Agency: | NATIONAL AERONAUTICS AND SPACE ADMINISTRATION |
---|---|
State: | Texas |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
Posted Date: | Oct 13, 2022 |
Due Date: | Oct 7, 2022 |
Solicitation No: | 80JSC022IMOC3 |
Bid Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
Modification 9- October 13, 2022
This is Modification 9 to the synopsis entitled Integrated Mission Operations Contract III (IMOC III), 80JSC022IMOC3, which was posted on March 23, 2022. You are notified that the following changes are made:
To request access to the IMOC III Technical Library, please complete the Technical Library Request Form in the "Links" section below. Once the technical library request form is submitted, please request access to all IMOC III Technical Library zip folders in the "Attachments" section in sam.gov. If approved, you will be granted access all IMOC III Technical Library zip folders in the "Attachments" section in sam.gov.
If you have completed The Library Request Form prior to the Modification 9 posting, you do not have to complete the form again.
Please continue to monitor this sam.gov posting for updates on the release of any documents, as well as the IMOC III website at https://www.nasa.gov/jsc/procurement/imoc3.
__________________________________________________________________________
Modification 8- September 28, 2022
This is Modification 8 to the synopsis entitled Integrated Mission Operations Contract III (IMOC III), 80JSC022IMOC3, which was posted on March 23, 2022. You are notified that the following changes are made: the IMOC III Technical Library documents and an updated Interested Parties List are posted in the Attachments section. Also, the schedule on IMOC III website has been updated.
To request access to the IMOC III Technical Library, please complete the technical library request form in the "Links" section below. Once the technical library request form is submitted, please request access to all IMOC III Technical Library zip folders in the "Attachments" section in sam.gov. If approved, you will be granted access to all IMOC III Technical Library zip folders in the "Attachments" section in sam.gov.
Please continue to monitor this sam.gov posting for updates on the release of any documents, as well as the IMOC III website at https://www.nasa.gov/jsc/procurement/imoc3.
__________________________________________________________________________
Modification 7- September 23, 2022
This is Modification 7 to the synopsis entitled Integrated Mission Operations Contract III (IMOC III), 80JSC022IMOC3, which was posted on March 23, 2022. You are notified that the following change is made: the draft Request for Proposal and applicable documents are posted in the Attachments section.
THIS IS NOT A REQUEST FOR PROPOSAL. NO PROPOSALS ARE TO BE SUBMITTED IN RESPONSE TO THIS NOTICE.
This notice is issued by the NASA/JSC to post a draft RFP to solicit responses from interested parties. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition.
The purpose of IMOC III is to acquire critical Plan, Train, Fly (PTF) mission support services, operational expertise, and related services for the Johnson Space Center (JSC) Flight Operations Directorate (FOD). The contractor shall provide support and products for spaceflight operations capability development and execution for FOD, the Exploration Systems Development Mission Directorate (ESDMD), and the Space Operations Mission Directorate (SOMD).
This presolicitation synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government may not respond to questions/concerns submitted. The Government will use the information to finalize the RFP as necessary.
All comments or questions shall be submitted electronically via email to Jalisa Sims at jsc-imoc3@mail.nasa.gov, no later than Friday, October 7, 2022 at 4:30 p.m. Central Standard Time . When responding reference 80JSC023R0017 IMOC III-DRFP.
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/Omb.html .
If a solicitation is released, then it and any additional documents will be available on www.Sam.gov. It is the offeror's responsibility to monitor this website for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.
NASA intends to publicize a listing of respondents in order to facilitate teaming arrangements. Should your firm desire not to be included in this listing, clearly indicate this desire in your response.
__________________________________________________________________________
Modification 6- August 5, 2022
This is Modification 6 to the synopsis entitled Integrated Mission Operations Contract III (IMOC III), 80JSC022IMOC3, which was posted on March 23, 2022. You are notified that the following change is made: the Interested Parties List is posted in the Attachments section.
___________________________________________________________________________
Modification 5- June 10, 2022
This is Modification 5 to the synopsis entitled Integrated Mission Operations Contract III (IMOC III), 80JSC022IMOC3, which was posted on March 23, 2022. You are notified that the following change is made: posting of the Diversity, Equality, Inclusion and Accessibility Request for Information (RFI).
The National Aeronautics and Space Administration (NASA) /Johnson Space Center (JSC) is hereby soliciting information from potential sources for the Integrated Mission Operations Contract III (IMOC III).
NASA JSC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for IMOC III. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received.
No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.
Additionally, In support of the Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA is seeking to advance equity or remove barriers for members of underserved communities related to this requirement. As defined in the EO, Underserved Communities refers to populations sharing a particular characteristic, as well as geographic communities, that have been systematically denied a full opportunity to participate in aspects of economic, social, and civic life, as exemplified by the list in the preceding definition of "equity." Equity means the consistent and systematic fair, just, and impartial treatment of all individuals, including individuals who belong to underserved communities that have been denied such treatment, such as Black, Latino, and Indigenous and Native American persons, Asian Americans and Pacific Islanders and other persons of color; members of religious minorities; lesbian, gay, bisexual, transgender, and queer (LGBTQ+) persons; persons with disabilities; persons who live in rural areas; and persons otherwise adversely affected by persistent poverty or inequality.
NASA seeks input in the following areas:
All responses shall be submitted electronically via email to Jalisa Sims and Rachel Murphy at jsc-imoc3@mail.nasa.gov no later than Friday, June 24, 2022 at 4:30 p.m. Central Standard Time. Please reference 80JSC022IMOC3 in any response.
This synopsis is for information and planning purposes only 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.
___________________________________________________________________________
Modification 4- June 9, 2022
This is Modification 4 to the synopsis entitled Integrated Mission Operations Contract III (IMOC III), 80JSC022IMOC3, which was posted on March 23, 2022. You are notified that the following changes are made: posting of the IMOC III Industry Day Question & Answers and IMOC III preliminary Small Business Goals Request for Information (RFI) in the Attachment Section.
The RFI responses are due by Friday, June 24, 2022 at 4:30 p.m. Central Standard Time.
Please continue to monitor this sam.gov posting for updates on the release of any documents, as well as the IMOC III website at https://www.nasa.gov/jsc/procurement/imoc3.
It is the potential offeror’s responsibility to monitor the websites for release of any information regarding this acquisition.
___________________________________________________________________________
Modification 3- May 17, 2022
This is Modification 3 to the synopsis entitled Integrated Mission Operations Contract III (IMOC III), Notice ID 80JSC022IMOC3, which was posted on March 23, 2022 . You are notified that the following change is made: inclusion of IMOC III Industry Day Charts in the attachment section.
The due date for responses is not extended.
Please continue to monitor this sam.gov posting for updates on the release of any documents, as well as the IMOC III website at https://www.nasa.gov/jsc/procurement/imoc3.
It is the potential offeror’s responsibility to monitor the websites for release of any information regarding this acquisition.
___________________________________________________________________________
Modification 2- April 20, 2022
This is Modification 2 to the synopsis entitled Integrated Mission Operations Contract III (IMOC III), Notice ID 80JSC022IMOC3, which was posted on March 23, 2022. You are notified that the following changes are made: Industry Day Announcement.
To facilitate open communications with industry, NASA Johnson Space Center (JSC) plans to conduct an Industry Day for the Integrated Mission Operations Contract III (IMOC III). The presentation for Industry Day will be held at the Destiny Ballroom of the Gilruth Conference Center and via Microsoft Teams on Wednesday May 18, 2022 at 9:00 a.m. – 12:00 p.m. Central Time.
The Government will also provide one-on-one communication opportunities on Wednesday May 18, 2022 which will be scheduled between 1:30 p.m. and 5:00 p.m. Central Time and on Thursday, May 19, 2022, which will be scheduled between 9:00 a.m. and 5:00 p.m. Central Time. One-on-one meetings will be conducted in the Longhorn Conference Room of the Gilruth Conference Center and via Microsoft Teams and will not exceed 25 minutes. Participation is limited to four (4) individuals from each company/team. Please RSVP by Wednesday, May 11, 2022, 4:00 PM Central Time by completing the registration at the following link: https://www.surveymonkey.com/r/NZSG3Z3.
Please email any questions to Rachel Murphy and Jalisa Sims at jsc-imoc3@mail.nasa.gov. The Government will officially respond to all questions by posting responses to sam.gov and the IMOC III website after Industry Day.
One-on-one Meetings
To facilitate interactive communications with industry, JSC personnel will also be available for meetings with individual companies in conjunction with Industry Day. The meetings are intended to be Q&A sessions in which neither side will make a formal presentation. To request a one-on-one meeting, please respond affirmatively to Question 7 in your RSVP at the link above.
The following topics may be discussed at the one-on-one meetings:
Questions regarding the subjects below will not be discussed:
A confirmation email will be sent to acknowledge your reservation(s) and provide further instructions.
No recordings of any kind are permitted of the Industry Day presentation or one-on-one sessions.
NASA anticipates releasing the Industry Day charts prior to Industry Day. Please continue to monitor this sam.gov posting for updates on the release of any documents, as well as the IMOC III website at https://www.nasa.gov/jsc/procurement/imoc3.
It is the potential offeror’s responsibility to monitor the websites for release of any information regarding this acquisition.
____________________________________________________________________________
Modification 1- March 24, 2022
This is Modification 1 to the synopsis entitled Integrated Mission Operations Contract III (IMOCIII), Notice ID 80JSC022IMOC3, which was posted on March 23, 2022 . You are notified that the following changes are made: inclusion of Attachment 1- IMOC III Vendor Capability Matrix in attachment section.
The due date for responses is not extended.
Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any). ____________________________________________________________________________
Background:
The National Aeronautics and Space Administration (NASA) Lyndon B. Johnson Space Center (JSC) Flight Operations Directorate (FOD) is hereby requesting information from potential sources for the Integrated Mission Operations Contract III (IMOC III) solicitation. JSC is issuing this Sources Sought Synopsis/Request For Information (RFI) as a means of conducting market research to identify parties having an interest in and the resources to support this requirement. This acquisition will be a follow-on procurement to the current NASA IMOC II, contract #NNJ14RA01B. The result of this market research will contribute to determining the type and method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biology) Except, Guided Missiles and Space Vehicles, Their Propulsion Units and Propulsion Parts; under this NAICS code a business is considered small if its number of employees is less than 1,250.
NASA JSC is seeking capability statements from all interested parties, including all socioeconomic categories of Small 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 the IMOC III solicitation.
This synopsis is for information and planning purposes only and there is no solicitation at this time. This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred and the respondents will not be notified of the results of the evaluation. If a solicitation is released it will be synopsized in sam.gov. Interested firms are responsible for monitoring this website and https://www.nasa.gov/jsc/procurement/imoc3 for the release of any solicitation or synopsis.
IMOC III Description:
It is anticipated that the IMOC III will be a Single-Award, 100% Indefinite-Delivery, Indefinite-Quantity Cost-Plus-Award-Fee contract. It is also anticipated that there will be an option to transition to cost-plus-fixed-fee and/or firm-fixed-price task orders at the discretion of the Government.
For your reference, the Draft IMOC III Statement of Work is attached to this posting. A summary of content for the proposed IMOC III contract includes, but is not limited to, the following:
To provide support and products for spaceflight operations capability development and execution for the JSC FOD and the International Space Station Program (ISSP): Avionics and Software Office (OD). This includes support to mission preparation (Plan), crew, flight controller, instructor, and analyst training (Train), and real-time mission execution (Fly) activities related to exploration operations and the International Space Station operations. Operations capability development support is required from the contractor as NASA defines operations requirements associated with the emerging options for the exploration initiatives and potential new programs, including, but not limited the Artemis Program (Orion Spacecraft, the Space Launch System Program, Exploration Ground Systems, Gateway, Lunar Landers and Excursion Vehicles), Commercial Crew and Cargo, Commercial Low Earth Orbit, and advanced technology and research.
IMOC III requirements may include, but are not limited to, services such as:
The pertinent contract information for the current contract is as follows:
Capability Statement:
Interested firms having the required capabilities necessary to meet the above requirement should indicate the ability to perform all aspects of the effort, and include the following information:
In addition to the information requested above, interested parties may also provide optional comments on this potential acquisition regarding proposed contract type, incentive arrangements, evaluation criteria, or performance metrics. Specifically, interested parties are requested to address the following items:
If the Government issues a Request for Proposal (RFP), the government reserves the right to restrict the procurement to small businesses. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
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
Organizational Conflicts of Interest (OCI):
In addition to the information requested above, NASA is requesting information from industry regarding potential OCI arising from the IMOC III acquisition. The nature of the work anticipated under the IMOC III contract may create the potential for OCI as currently described in FAR Subpart 9.5. Each interested party should review FAR Subpart 9.5 in light of NASA’s anticipation of OCI issues and consider carefully the extent to which an OCI may arise before making the decision to compete for IMOC III.
Specifically, NASA anticipates that the effort under IMOC III will include the following types of tasks, which could lead to potential OCI issues:
These types of tasks could lead to the following categories of OCI issues depending on the composition of the team selected for the anticipated IMOC III contract:
A link to the NASA’s Guide on Organizational Conflicts of Interest is below:
https://nasa.gov/sites/default/files/atoms/files/nasa_organizational_conflicts_of_interest.pdf
Please reference this document for additional information about NASA’s policies with respect to OCI issues. Interested parties are requested to address the following questions:
NASA will review any responses received regarding potential OCI and each offeror’s proposed OCI mitigation strategy. NASA will respond to each company who submits an OCI mitigation strategy. NASA’s response will simply be an attempt to examine circumstances which might lead to or eliminate an OCI and is not intended to serve as a confirmation that, in fact, all potential OCI issues have been identified, that an OCI will ultimately exist, or that an interested party is capable of successfully eliminating or mitigating an identified OCI. NASA’s response is also not intended to encourage or discourage any interested party from responding to an RFP issued for IMOC III in the future. Furthermore, NASA’s response in no way alters or interprets FAR 9.5 as it applies to a final statement of work or a final proposal submission, should an interested party elect to submit a proposal to an RFP for IMOC III. Subsequent to the initial OCI submission and NASA’s response, the Government will not consider further information as it relates to this RFI. The Contractor will still be required to comply with the RFP OCI requirements and its submission will be considered in accordance with the RFP.
The documents on the NASA procurement website are for information and planning purposes, to allow industry the opportunity to comment, and to promote competition only. NASA will not affirmatively release any information received in response to this RFI to the public, but may use information received in developing the best approach for a contract strategy, and therefore such information may be recognizable to the interested party who submitted it.
Submission Instructions:
Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than twenty pages, using no less than 12 point Times New Roman font indicating the ability to perform all aspects of the effort.
No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on sam.gov and on the IMOC III website. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.
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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.
Interested parties who consider themselves qualified to perform one or more elements of the Statement of Work are invited to submit a response to this Sources Sought Notice/RFI by 5:00 p.m. CST on April 25, 2022. All responses under this Sources Sought Notice/RFI must be emailed to jsc-imoc3@mail.nasa.gov .
An Interested Vendors List is enabled within this posting. This list is available to other vendors to allow potential offerors the opportunity to network Parties that would like their information posted to the Interested Vendors List shall use the “Add Me to Interested Vendors” button. If a vendor would like to be removed from the Interested Vendors List, use the “Remove Me from Interested Vendors” button. It is the potential offeror’s responsibility to monitor this site for the release of any solicitation or synopsis.
May 16, 2022 | [Sources Sought (Updated)] Integrated Mission Operations Contract III (IMOC III) |
May 17, 2022 | [Sources Sought (Updated)] Integrated Mission Operations Contract III (IMOC III) |
Jun 9, 2022 | [Sources Sought (Updated)] Integrated Mission Operations Contract III (IMOC III) |
Oct 25, 2022 | [Sources Sought (Updated)] Integrated Mission Operations Contract III (IMOC III) |
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Bid Number Bid Title Bid Type Organization Bid Issue Date Bid Close Date
North East Independent School District
Bid Due: 1/05/2028
Open Enrollment for Assistive Technology Services for Customers with Visual Impairments Solicitation ID:
State Government of Texas
Bid Due: 6/30/2025
Status Ref# Project Close Date Dayes Left Action Open CIZ24-PKR-3081 Sylvan Discovery Gateway
City of Dallas
Bid Due: 5/03/2024
Bid Information Type RFP Status Issued Number 24/035IA (CASE for Kids 2024-2025 PARTNERSHIP
County of Harris - Department of Education
Bid Due: 5/07/2024