Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2002 FBO #0095
SOLICITATION NOTICE

D -- INFORMATION SYSTEMS DIRECTORATE OPERATIONS AND SUPPORT SERVICES CONTRCT (IOSS)

Notice Date
3/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
9-BJ2-Z57-02-11P
 
Archive Date
3/5/2003
 
Point of Contact
Venessa L. Jankowski, Contract Specialist, Phone (281) 244-5618, Fax (281) 483-8529, Email venessa.jankowski1@jsc.nasa.gov - Richard W Bennett, Contracting Officer, Phone (281) 483-9442, Fax (281) 483-8529, Email richard.w.bennett1@jsc.nasa.gov
 
E-Mail Address
Email your questions to Venessa L. Jankowski
(venessa.jankowski1@jsc.nasa.gov)
 
Description
NASA/JSC plans to issue a Request for Proposal (RFP) for The Information Systems Directorate Operations and Support Services Contract (IOSS). The NASA/JSC Information Systems Directorate (ISD) is planning the consolidation of several contracts: NAS9-97135 Information Technology Support Services Contract; NAS9-01122 Application Development Support Contract; NAS9-98143 Data Systems Support Services Contract; and NAS9-97001 Information, Imagery, Media, and Public Affairs Support Services Contract. Contemplated requirements for the consolidated contract include: 1. Management and administration that may consist of overall contract administration; operations, project and functional area management; resource management; configuration management; risk management; software procurement; technology infusion; safety; metrics reporting; property management; second tier Help Desk; and information technology security. 2. Systems Management that may consist of general systems support such as planning and engineering; sustaining engineering; system administration; maintenance, including preventive, remedial, maintenance and license agreement renewal; problem resolution; facility support; and engineering projects. 3. Specific systems to be managed may consist of: a)Multi-media systems such as graphics creation and design; publications; photographic and video image acquisition; news and mission systems; video productions and presentation support; mission and non-mission television; video-teleconferencing; duplication and printing; document conversion; engineering data services; and photographic laboratory operations. b)Computational and administrative systems such as information technology firewalls, including Public Key Infrastructure, computational servers, web servers, application servers, database servers and administrative accounting system production operations. c)Library support systems such as the JSC scientific and technical information center (library), oral and written history, and imagery long-term storage facilities. In order to support current and future systems, the consolidated contract requirements also include full life cycle system management, i.e., development, implementation and sustaining engineering. Information management may consist of customer interface services; exhibits; protocol and guest operations; community outreach; board and security support; records management; mail services; and education programs. This contract is anticipated to be a hybrid type, i.e., Cost-Plus-Award-Fee (CPAF), IDIQ/Firm-Fixed-Price(IDIQ/FFP) and IDIQ/Cost-Plus-Award-Fee (IDIQ/CPAF). The basic contract will have a 3-year basic period of performance with two 2-year options to follow, for a potential 7-year contract. The provisions and clauses in the RFP are those in effect through FAC 01-03. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. This procurement is a total small business set-aside. See Note 1. The NAICS Code and Size Standard are 541511 and $21M respectively. The DPAS rating for this procurement is DO-09. JSC anticipates the release of the following: DRAFT Performance Work Statement about mid to late March 2002. DRAFT RFP about early April 2002. Contractor on site briefing at JSC about mid April 2002. The anticipated release date of RFP 9-BJ2-Z57-02-11P is about late April 2002, with an anticipated proposal due date about mid to late June 2002. All qualified responsible sources may submit a proposal which shall be considered by the agency. Oral Communications are not acceptable. Questions should be submitted in writing to the points of contact named in this synopsis. An ombudsman has been appointed. See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office 97 format and 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/JSC Business Opportunities page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=73 Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site 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 can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=73#100246)
 
Record
SN00035973-W 20020307/020305213350 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.