Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2004 FBO #0899
SOURCES SOUGHT

R -- CONTRACTS, PURCHASE ORDERS, GRANTS, COOPERATIVE AGREEMENTS AND OTHER CONTRACTUAL AGREEMENT CLOSEOUT SERVICES

Notice Date
5/11/2004
 
Notice Type
Sources Sought
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA04063612
 
Response Due
6/14/2004
 
Archive Date
5/11/2005
 
Point of Contact
Barbara A. Drake, Contracting Officer, Phone (650) 604-3002, Fax (650) 604-0912, Email Barbara.A.Drake@nasa.gov - Audrey A. Guerra, Contract Specialist, Phone (650) 604-6474, Fax (650) 604-0912, Email Audrey.A.Guerra@nasa.gov
 
E-Mail Address
Email your questions to Barbara A. Drake
(Barbara.A.Drake@nasa.gov)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This document is for information and planning purposes only and will allow industry the opportunity to verify the reasonableness and feasibility of the requirement and to submit a capability statement. It does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract. Respondents will not be notified of the results of the review. It is not known at this time if a solicitation will result from this request for information (RFI). If a solicitation is issued, it will be posted on the NASA ARC Business Opportunities website http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=21 . Source qualifications should be limited to ten pages and submitted in electronic format by email to Audrey.A.Guerra@nasa.gov or by facsimile to (650) 604-0912 by the response date specified. In responding, reference RFI NNA04063612. NASA Ames is hereby soliciting information from industry to determine the existence of sources who can provide contractor services for administratively closing acquisition instruments at each of the 9 Field Centers to include, NASA Ames Research Center, Dryden Flight Research Center, Johnson Space Center, Stennis Space Center, Marshall Space Flight Center, Glenn Research Center, Langley Research Center, Goddard Space Flight Center, and the NASA Management Office (NMO) at the Jet Propulsion Laboratory. Overall coordination of NASA activities is provided by NASA Headquarters in Washington, D.C. Acquisition instruments include contracts, purchase orders, grants and cooperative agreements and other contractual instruments. The Contractor shall provide all management, personnel, equipment, materials and facilities (unless otherwise identified as provided by the Government in the contract or in a task order) to perform the work described in this Statement of Work. The Contractor shall manage the work to be performed under the contract including closing all acquisition instruments in accordance with the FAR, NASA FAR Supplement, and all applicable laws, regulations, etc. The Contractor shall also assure the availability of qualified personnel for timely response to task orders, and manage all task orders according to the Contractor?s Management Plan. Task Orders may be added, deleted, or modified as Agency, Center/NMO goals change. The contractor may be required to utilize the existing financial management system to assist in the closeout process. The Contractor will perform closeout activities in accordance with FAR Subpart 4.8 and NASA FAR supplement (NFS) 1804.8, or using quick closeout procedures in accordance with FAR 42.708 and NFS 1842.708. Grants closeout will be in accordance with the Grant and Cooperative Agreement Handbook (NPG 5800.1D). The FAR, NFS, and NPG (under NASA Directives) may be found at http://prod.nais.nasa.gov/cgi-bin/nais/index.cgi . The contractor(s) will inventory files and maintain a closeout-tracking log. Additional requirements, i.e. number/types of closeouts, specific actions required, performance standards, etc., will be detailed on individual task orders issued by each Center. The contractor will be required to complete closeout of all acquisition instruments identified on any individual task order within the timeframes specified in the FAR, NFS, and Grant Handbook or on the task order. For example, Cost Plus contracts must be closed within 36 months of physical completion whereas Firm Fixed Price contracts require closeout within 6 months of physical completion. Closeout will be required within these timeframes unless delays otherwise explained and new dates that are forecast on progress reports have been accepted. The Contractor shall develop and maintain a tracking system and reports that include the status, location, and current actions pertaining to the closeout of purchase orders, contracts, grants and cooperative agreements, and other agreements. Center/NMO specific requirements for these records will be provided in each task order. It is anticipated the contract will be a cost plus fixed fee with task orders issued by individual Centers. The anticipated performance period will be a one-year base period, plus four one-year each option periods. The estimated price of this contract is approximately $14 million over the entire five-year performance period for all Centers. As the number of contracts, grants, cooperative agreements and purchase orders requiring closeout vary from Center to Center, the estimated contract value is not spread evenly across all the Centers. For all centers, the total estimated number of contractual instruments to close is 25,000. The anticipated award date for this requirement is July 31 (FY) 2005. The NAIC code and SBA size standard for this requirement is 561110 and $6 million respectively. Interested and qualified sources are requested to provide a statement of current capability and past performance information. Sources must demonstrate management and technical experience on similar acquisitions specifically addressing the requirements specified in this synopsis and demonstrate the ability to successfully compete for this requirement. The following information should be provided: 1. Submit a capability statement of ten (10) pages or less indicating the ability to perform all aspects of the effort described herein. 2. A description of the respondent?s past experience in successfully performing this type of contract, including a description of the contract and name and phone number of the point of contact for the purchasing organization. 3. Company name, point of contact, e-mail address, telephone and facsimile numbers and type and business size, average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged business, 8(a), HUBZone small business, and/or woman-owned small business; service-disabled small business, veteran-owned 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. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Audrey Guerra no later than COB June 14, 2004. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government pay for information solicited. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. An ombudsman has been appointed -- See NASA Specific Note "B". B. An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with any ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. If resolution cannot be made by the contracting officer, interested parties may contact the installation ombudsman. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman. Please do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer or as specified elsewhere in this document. The Ombudsmen for each of the NASA installations and for the agency and their phone numbers are available at the following URL: http://ec.msfc.nasa.gov/hq/library/Omb.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#110206)
 
Record
SN00584153-W 20040513/040511212709 (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.