The Crew Survival Engineering (CSE) Laboratory Support Statement of Work (SOW) outlines the tasks and deliverables associated with CSE laboratory services at the Johnson Space Center (JSC). The main purpose is to support the Orion Crew Survival Systems (OCSS) project, aimed at safeguarding crew members during life-threatening situations. The SOW specifies the contractor's responsibility to provide 1,000 hours of CSE-qualified laboratory technician services and 50 hours of project management oversight. Services include hardware testing related to space suits, calibration, maintenance, and laboratory readiness within designated facilities. Deliverables consist of monthly status reports detailing activities, calibration statuses, hours utilized, and costs incurred, alongside presentations outlining lessons learned. This SOW emphasizes the critical role of laboratory support in ensuring the successful validation and verification of essential crew survival systems for upcoming Artemis missions, slated for hardware delivery by December 2024. The document serves as a formal framework for contractual obligations pertaining to federal contracts, highlighting adherence to established procedures and safety protocols, integral to the execution of high-stakes aerospace projects.
NASA/NSSC is planning to issue a sole source contract to HAMILTON SUNDSTRAND SPACE SYSTEMS INTERNATIONAL, INC. for the design, development, testing, and integration of hardware for the Orion Crew Survival Systems (OCSS) project. This decision is supported by FAR 13.106-1(b)(1)(i), which identifies the company as the exclusive provider for this endeavor. The contract will be executed at NASA’s Johnson Space Center, with the intention of acquiring commercial items and services following FAR Part 12 and FAR Part 13 guidelines. The relevant NAICS Code for this procurement is 541330. Organizations interested in competing must submit their qualifications by 3 p.m. CST on March 14, 2025, to be considered for potential competition. The government retains discretion on whether to pursue competitive bidding based on the responses received. Oral communications regarding this procurement are not permitted. The document also lists the primary contact for inquiries and informs that the NASA Ombudsman clause is applicable.