Federal Bid

Last Updated on 07 Feb 2018 at 9 AM
Sources Sought
Location Unknown

James Webb Space Telescope (JWST) Observatory Operations and Sustainment

Solicitation ID NNG18649335
Posted Date 09 Jan 2018 at 9 PM
Archive Date 07 Feb 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Code 210.S
Agency National Aeronautics And Space Administration
Location United states
The National Aeronautics and Space Administration (NASA)/Goddard Space Flight Center (GSFC) intends to solicit a sole source proposal from the Universities for Research in Astronomy (AURA) and is hereby soliciting information about potential sources for to provide the products and services required to operate the James Webb Space Telescope (JWST) Observatory and execute the science program, maintain and calibrate the onboard instruments, maintain the ground system, archive and distribute the science data, manage the JWST grants program, and conduct astronomical research during the remaining years of the JWST science mission.

NASA's GSFC is hereby soliciting information from potential sources that may be able to fulfill these requirements and is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI). The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.

No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis.

Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described herein.

Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, or any category of small business*, number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number).

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.

All responses shall be submitted emailed to [email protected] no later than 3:00 p.m. EST January 23, 2018. Please reference NNG18649335 in any response.

Bid Protests Not Available

Similar Past Bids

Location Unknown 30 Aug 2007 at 4 AM
Location Unknown 30 Aug 2006 at 4 AM
Location Unknown 23 Apr 2009 at 7 PM

Similar Opportunities

Location Unknown 11 Jul 2025 at 4 AM
Pennsylvania 15 Jul 2025 at 2 PM
Dayton Ohio 31 Jan 2100 at 5 AM (estimated)
Washington navy yard District of columbia 17 Jul 2025 at 6 PM
Washington navy yard District of columbia 17 Jul 2025 at 6 PM