, 2023, 5:30 p.m. EST (original: Feb. 12, 2023, 5:30 p.m. EST) Past Due
Posted
Jan. 17, 2023, 7:00 a.m. EST (updated: Jan. 20, 2023, 2:48 p.m. EST)
Set Aside
None
Place of Performance
Houston, TX 77058 United States
Source
SAM

Current SBA Size Standard
1050 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Sole Source
On 1/17/23 Johnson Space Center issued Special Notice 80JSC023ESOC for Extension of Extravehicular Activity Space Operations Contract (ESOC), NNJ10TB01C, through Fiscal Year 2030 - 80JSC023ESOC due 2/16/23.
Primary Contact
Name
Jon Prihoda   Profile
Phone
(281) 244-6959

Secondary Contact

Name
Portia S. Keyes   Profile
Phone
(281) 792-8682

Documents

Posted documents for Special Notice 80JSC023ESOC

Question & Answer

Opportunity Lifecycle

Procurement notices related to Special Notice 80JSC023ESOC

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice 80JSC023ESOC

Similar Active Opportunities

Open contract opportunities similar to Special Notice 80JSC023ESOC

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA JOHNSON SPACE CENTER
FPDS Organization Code
8000-JSC00
Source Organization Code
100167400
Last Updated
March 3, 2023
Last Updated By
jonathan.p.prihoda@nasa.gov
Archive Date
March 4, 2023