Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOURCES SOUGHT

R -- FINANCIAL AND ADMINISTRATIVE SYSTEMS SUPPORT

Notice Date
2/16/2006
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ06BJ099R
 
Response Due
3/3/2006
 
Archive Date
2/16/2007
 
Description
Previously on 7/05/05, NASA/JSC announced our intent to award a sole-source contract to Science Applications International Corporation (SAIC) for Financial Administrative Systems Support (FASS) services. Support includes real-time operations to the Financial Management, Human Resources, Procurement, and Center Operations areas. NASA is now seeking capabilities from Small Businesses (SBs), Small Disadvantaged Businesses (SDBs), HUBZones, Women-Owned Small Businesses (WOSBs), Veteran-Owned Small Businesses (VOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and Historically Black Colleges and Universities/Minority Institutions (HBCU/MIs) for the purpose of determining small business subcontracting goals for the FASS services contract. The estimated period of performance of this contract is from August 25, 2006, through August 24, 2009, (3-year base period) along with two, 1 year options for extensions of services through August 24, 2011, if all options are exercised. Subcontracting opportunities for the contract may include the following: Technical, functional and safety related activities. Centralized administrative, clerical, documentation, and related functions. Sustaining engineering, software enhancements, and/or integration for the JSC-specific applications. Sustaining activities will include closing out and archiving the legacy systems that will be replaced by the implementation of center, Integrated Enterprise Management Program (IEMP) and e-Gov modules. Current JSC specific applications include but are not limited to: - The current Federalized version of SAP - Integrated Procurement Management System - NASA Supply Management System - NASA Equipment Management System - NASA Property Disposal System - Gelco Travel Manager - Integrated Budget Office Tool Box - General & Administrative Service Pool Trace System - Resource Allocation System - Property Accounting System System integration support for software applications, which includes testing of new software releases, including validation of production control procedures, required user guides, verification of data and programs, and integration of these releases into a production mode. Data conversion activities to migrate to new center, IEMP and e-Gov modules as required during this performance period. Operation of the local JSC Help Desk and user consultations for center, IEMP and e-Gov applications, using Business Warehouse and BRIO Query reporting tool to retrieve data from the data warehouses. Implementation and Interface Development Support including test planning, preparation and execution support; and JSC local configuration maintenance. - IEMP Implementations: Contract Management Module (CMM) SAP Version Update (SVU) Integrated Asset Management (IAM) - e-Gov Implementations: - E-Travel Communication Activities such as dissemination of messages to be communicated internally and externally in the operation of implemented center, IEMP, and e-Gov modules if requested. Training Activities for JSC, IEMP, and e-Gov implementation and operations. Provide support to conduct special information technology-related studies and analysis. Information Technology (IT) Enhancement or Refresh. No solicitation exists; therefore, please do not request a copy of the solicitation. It has already been established that this procurement is a sole-source (synopsis released 7/05/05 and Justification for Other Than Full and Open Competition (JOFOC) was approved on 02/14/06. Interested offerors/vendors having the required specialized capabilities to perform the tasks listed above should submit a capability statement of 5 pages or less indicating the ability to perform any or all aspects of the effort described herein, including proficiencies in software applications and programming languages. 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, SB, SDB, HUBZone, WOSB, VOSB, SDVOSB, or HBCU/MI; 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). Questions should be directed to: Aaron Eason at aaron.t.eason-1@nasa.gov. Please refer to NNJ06BJ099R. 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 for any subcontracting efforts. All responses shall be submitted to Aaron Eason at aaron.t.eason-1@nasa.gov no later than 03/03/06. Please refer to NNJ06BJ099R in any response.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#119058)
 
Record
SN00990041-W 20060218/060216213418 (fbodaily.com)
 
Source
FedBizOpps 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.