Search Contract Opportunities

Geostationary Extended Observations (GeoXO) Imager (GXI) Instrument Implementation

ID: 80GSFC22R0044 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Sept. 16, 2022, 10:30 a.m. EDT

The purpose of this update is to post the Questions and Answers (Batch 2).

This is an amendment to the RFP. Please see amendment 1 attachments for details.

You are invited to submit a proposal in response to the National Aeronautics and Space Administration (NASA) Goddard Space Flight Center's Geostationary Extended Observations (GeoXO) Imager (GXI) Instrument Implementation solicitation. GXI will be manifested on the Geostationary Extended Observations (GeoXO) East and West satellites as the primary instrument of the GeoXO mission. GeoXO is the follow-on Program to the Geostationary Operational Environmental Satellite R (GOES-R) Series, intended to continue and enhance the GOES-R Series observations for weather forecasting. GXI is a multi-channel, visible through infrared, passive imaging radiometer used to measure environmental data. The contract scope includes the tasks and deliverables necessary to design, analyze, develop, fabricate, integrate, test, verify, evaluate, support launch, supply and maintain the instrument Ground Support Equipment (GSE), and support Mission Operations at the NOAA Satellite Operations Facility (NSOF).

NASA will conduct this acquisition as a full and open competition. The North American Industry Classification System (NAICS) code for this acquisition is 541330 and the small business size standard is $15M.

This competitive acquisition will result in a Cost-Plus-Award-Fee (CPAF) hardware contract, which includes 3 options for additional instruments, and 4 options for additional value to perform Engineering Studies, valued at $2M per option. The anticipated period of performance for this contract includes support for 10 years of on-orbit operations and 5 years of on-orbit storage, for a total of 15 years for each Flight Model (FM).

The anticipated contract award and effective date is February 2023. The contract will be performed offsite at the Contractor's facilities, and onsite at GSFC and Kennedy Space Center (KSC).

Potential offerors should pay close attention to all solicitation instructions; however, the following requirements list is summarized to assist in proposal development. Please note that this list is not exhaustive, and the solicitation terms and conditions and provisions in sections L and M take precedence:

1. Be advised, in accordance with provision L.15, Offerors need to encourage their references to submit their Past Performance Questionnaires directly to the Contracting Officer prior to proposal due date.

2. Below is a list of the Source Selection Authority (SSA) and voting members along with their associated NASA GSFC organizational codes, for the Source Evaluation Board (SEB). The names provided are for informational purposes only and other than the Contracting Officer, Tiffanie Ferrell, these individuals shall not be contacted regarding this acquisition. The Government may change personnel associated with this acquisition at its discretion.

SSA

Anne L. Kinney, Code 100

Voting Members

Monica Todirita, Code 417

Chris Wheeler, Code 417

Cagatay Aymergen, Code 472

Daniel Lindsey, Code 410

Alexander Krimchansky, Code 590

3. Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the corporate address submitted with its proposal.

Offerors are encouraged to refer to Federal Acquisition Regulation (FAR) provision 52.215-1, INSTRUCTIONS TO OFFERORS COMPETITIVE ACQUISITION, in particular paragraph (f)(4) which discusses the Government's right to award a contract without discussions.

In order to control and protect sensitive data owned by the Government and its Contractors, NASA policy required all acquisition-related documents be released in Adobe Portable Document Format (PDF). While the RFP's Cost Volume exhibits are in PDF format, the Offeror's Cost Volume proposal shall include completed Cost Volume exhibits in Microsoft Office Excel format with working cell formulas. Instructions for converting from PDF format to Excel format can be found in the Cost Volume Instructions.

Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, any amendments and links to online reference/technical/bidders library will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates.

NASA FAR Supplement (NFS) 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.

This RFP does not commit NASA GSFC to pay any proposal preparation costs, nor does it obligate NASA GSFC to procure or contract for these services. This request is not an authorization to proceed, and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation.

Proposals submitted in response to this solicitation shall be due no later than September 26, 2022 at 5:00PM EDT. Proposals for this solicitation are required to be submitted through NASA's Enterprise File Sharing and Sync Box (EFSS Box), a FedRAMP Moderate certified platform. Potential offerors, especially those that have not previously submitted a proposal utilizing NASA's EFSS Box, are encouraged to review the solicitation instruction entitled Electronic Proposal Delivery - Proposal Marking and Delivery Through NASA's EFSS Box which provides instructions related to the submission of proposal via EFSS Box. Offerors are encouraged to check with their corporate IT staff to determine if there are firewall restrictions that would need to be addressed prior to the submission of proposal files through NASA's EFSS Box.

In accordance with NFS 1815.201(f), a Blackout Notice has been issued to NASA personnel. All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Officer listed below.

All questions regarding this RFP should be submitted in writing, electronically to, Contracting Officer, at Tiffanie.c.ferrell@nasa.gov on or before August 30, 2022. Offerors are encouraged to submit questions as soon as possible for consideration.

Thank you for your support. We look forward to receiving your proposals.

Posted: Sept. 9, 2022, 3:36 p.m. EDT
Posted: Aug. 16, 2022, 6:53 p.m. EDT
Posted: Aug. 12, 2022, 9:40 a.m. EDT
Posted: July 15, 2022, 2:12 p.m. EDT
Posted: May 25, 2022, 12:02 p.m. EDT
Background
The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center is seeking proposals for the Geostationary Extended Observations (GeoXO) Imager (GXI) Instrument Implementation. The purpose of the contract is to continue and enhance the GOES-R Series observations for weather forecasting by manifesting GXI on the Geostationary Extended Observations (GeoXO) East and West satellites as the primary instrument of the GeoXO mission. The contract includes tasks and deliverables necessary to design, analyze, develop, fabricate, integrate, test, verify, evaluate, support launch, supply and maintain the instrument Ground Support Equipment (GSE), and support Mission Operations at the NOAA Satellite Operations Facility (NSOF). The anticipated period of performance for this contract includes support for 10 years of on-orbit operations and 5 years of on-orbit storage, totaling 15 years for each Flight Model (FM). The anticipated contract award and effective date is February 2023.

Work Details
The contractor shall provide all resources necessary to deliver and/or perform tasks in accordance with the Statement of Work (SOW). This includes delivering Engineering Development Model (EDM), Flight Models 1-5, Flight Software Development Environment, Instrument Hardware Simulator (IHS), Instrument Software Simulator executable, Electrical System Test Equipment, Lifting/Handling Fixtures, Shipping/Storage Containers/Purge Carts for various models, Alignment Drill Template-Sensor Unit and Electronics Unit. It also includes documentation in accordance with Attachment F-Contract Data Requirement List, Task Plans, Reports of Work, NASA Financial Management Reports, Material Inspection and Receiving Reports (MIRR), Foreign Travel Requests and Reports, Requests for Government Property, Reporting of Inventions, Small Business Subcontracting Plan Reporting, Safety & Health Plan and Reporting, Personal Identity Verification (PIV) Documentation and Reporting, Equal Opportunity Reports, Certificate of Insurance, Subcontract Notification, IT Security Management Plan, Diversity Equity Inclusion Accessibility Plan.

Period of Performance
The anticipated period of performance for this contract includes support for 10 years of on-orbit operations and 5 years of on-orbit storage, totaling 15 years for each Flight Model (FM). The anticipated contract award and effective date is February 2023.

Place of Performance
The contract will be performed offsite at the Contractor’s facilities and onsite at GSFC and Kennedy Space Center.

Overview

Response Deadline
Sept. 26, 2022, 5:00 p.m. EDT (original: June 10, 2022, 5:00 p.m. EDT) Past Due
Posted
May 25, 2022, 12:02 p.m. EDT (updated: Sept. 16, 2022, 10:30 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Award Fee
Odds of Award
46%
On 5/25/22 Goddard Space Center issued Presolicitation 80GSFC22R0044 for Geostationary Extended Observations (GeoXO) Imager (GXI) Instrument Implementation due 9/26/22. The opportunity was issued full & open with NAICS 541330 and PSC AR14.
Primary Contact
Name
Tiffanie Ferrell   Profile
Phone
None

Secondary Contact

Name
Darlene Harkins   Profile
Phone
None

Documents

Posted documents for Presolicitation 80GSFC22R0044

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Contract Awards

Prime contracts awarded through Presolicitation 80GSFC22R0044

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 80GSFC22R0044

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 80GSFC22R0044

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA GODDARD SPACE FLIGHT CENTER
FPDS Organization Code
8000-GSFC0
Source Organization Code
100183432
Last Updated
Oct. 31, 2022
Last Updated By
tiffanie.c.ferrell@nasa.gov
Archive Date
Oct. 31, 2022