Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2003 FBO #0598
SOURCES SOUGHT

R -- TECHNICAL INFORMATION, ADMINISTRATIVE, AND LOGISTICS SERVICES (TIALS)

Notice Date
7/18/2003
 
Notice Type
Sources Sought
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
TIALS
 
Response Due
8/18/2003
 
Archive Date
7/18/2004
 
Point of Contact
Carl L. Silski, Small Business Officer, Phone (216) 433-2786, Fax (216) 433-5489, Email Carl.L.Silski@grc.nasa.gov - Ronald W. Sepesi, Chief - Services And Construction Branch, Phone (216) 433-2792, Fax (216) 433-5489, Email Ronald.Sepesi@grc.nasa.gov
 
E-Mail Address
Email your questions to Carl L. Silski
(Carl.L.Silski@grc.nasa.gov)
 
Description
SOURCES SOUGHT SYNOPSIS TECHNICAL INFORMATION, ADMINISTRATIVE, AND LOGISTICS SERVICES (TIALS) -- a follow-on procurement To determine the specific socioeconomic approach of an upcoming small business competitive procurement, the NASA Glenn Research Center, Cleveland, Ohio, is seeking capability statements from small businesses capable of providing support for technical information, administrative, and logistics services (described below) under the NAICS code 561210. Such statements of interest are requested specifically from small businesses, small disadvantaged businesses (SDB) including those in the 8(a) program, women-owned small businesses (WOB), HUB Zone small businesses, and Veteran-owned small businesses (VOB), including those that are owned by service-disabled veterans (SDVOB). The size standard for this type of procurement is currently $23 million, although there is a chance it could increase to $30 million by the time an RFP is issued. This work is a follow-on procurement to an existing contract known as the Logistics, Imaging Technology, Technical Publications, Metrology, Library, & Administrative & Clerical Support Services contract, NAS3-99179 with Indyne, Inc., which is due to expire October 31, 2004. Information on that contract is available on our Freedom of Information (FOIA) web site http://www.grc.nasa.gov/WWW/FOIA/ReadingRm.htm . The Statement of Work at this site is subject to further updates The tentatively anticipated requirements of this planned follow-on contract ? aka TIALS -- is the providing of logistics services, imaging technology, scientific and technical publishing, metrology services, library, administrative and clerical support. Examples of these requirements include: (1) Logistics services (property management, freight traffic, stock purchases, supply management, and transportation operation services); (2) Imaging technology (production administration support, scientific imaging, video production, multimedia, digital imaging, still imaging, photo-finishing, and audiovisual services); (3) Scientific and technical publishing (coordination and editing, manuscript preparation, layout and electronic publishing, publication graphics, and other duplication support services); (4) Metrology services (calibration of research and test instruments, and operating and maintaining the electronic and electromechanical instrument pool); (5) Library support (operating the circulation desk, managing the library?s collection including acquiring new publications, cataloging and loan management, and providing computer support for the ?electronic library?); and (6) Administrative and clerical support (information resources such as drawing file management and records management, maintenance and reproduction; operating the Learning Center; community and media relations editorial support; financial management support; resource analysis and management office support; information technology support; outreach, conferencing and training support; operations and maintenance of mobile television production facilities; and miscellaneous administrative, office and clerical support). GRC anticipates this procurement may require a workforce of 300 employees, and the successful contractor will need to obtain a line of credit or other financing in excess of $2,500,000. Requested Response Interested small businesses which have experience or capability in any or all of the above six focus areas are invited to respond. Responses should be limited only to the focus areas described. Responses should be limited to no more than FIFTEEN pages. These pages should consist of (1) a COVER letter no longer than THREE pages and (2) a CAPABILITIES description no longer than TWELVE pages (no more than two pages per focus area). The cover letter should briefly describe your company, succinctly addressing, but not necessarily limited to, the number of years in business, annual sales over your last three business years, the number of employees you have now and over your last three business years, your demographics, e.g., Small, WOB, SDB, 8(a), HUB Zone, Veteran or Service-disabled Veteran-owned, and your point of contact?s e-mail address. The cover letter should also address your firm?s ability to manage a large workforce and perform work similar to the technical requirements of this procurement. Interested firms should also demonstrate their ability to finance a large service contract, particularly as it applies to the required financing cited above. Also, please advise us if you consider this requirement to be a commercial or commercial-type service. A commercial item is defined in FAR 2.101. This cover letter should also indicate whether you are interested as a prospective prime contractor, subcontractor, or either. The capabilities description should be no more than TWELVE pages (no more than two pages per focus area) that addresses and illustrates your capability and experience in the focus areas your firm feels qualified in, making sure to clearly identify on each page your interested focus area(s), e.g., (1) logistics services, (3) scientific and technical publishing, (4) metrology services, etc. You need not respond to all the focus areas but to only those you have capability in. For each focus area, you should also provide, if available, a list of customers covering the past 5 years (highlighting relevant work performed, contract numbers and dollar values, contract type, and points of contact/addresses/and phone numbers). Interested firms should submit their capability statements to Carl L. Silski, 21000 Brookpark Road, Mail Stop 500-313, Cleveland, Ohio 44135. Capability Statements should be submitted no later than August 18, 2003. Capability Statements received after this date may not be considered. Please note that no solicitation exists at this time; therefore, do not request a copy. If a solicitation is released, it will be synopsized in the FedBizOpps, and on the NASA Acquisition Internet Service. It is the potential offerors? responsibility to monitor these sites for the release of any solicitation or synopsis. NASA Glenn Research Center reserves the right to determine the appropriate method of procuring the above services based upon its analysis and evaluation of capability statements. This synopsis is for information and planning purposes only 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 any evaluations.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#106676)
 
Record
SN00375430-W 20030720/030718214015 (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.