Justification for Other than Full and Open Competition (JOFOC) - Joint Polar Satellite System (JPSS) Advanced Technology Microwave Sounder (ATMS) Engineering Development Unit (EDU) Refurbishment
ID: NNG11XA04C_Modification_237Type: Justification
Overview

Buyer

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

PSC

SPACE VEHICLE COMPONENTS (1675)
Timeline
    Description

    NASA's Goddard Space Flight Center is seeking to award a sole-source contract modification for the refurbishment of the Advanced Technology Microwave Sounder (ATMS) Engineering Development Unit (EDU) as part of the Joint Polar Satellite System (JPSS). The objective of this procurement is to enhance the ATMS EDU to a Mission Class D flight instrument level, which will serve as a contingency for JPSS missions and support a demonstration mission for NOAA's future Low Earth Orbit (LEO) program. This refurbishment is critical for developing performance-based requirements for future competitive acquisitions in the LEO program, with Northrop Grumman being the only qualified vendor due to its unique expertise and proprietary design of the ATMS EDU. Interested parties can contact Bruce Tsai at Bruce.B.Tsai@nasa.gov or call 240-684-0428 for further information regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Justification for Other Than Full and Open Competition (JOFOC) prepared by NASA Goddard Space Flight Center (GSFC) to award a sole-source new work modification to Northrop Grumman (NG). The contract, NNG11XA04C, is for the refurbishment and characterization of the Joint Polar Satellite System (JPSS) Advanced Technology Microwave Sounder (ATMS) Engineering Development Unit (EDU). The refurbishment aims to bring the ATMS EDU to a Mission Class D flight instrument level, serving as a contingency for JPSS missions and a demonstration mission (QuickSounder) for NOAA's future Low Earth Orbit (LEO) program. The estimated value of the award is . The statutory authority for this sole-source award is 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, citing "Only one responsible source." NG is deemed the only qualified vendor due to its unique knowledge, experience, and proprietary design of the ATMS EDU, which it originally built. No other company can meet the technical requirements, budget, and three-year launch readiness date. A notice of intent was published on beta.sam.gov, and no other sources expressed interest. The contracting officer determined the anticipated cost would be fair and reasonable after proposal evaluation and negotiation. This demonstration mission will help the government develop performance-based requirements for future competitive LEO program acquisitions.
    Similar Opportunities
    Justification for Other than Full and Open Competition (JOFOC) Posting - James Webb Space Telescope Phase E Operations and Sustainment
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to justify a sole-source contract for the James Webb Space Telescope (JWST) Phase E Operations and Sustainment, specifically with Northrop Grumman Systems Corporation (NG). This contract will ensure continuous operational support for the JWST mission for 4.5 years following the initial six months post-launch, leveraging NG's unique expertise as the prime contractor responsible for the telescope's design, development, integration, and testing. The decision to award this contract without full and open competition is based on NG's exclusive knowledge of the specialized hardware and software required for the JWST, which is critical for maintaining the observatory's health and safety. For further inquiries, interested parties can contact Bruce Tsai at Bruce.B.Tsai@nasa.gov or by phone at 240-684-0428.
    GRAW Portable Upper Air System Components
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), has awarded a sole source contract for GRAW portable upper air system components to GRAW Radiosondes GMBH & CO, KG. This procurement is essential due to the need for compatibility with existing GRAW systems and equipment already utilized by NOAA, ensuring seamless integration and functionality. The decision to proceed with a sole source contract was based on market research indicating that only one responsible source could meet the agency's requirements without unacceptable delays. For further inquiries, interested parties may contact Contract Specialist Jeanne Cassidy at jeanne.cassidy@noaa.gov or by phone at 206-526-6346, or Contracting Officer Angela Royster at angela.royster@noaa.gov or 206-526-6072.
    TTTech Switch Lab Space Switches
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to award a sole-source contract to TTTech North America Inc for the acquisition of TTTech TTE-Switch Lab Space Switches. This procurement is justified as it involves the acquisition of Time Triggered Ethernet technology, which is critical for safety and determinism in high-stakes systems, such as human-rated spacecraft. The contract aims to ensure the availability of specialized hardware essential for NASA's advanced technological applications. Interested parties can reach out to primary contact Kavina Patel at kavina.patel@nasa.gov or secondary contact Wayne Plummer at wayne.s.plummer@nasa.gov for further inquiries.
    Environmental Test and Integration Services (ETIS) IV Draft RFP
    Buyer not available
    NASA's Goddard Space Flight Center is seeking proposals for the Environmental Test and Integration Services (ETIS) IV through a Draft Request for Proposal (DRFP) designated as 80GSFC24R0012. The procurement aims to secure contractor support for environmental testing, mechanical and optical integration, and operational support for spacecraft and flight experiment components, with a focus on maintaining high standards of safety and quality. This contract is critical for NASA's mission in space science and technology development, ensuring robust testing and integration processes are in place. Interested vendors must submit their comments and questions regarding the DRFP by September 18, 2024, and are encouraged to participate in an Industry Day scheduled for September 16, 2024, to gain further insights into the project requirements.
    Nancy Grace Roman Space Telescope Project Science Operations Center
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is initiating a sole-source procurement for the Nancy Grace Roman Space Telescope Project Science Operations Center, with the justification approved for the Space Telescope Science Institute (STScI). This opportunity involves the provision of space research and development services, as well as support for space flight and related activities, which are critical for the successful operation of the telescope project. The performance will take place in Baltimore, MD, and interested parties can reach out to Julie Janus at julie.a.janus@nasa.gov or by phone at 301-286-4931 for further details regarding this procurement.
    Request for Proposal 80GSFC25R0001 - Space Weather Geostationary (SWGEO) PHOtospheric Magnetograph Imager (PHOMI) Phase A Study
    Buyer not available
    NASA's Goddard Space Flight Center is inviting proposals for the Space Weather Geostationary (SW GEO) PHOtospheric Magnetograph Imager (PHOMI) Phase A Study, a critical initiative aimed at developing instrument concepts for measuring the solar photospheric magnetic field. The procurement seeks to conduct a Phase A instrument study that will inform future development of the PHOMI Instrument, with a focus on enhancing solar wind modeling and magnetic field mapping capabilities. This full and open competitive acquisition, classified under NAICS code 541330, has a total potential contract value of $1.5 million and a performance period of nine months, with proposals due by December 5, 2025, at 3:00 PM Eastern Standard Time. Interested offerors should direct inquiries to Kyle Vann or Raymond Jones via email and are encouraged to review the solicitation documents available on www.SAM.gov for detailed submission instructions and requirements.
    Justication for Other Than Full and Open Competition (JOFOC) for Unit Price Agreement Tracking System (UPATS) Blanket Purchase Agreement (BPA)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to justify the use of Other Than Full and Open Competition (JOFOC) for the Unit Price Agreement Tracking System (UPATS) Blanket Purchase Agreement (BPA). This action aims to provide a formal justification for the procurement process, which is crucial for maintaining efficient operations within NASA's facilities. The services involved pertain to the maintenance of office buildings, highlighting the importance of ensuring a well-functioning work environment for NASA personnel. For further details, interested parties can contact Russellyn Hart at Russellyn.hart-1@nasa.gov, and additional information about NASA can be found at their official website, https://www.nasa.gov.
    FY26 Wave6 Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.
    NIIN: 01-560-2895/ NOMEN: RECEIVER-TRANSMITTE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure repair services for the Receiver-Transmitter, part number 264A020-1, under a sole source contract with Lockheed Martin. The procurement involves the repair of two units, identified by NSN 7R 5841 015602895, and is classified under NAICS code 334511, focusing on navigation and communication equipment manufacturing. This repair is critical for maintaining operational capabilities, and the government anticipates issuing the award under an existing Basic Ordering Agreement (BOA). Interested parties must submit their capability statements to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil within 35 days of this notice, as this opportunity is not set aside for small businesses and will not involve competitive proposals.