Integrated Mission Operations Contract III (IMOC III)

Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
State: Texas
Type of Government: Federal
FSC Category:
  • A - Research and development
NAICS Category:
  • 541330 - Engineering Services
Posted Date: May 17, 2022
Due Date: Dec 31, 2023
Solicitation No: 80JSC022IMOC3
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Integrated Mission Operations Contract III (IMOC III)
Active
Contract Opportunity
Notice ID
80JSC022IMOC3
Related Notice
Department/Ind. Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Sub-tier
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Office
NASA JOHNSON SPACE CENTER
General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: May 17, 2022 12:56 pm CDT
  • Original Published Date: Mar 23, 2022 07:33 am CDT
  • Updated Response Date: Dec 31, 2023 05:00 pm CST
  • Original Response Date: Apr 25, 2022 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AR12 - Space R&D Services; Space flight, research and supporting activities; Applied Research
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Houston , TX 77058
    USA
Description View Changes

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 info mation 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 11th, 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:




  1. The general purpose of the announced procurement;

  2. Any information about the IMOC III acquisition that NASA has already made accessible to the public or is otherwise being made available to all potential offerors;

  3. Historical information about the general nature or scope of prior contracts whose requirements will be addressed in whole or in part under a follow-on procurement;

  4. Information that describes the federal procurement process as defined by the Federal Acquisition Regulation (FAR), NASA FAR Supplement (NFS), or other published procurement policy documents; and

  5. Procurement specific information already published such as information contained in the acquisition forecast, Statement of Work (SOW), and sources sought synopsis.



Questions regarding the subjects below will not be discussed:




  1. Proprietary or confidential business information of incumbent contractor(s) or other business entities;

  2. Privacy Act protected information such as, incumbent contractor employees’ personal data;

  3. Trade Secrets Act protected information;

  4. Speculation on what the Government might be looking for in proposals;

  5. Different technical and management approaches;

  6. Technical Efficiencies;

  7. Any particular Government Emphasis; and

  8. Incumbent’s performance.



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:




  • Contract Management and Administration

  • Operations Support for Vehicle / System / Program Design and Development

  • Mission Preparation (Plan) including Technical Integration, Product Development, Mission Analysis, and Mission and Training Systems Support

  • Mission Training (Train) Development, Planning, Documentation, and Execution

  • Mission Execution (Fly) including Real-Time Mission Support and Postflight Analysis

  • Astronaut Office and CAPCOM Support

  • Avionics and Software Integration, Coordination, And Support Activities



The pertinent contract information for the current contract is as follows:




  • Current Contractor: KBR Wyle Services, LLC

  • Contract Number: NNJ14RA01B

  • Estimated Contract Value: Approximately $1.3 billion

  • Contract Expiration Date: September 30, 2023



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:




  • Describe your company's overall skills, experience, and capabilities to perform the work of the draft IMOC III SOW. Please identify specific draft IMOC III SOW sections where your company could provide the stated capability by way of Attachment 1 - Vendor Capability Matrix at the end of this announcement. The Vendor Capability Matrix will be included within the page limitation. If subcontracting or joint venture is anticipated in order to deliver technical capability, organizations should address the anticipated administrative and management structure of such arrangements (if this information is known at this time). Also address what elements of work would be performed by the prime or joint venture and which elements would be performed by subcontractors.

  • Company-Specific Information - Responses must include the following:

    • Name and address of firm Point of Contact information (include DUNS number, address, phone, and email)

      • Size of business

        • Average annual revenue for past three years

        • Number of employees

        • Whether the firm is a Large, SB, SDB, HUBZone, WOSB, VOSB, SDVOSB, HBCU/MI, and/or 8a





    • Number of years in business

    • Affiliate information: parent company, joint venture partners, and potential teaming partners

    • If you plan to propose as a prime or as a subcontractor



  • A list of contracts covering the past three years with emphasis on work performed for the United States Federal Government. Please provide contract numbers, if your firm was a prime or subcontractor, contract type, dollar value of each procurement, and customer point of contact (address, phone, and email). If work was performed as a subcontractor, please indicate percentage of work/subcontract dollar value. If the contract(s) were IDIQ, please indicate the number of task orders awarded and the total dollar value of those task orders.



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:




  1. What documents would you like to see on the IMOC III contract website or included in the Technical Library?

  2. If this contract is not set aside, how can NASA design/structure the contract to ensure that small business goals are met or exceeded?

  3. Considering the extension of ISS Operations through 2030, and other NASA programs and missions on the horizon, what are the potential advantages of a contract period of performance beyond 5 years? Are there any disadvantages?

  4. NASA invests significant time and resources into certifying qualified fight controllers and instructors across multiple programs. With the end of ISS planned to be 2030, the ongoing increase in career opportunities with other aerospace companies, and the long lead time in training flight controllers and instructors, NASA is concerned with recruiting and retaining the required personnel long enough to see a return on this significant training investment and meet the needs of all programs, which have varying flight frequencies and durations.

    • How can the contract be structured to mitigate this issue?

    • What are industry best practices, including any innovations or efficiencies and added value?

    • What were the lessons learned from other industries or agencies?



  5. What innovations might you propose in the performance of this contract or contract structure?



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:




  • Partner directly with NASA vendors to provide select Plan, Train, Fly (PTF) services in support of NASA’s Low Earth Orbit (LEO) commercialization objectives.

  • Provide operational assessments to NASA of NASA and vendor component and system designs, design requirements, analysis, and models developed for:

    • Artemis (including Orion, Gateway, HLS, SLS)

    • International Space Station (ISS) (including LEO commercialization objectives)

    • Extravehicular Activities (EVA)

    • Commercial crew and cargo providers

    • New technology development



  • Provide support to NASA for NASA and vendor design, development, and technical integration operations activities for programs and projects including:

    • Generic analysis and trade studies

    • Reference mission development

    • Operations concepts development

    • Spacecraft and payload safety compliance

    • Risk management



  • Provide support to NASA for the development of NASA and/or vendor PTF processes, standards, products, and training/certification requirements used for spaceflight mission operations planning, training, and execution activities for programs and projects.

  • Monitor, evaluate, and provide feedback to the NASA certifying official, as part of the documented NASA certification process, on student (e.g., crew, flight controllers, instructors, analysts) and training systems performance for certification and mission training activities.

  • Monitor, evaluate, and provide feedback on non-FOD student and training systems performance for certification and mission training activities (e.g., Engineering or Program personnel, International Partners, External/Commercial partners).

  • Provide support to NASA for the development of NASA and/or vendor user requirements and user verification and acceptance testing for user applications, mission systems, training systems, and test facilities within the associated facilities that are developed and maintained by Contractors

  • Access to Government Sensitive Information such as pre-decisional information associated with on-going or future NASA projects that may result in future competitive procurements

  • Access to a Contractor, Grantee, and Space Act Agreement Participant’s proprietary information where said Contractor, Grantee, and Space Act Agreement Participant is not the IMOC III Contractor



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:




  • Unequal access to nonpublic information of the type that may provide the IMOC III Contractor an unfair competitive advantage in a later competition for a government procurement contract

  • Potentially creating biased ground rules by providing technical assessments and advice to NASA personnel on specific technologies and methodologies that may affect NASA’s preparation of a specification of work, other contractual requirements, or NASA’s evaluation of proposals in a future competitive procurement

  • Potential impaired objectivity if the IMOC III contractor or its subcontractors are assessing data developed by themselves, related companies (e.g., affiliates, joint ventures, partnerships, etc.), or subcontractor



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:




  1. What type(s) of OCI issues would your company or potential team identify, if any, should you choose to propose on the IMOC III contract?

  2. What strategies would you anticipate proposing to mitigate the OCI issues that you identified (if any)? Please provide strategy details, previous examples/experience with other contracts with NASA or other agencies, etc.

  3. Are there any other types of potential OCI issues with the proposed IMOC III contract that were not identified in this RFI?

  4. Does your company foresee any OCI issues associated with the IMOC III that would cause you to decide not to propose on the potential IMOC III RFP? If so, please explain.



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.


Attachments/Links
Contact Information
Contracting Office Address
  • HOUSTON TX 77058
  • HOUSTON , TX 77058
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

May 16, 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 13, 2022[Sources Sought (Updated)] Integrated Mission Operations Contract III (IMOC III)
Oct 25, 2022[Sources Sought (Updated)] Integrated Mission Operations Contract III (IMOC III)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

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

RFP MS-207568 Early Learning Prek Partnerships **SOURCING #152904** Closing Date: 4/4/2024 Closing Time:

Dallas Public Schools

Bid Due: 4/04/2024

RFQ730-24026 CMAR Centennial Plaza Step 1 Solicitation ID: RFQ730-24026 | Due Date: 3/28/2024

State Government of Texas

Bid Due: 3/28/2024