Geostationary Extended Observations (GeoXO) Spacecraft (SC) Phase B Implementation- Final RFP
ID: 80GSFC23R0010FType: Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA GODDARD SPACE FLIGHT CENTERGREENBELT, MD, 20771, USA

PSC

SPACE VEHICLES (1555)
Timeline
  1. 1
    Posted Sep 29, 2023 6:04 PM
  2. 2
    Updated Nov 16, 2023 9:04 PM
  3. 3
    Due Dec 12, 2023 7:00 PM
Description

Solicitation Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking proposals for the Geostationary Extended Observations (GeoXO) Spacecraft (SC) Phase B Implementation. The GeoXO Program aims to procure spacecraft for the GeoXO series, which includes an east, west, and center spacecraft. These three-axis stabilized geostationary spacecraft will support three instruments each, with the east and west spacecraft also supporting an auxiliary communication payload for the NOAA Data Collection System (DCS). The procurement includes a total of seven spacecraft, with launches planned for the first six and the seventh spacecraft having no current launch date. The contract scope involves designing, analyzing, developing, fabricating, integrating, testing, evaluating, and supporting the launch of the GeoXO spacecraft. It also includes providing Engineering Development Units (EDUs), supplying and maintaining Ground Support Equipment (GSE) and simulators, and supporting mission operations at the NOAA Satellite Operations Facility (NSOF). The spacecraft has a risk classification of Class B. The acquisition will be conducted as a full and open competition, with a Cost-Plus-Award-Fee (CPAF) hardware contract anticipated. The contract will have a period of performance of 15 years for each Flight Model (FM), including 10 years of on-orbit operations and 5 years of on-orbit storage. The contract will also allow for special study tasks for risk reduction and mitigation activities, with a maximum dollar amount of $35,000,000. The anticipated contract award date is late May 2024. Interested offerors should ensure their company is listed in the required online databases. The successful offeror must pass an Equal Employment Opportunity (EEO) clearance before contract award. Proposals are due by November 30, 2023, and must be submitted through NASA's Enterprise File Sharing and Sync Box (EFSS Box). All inquiries and communications should be directed to the Contracting Officer.

Point(s) of Contact
Files
Title
Posted
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
Similar Opportunities
Final NASA Research Announcement (NRA) - Small Satellite Cross-Link Systems
Active
National Aeronautics And Space Administration
The National Aeronautics and Space Administration (NASA) Glenn Research Center has issued a solicitation for Small Satellite Cross-Link Systems (SS-CLS) as a small business set-aside competition. NASA aims to demonstrate and characterize a V-Band cross-link capability for efficient data transmission related to small satellites, facilitating low-latency transfers of large science data volumes. This procurement also intends to provide academic institutions with opportunities to conduct experiments using this cross-link capability. The agency seeks a single firm to develop, implement, and flight-demonstrate a comprehensive V-Band cross-link solution within a five-year contract period. Offerors should possess a matching CAGE code and submit proposals in accordance with the solicitation's specified formats, including a detailed work plan, cost breakdown, and milestones. Critical to the evaluation of proposals is their technical merit, cost effectiveness, and relevance to the project scope. Proposals must be submitted by August 9, 2024, through the Box account-based platform outlined in the solicitation. NASA plans to award a Firm-Fixed Price contract of around $14.3 million for the selected bid, with key contract terms and conditions detailed in the solicitation. Interested parties should carefully review the solicitation's instructions, ensuring compliance with requirements, and contact Tyler Braden or Eric Hartman, whose details are provided in the solicitation, for any clarifications or further information.
Pre-Exploration Production and Operations Contract (Pre-EPOC) Evaluation and Readiness
Active
National Aeronautics And Space Administration
Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION Pre-Exploration Production & Operations Contract (Pre-EPOC) Evaluation & Readiness The National Aeronautics and Space Administration (NASA) is providing this special notice to enhance industry understanding of their ongoing Exploration Production and Operations Contract (EPOC) effort. The purpose of this contract is to transition the method of contracting for the Space Launch System (SLS) from procuring spaceflight hardware from multiple contractors to procuring SLS as a launch service from a single contractor. The EPOC Contractor, Deep Space Transport, LLC (DST), will be responsible for assuming design authority of the integrated SLS Vehicle, managing production and assembly of the SLS Vehicle, supporting cross-program integration activities, and performing post-flight assessments. To reduce risk in the transition to and implementation of the launch service provider model through EPOC, NASA has revised their contracting approach and introduced a longer-term preliminary contract called Pre-Exploration Production and Operations Contract (Pre-EPOC) Evaluation and Readiness. Under this contract, DST will begin performing programmatic and integration activities, demonstrate readiness to perform production and operations tasks, exercise management of the SLS technical baseline, and formulate the development of the EPOC Transition Plans. Pre-EPOC will also require DST to manage work across multiple Original Equipment Manufacturers (OEMs), demonstrate technical capabilities, and identify programmatic and cost efficiencies. The award of Pre-EPOC is anticipated in early 2024, followed by the award of EPOC closer to the beginning of major hardware production for Artemis V. NASA remains on track to have DST assume the long-term production and operations of SLS for crewed Artemis launches beginning with Artemis V. Market research is ongoing for Pre-EPOC and will continue ahead of any future EPOC procurement. For more information, please refer to the SAM.gov posting: [link] (Source: SAM.gov)
Partnership Opportunity Announcement for a NASA MSFC - Astrophysics Small Explorer (SMEX) Spacecraft
Active
National Aeronautics And Space Administration
Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking a partnership opportunity for a NASA MSFC - Astrophysics Small Explorer (SMEX) Spacecraft. This opportunity is in response to the expected NASA Astrophysics SMEX Announcement of Opportunity (AO), to be released in Quarter 3 (Q3) of FY2025. The partnership opportunity is being issued to select a teaming partner to provide a spacecraft bus. The spacecraft will be used for astrophysics research and exploration. The place of performance for this opportunity is Huntsville, Alabama, United States. For more information, contact Neil Martin at neil.f.martin@nasa.gov or 256-961-7487.
Partnership Opportunity Announcement for a NASA MSFT - Astrophysics Small Explorer (SMEX) Spacecraft
Active
National Aeronautics And Space Administration
Special Notice NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking a partnership opportunity for a NASA MSFT - Astrophysics Small Explorer (SMEX) Spacecraft. This opportunity is in response to the expected NASA Astrophysics SMEX Announcement of Opportunity (AO), to be released in Quarter 3 (Q3) of FY2025. The partnership opportunity is being issued to select a teaming partner to provide a spacecraft bus. The spacecraft bus will be used for a mission concept proposed by NASA's Marshall Space Flight Center (MSFC) in Huntsville, Alabama, United States.
Global Positioning System (GPS) Engineering, Analysis & Remote Site Sustainment III (GEARSS III)
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE Global Positioning System (GPS) Engineering, Analysis & Remote Site Sustainment III (GEARSS III) The Department of Defense, specifically the Department of the Air Force, is seeking interested offerors to compete for the execution of the GEARSS III contract. This contract is for the Next Generation Operational Control Segment (OCX) as it transitions into operations. GEARSS III will be a competitive hybrid contract, combining cost plus fixed fee (CPFF) and firm fixed price (FFP) acquisition. The contract will be awarded as a Single Award Indefinite Delivery, Indefinite Quantity (SA IDIQ) contract. The scope of the contract includes technician support at GPS Control Segment (CS) remote sites in Kwajalein, Ascension Island, Diego Garcia, Colorado Springs Monitor Station, and Cape Canaveral FL. Additionally, the contract may include scope for Defensive Cyberspace Operations (DCO) Monitoring capability at Schriever Space Force Base (SSFB), CO and Vandenberg Space Force Base (VSFB), CA. The contract is expected to have a period of performance from December 1, 2025, through December 31, 2030, with a possible six-month extension through June 30, 2031. The contract will be managed and executed in El Paso County, CO. The primary tasks of GEARSS III include remote site maintenance and operations support, mission essential Network Administrator Officers (NAO) support, operations support, engineering, and analysis technical expertise, DCO monitoring operations, program management, task order management, supplier/subcontract management, and contracts and pricing. The contract performance locations include SSFB, CO; VSFB, CA; and Colorado Springs, CO, with maintenance activities performed at remote sites in CAPE, ASCN, DIEGO, and KWAJ. Interested parties are requested to submit Statements of Capability (SOC) demonstrating relevant DoD experience related to the requirements. The Government is also seeking feedback on the notional acquisition strategy for the SA IDIQ contract. Responses from all socioeconomical categories, including small businesses, woman-owned small businesses, service-disabled veteran-owned small businesses, and 8a firms, are highly encouraged. The NAICS code applicable to this procurement is 541715 Aerospace research and development, with a small business size standard of 1,000 employees. The deadline for responses to this notice is 15 calendar days after the date of publication. Questions and concerns regarding this acquisition can be directed to Contract Specialist Christopher Cook or Procurement Contracting Officer Matthew Buchanan.