Skip to content Login
NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

MISSION OPERATIONS VOICE ENHANCEMENT (MOVE)


Synopsis - May 21, 2004
Modification 01 - Posted on May 26, 2004
Modification 02 - Posted on Jun 01, 2004
Modification 03 - Posted on Jun 21, 2004
Modification 04 - Posted on Aug 24, 2004
Draft Document - Posted on May 24, 2004
Draft Amendment 01 - Posted on Jun 07, 2004
MOVE - Posted on Aug 24, 2004

General Information
Solicitation Number: N/A
Reference Number: RFI-007MOVE
Posted Date: May 21, 2004
FedBizOpps Posted Date: May 21, 2004
Original Response Date: Jun 21, 2004
Current Response Date: N/A
Classification Code: D -- Information technology services, incl. telecom services
NAICS Code: 334210 - Telephone Apparatus Manufacturing

Contracting Office Address
 
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771

Description
 
This notice is issued by NASA/GSFC to post a draft Statement of Work (SOW) and Systems Requirements Document (SRD) as well as other related documents via the internet for the NASA Mission Operations Voice Enhancement (MOVE), and solicit responses from interested parties in regard to vendor capability. These documents are for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition.

The goal of the MOVE project is to replace and standardize existing NASA Mission Operations Voice Systems with Commercial off the shelf (COTS) equipment to the maximum extent possible. This requirement encompasses all NASA centers. Interested parties are requested to review the posted documents and describe their capability to provide equipment, installation and maintenance in accordance with the draft MOVE schedule as well as provide comment and feedback in regard to feasibility and reasonableness of the requirement as stated. Respondents are also requested to provide input on specific questions as well as complete a compliance matrix. The posted documents include the SOW, SRD, a listing of specific questions to industry, a compliance matrix, the Johnson Space Center Control Center Complex Digital Voice Communications Subsystem to Data Distribution and Workstation/Server Platforms Subsystem Interface Control Document, the MOVE Schedule--Summary View and Document 2810.MOVE. Interested parties are requested to provide a description of their existing or in-development COTS products that are the basis for their potential solution to meeting the requirements. Information may include brochures, data sheets, and web sites (URLs).

A completed SRD/SOW compliance matrix is also requested. It is noted that the MOVE SRD contains a robust set of voice system requirements. Due to the number of NASA sites included in this project and the differences in mission types supported (i.e., manned and unmanned), there are some current capabilities that are unique and known not to be supported by existing vendor products. For this Request for Information (RFI) the intent has been to include all functional requirements based on the capabilities currently in use at all of the target NASA MOVE sites. It is fully expected that some of the requirements may not be within the scope of some or all of the current market COTS products. Responders are requested to review the SOW and SRD and identify those requirements that are not currently provided by their existing and/or planned products and therefore, require additional development. If alternate, comparable capabilities are available in a COTS product, provide information identifying the alternative capability. Where possible, a Rough Order of Magnitude (ROM) cost estimate for this development is requested (see the SRD/SOW compliance Matrix). As a result of information recieved in response to this RFI, NASA may consider SRD updates that may delete or modify some requirements to achieve maximum competition.

Due to the nature of this acquisition that involves multiple NASA centers and many team members, respondents are asked to submit technical questions in writing to MOVE@ncc-comm.gsfc.nasa.gov. The MOVE team, comprised of both Government and Contractor personnel will review and respond to all questions, and review the RFI responses. Both respondent questions and MOVE team answers will be posted via the World Wide Web at the NASA/GSFC business opportunity homepage. The web link is cited below. Center technical contacts are: Dan Duffy, MOVE Project Manager, GSFC at 301-286-5110, Douglas Fooshee, MOVE Deputy Project Manager and MSFC lead at 256-544-3297, Michael Johnson, GSFC lead at 301-286-7574, William Allen (Al) Wylie, JSC lead at 281-483-4738, Timothy Springstroh, KSC Lead at 321-867-4113, Gerald Humphrey, JPL Lead at 818-354-3094, Tuan Doan, Hanger AE, Lead at 321-853-9742 and Michael Yettaw, DFRC Lead at 661-276-3253. Procurement related questions should be directed to: Klaus D. Sexton, Contracting Officer at 301-286-2271. Electronic submission is encouraged.

Responses to this RFI are to be forwarded to NASA/GSFC ATTN: Klaus.D.Sexton, Code 210.4, Bldg. 12 Room E206B, Greenbelt Road, Greenbelt MD, 20771. Electronic submission is encouraged at MOVE@ncc-comm.gsfc.nasa.gov. Please provide 10 copies of any written response if not submitted electronically. All responses to this RFI shall be submitted no later than June 21, 2004. Please reference RFI-007MOVE in any response.

NASA intends to host a Government/Industry discussion and exchange forum prior to the RFI due date. All interested parties to include potential prime contractors and teaming partners are encouraged to attend, ask questions and provide feedback. The place and time will be announced in a future synopsis, however, the target date is the week of June 7 and is anticipated to last two days. Please monitor FedBizOpps for this future announcement.

This presolicitation synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.

An ombudsman has been appointed -- See NASA Specific Note "B".

The documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin;=51 It is the offeror's responsibility to monitor the Internet cite for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.

Any referenced notes may be viewed at the following URLs linked below.


Point of Contact
Name:Klaus D Sexton
Title:Contracting Officer
Phone:(301) 286-2271
Fax:(301) 286-6299
Email:Klaus.D.Sexton@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at:
NASA Insignia Owner: Ron Crider | Technical Support | Section 508 Compliant
Last revised: June 09, 2004 by DLE