Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

D -- INFORMATION MANAGEMENT AND COMMUNICATION SUPPORT DRAFT REQUEST FOR PROPOSAL

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK07200304R
 
Response Due
7/10/2007
 
Archive Date
6/27/2008
 
Small Business Set-Aside
Total Small Business
 
Description
The National Aeronautics and Space Administration?s (NASA) Kennedy Space Center (KSC) has posted the Draft Request for Proposal (DRFP) for the Information Management and Communication Support (IMCS) acquisition. The general IMCS requirements include: 1. Voice Communications Voice Communications services support operational and institutional voice requirements at KSC and NASA occupied facilities at CCAFS, CONUS and TAL. These include Operational Intercom System, Paging and Area Warning, Radio, Astrocomm, Voice Recording and Mission Low Bandwidth Voice and Data Transmission, and Audio services. 2. Visual Imaging & Timing Communication Services Visual Imaging & Timing services support operational and institutional visual and timing requirements at KSC and NASA occupied facilities at CCAFS. These include Operational Television, KSC Public Affairs TV, Broadband Communications Distribution System, Timing and Countdown, Imaging Services, KSC Shuttle Photo support, Photo Optical Control Systems, Integrated Imagery System, Baseline Configuration Imaging, Commercial ELV Photo support, DOD Technical Multi-Media support, providing VITS room support and digital Photo Services Support. 3. Transmission and Cable Systems Transmission Systems support operational and institutional transport of voice, data and video across KSC. These systems include T-Carrier/SONET, ATM, Digital Video, and fiber optic. Cable Systems provide transmission facilities for moving voice, data and video around KSC. These Systems include Fiber Optic plant and Copper plant. 4. Administrative Phones These services include providing telephones for KSC in operational and institutional areas that are processed and delivered over conventional TDM and VoIP systems. 5. Institutional Computer Networks Institutional Computer Networks provide data delivery for institutional data and VoIP requirements on KSC. 6. Network IT Security Network IT Security provides IT security functions and services for KSC networks and their interfaces at KSC in accordance with the latest NASA , NIST and FISMA requirements. 7. Publications Publications provide printing and micro imaging reproduction services to NASA-KSC. These services include Center wide duplicating, publishing and color copying, engineering drawing reproductions, micro imaging, Engineering Document Control, Graphic services, forms control, information support, information analysis and business development writing support, and printing the KSC Telephone directory. 8. Library Library services operate and maintain both the KSC Library and, the KSC Law Library. 9. Computer Services Computer Services provides data center operations, development and support for existing and new applications, and systems development and sustaining at KSC. These include application software support, web development, commercial software support, and systems operations and maintenance. This procurement is a Total Small Business Set-aside in accordance with the Federal Acquisition Regulations (FAR) 19.5. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The NAICS Code and Size Standard are 517110 and 1,500 employees, respectively. An ombudsman has been appointed ? See NASA Specific Note ?B?. The DFRP is not a solicitation and the Government is not requesting proposals. Prospective Offerors are invited to submit comments regarding the DRFP. All questions and comments must be submitted using the Comment/Question Form available on this notice and at the IMCS website, which can be found at http://imcs.ksc.nasa.gov. Prospective Offerors are encouraged to submit comments on all aspects of the DRFP, including the requirements, schedules, forms, proposal instructions, and evaluation approach. Prospective Offerors are also encouraged to identify any areas in the DRFP that are confusing or not clear, and may warrant additional information or clarification in the final RFP. Prospective Offerors should note that if questions are submitted, the questions and corresponding answers will be posted to the IMCS website identified above. Answers to questions submitted may be released incrementally. All comments must be submitted by August 2, 2007. Prospective Offerors are requested to notify the Contracting Officer, Sean D. Howe, of the Offer?s intent to submit a proposal by August 16, 2007 at ksc-imcs-info@mail.nasa.gov. Responses to the DRFP will be separated from, and have no bearing on, subsequent evaluation of proposals submitted in response to any resulting formal RFP. The use of ideas, questions, and comments to structure the final RFP is at the discretion of the Government. Eligibility in participation in a future acquisition does not depend upon a response to this notice. The Government will not critique a Prospective Offeror?s comments, and the DRFP shall not be used by offerors to market their products/services. The subject DRFP does not commit the Government to award a contract nor does it obligate the Governments for costs incurred in the preparation and submittal of proposals in anticipation of a contract. Any subsequent final solicitation will be synopsized prior to its release and published on NAIS and FedBizOpps. An interested parties list and current IMCS acquisition information can be obtained at http://imcs.ksc.nasa.gov. Kennedy Space Center will hold a Site Visit/Tour on July 18, 2007, for Prospective Offerors to tour selected facilities related to the IMCS requirements. Each tour will consist of Government escorts and a maximum of three (3) participants from each Prospective Offeror including team members, subcontractors, partners and consultants. One of the three team members should be a company representative that will have responsibility for preparing the proposal cost volume. This representative will participate in a comment and question gathering session regarding the Government proposal cost forms. All participants to the Site Visit/Tour must be citizens of the United States. Prospective Offerors who wish to participate in the site visit must complete the registration form for the Site Visit/Tour available at the web site http//imcs.ksc.nasa.gov. The registration form must be received no later than 4:00 p.m. EDT Tuesday, July 10, 2007 via Fax to (321) 867-7191, or e-mail to KSC-IMCS-INFO@mail.nasa.gov. The Government will also hold one-on-one meetings from July 19, 2007 through July 25, 2007 (excluding July 21 and 22). The Government?s purpose in holding the one-on-one meetings is to receive feedback from industry related to the DRFP and the overall procurement. The one-on-one meetings will be limited to a 1 hour block of time. Advance submission of comments by interested parties is encouraged before the one-on-one meetings. If interested in scheduling a one-on-one, contact the primary Point of Contact (POC) Sean D. Howe, Contracting Officer via e-mail at ksc-imcs-info@mail.nasa.gov, no later than 4:00 p.m. EDT Tuesday, July 10, 2007. One-on-one meetings will be scheduled on a first come, first served basis. Deviation: A deviation to FAR 17.204(e), and NASA FAR Supplement (NFS) 1817.204(e)(i), which limits the period of performance of contracts to five years, has been requested from NASA Headquarters. The DRFP contemplates a nine-year maximum period of performance. If the deviation is not granted, the period of performance will be five years maximum and will result in changes to the final RFP.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#125575)
 
Record
SN01329545-W 20070629/070628032014 (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.