Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SPECIAL NOTICE

D -- MSFC INFORMATION TECHNOLOGY SERVICES - MITS

Notice Date
8/27/2008
 
Notice Type
Special Notice
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
RFI-MITS-1
 
Archive Date
8/27/2009
 
Point of Contact
Wayne T. Harmon, Contracting Officer, Phone 256-544-5336, Fax 256-544-3223, - Walter S. Melton III, Contracting Officer, Phone 256-544-0299, Fax 256-544-8993, />
 
E-Mail Address
wayne.harmon@msfc.nasa.gov, walter.s.melton@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PORPOSAL, QUOTATION, OR INVITATION TO BID NOTICE.A. BackgroundNASA/MSFC is requesting information about potential small business sources forInformation Technology (IT) Services specific to MSFC and Michoud Assembly Facility(MAF).These requirements are currently included in the Unified NASA InformationTechnology Services (UNITeS) contract (#NNM04AA02C).The UNITeS contract expires December 31, 2008 and is a Cost-Plus-Award-Fee contract withan Indefinite Delivery-Requirements portion. An extension to the contract is beingprocessed that will extend the period of performance through November 30, 2009.FOIA information relating to UNITeS may be requested from:Judi Hollingsworth, CS20Freedom of Information OfficeNASA, George C. Marshall Space Flight CenterMSFC, AL 35812Phone(256) 544-1837Fax(256) 544-0007The Government is currently considering the following preliminary acquisition schedule,subject to revision as requirements evolve (industry feedback is solicited in this RFI):ActivityAnticipated DateResponse to RFI September 12, 2008Publication of Draft PWSSeptember 30, 2008Industry One-on-One MeetingsOctober 6-10, 2008 Draft RFPNovember 20, 1008Industry Briefing/Site ToursDecember 4-17, 2008Final RFPJanuary 7, 2009Proposals ReceivedMarch 18, 2009Competitive RangeJune 30, 2009Source SelectionSeptember 19, 2009Contract AwardSeptember 25, 2009Phase In StartOctober 1, 2009Contract Full AssumptionDecember 1, 2009NASA has implemented an acquisition portal which can be accessed at the followinglocation:http://ec.msfc.nasa.gov/apt/portal_acquisitions.htm B. Description of Known and Potential RequirementsThe following information is included as a description of the current anticipatedrequirements.Telecommunications services including transmission systems supporting operationaland institutional transport of voice/data/video (includes cable plant and asbestos work)and communication systems such as telephones, radios, emergency warning system,teleconferencing, and paging.Applications and web services including requirements analysis and engineering,software development for existing and new applications, customer IT support, andcommercial software implementation and support.Computer systems services including large data center operations, systemarchitecture and engineering, and system operations and maintenance.Audio visual information services including video and television production,digital photo services support, digital television, special events support, and computergenerated imaging and animation. Information Technology Security in accordance with the latest NASA, NationalInstitute of Standards and Technology (NIST) and Federal Information Security ManagementAct (FISMA) requirements including information system certification and accreditation,intrusion detection and incident response, and information systems risk management (e.g.patch management, configuration management, internal audits and testing).Print and administrative services including duplicating, publishing, documentmanagement, graphics services, forms control, engineering drawing reproduction, contentcreation, and document repository.Strategic planning, enterprise architecture, technology evaluation and customerrelationship management.C. Information RequestedNASA invites potential offerors to submit feedback on the stated scope, schedule,technical requirements, and procurement approach by 9/12/2008.The feedback should be nomore than twenty (20) pages (8.5 X 11, 12 point, Times New Roman font). Request thatseven (7) printed copies of the responses be delivered with no hardback binding and two(2) electronic copies on CDs.RFI responses and procurement related questions should be directed as follows:NASA George C. Marshall Space Flight CenterAttn: PS31/Wayne T. HarmonBuilding 4200 Room G6MSFC, AL 35812Phone:(256) 961-2071 or (256) 544-5336Responses which demonstrate clear benefit to performance, schedule and/or cost are ofparticular value and interest to the Government. The following items should be addressedfor the potential acquisition:1.A small business set-aside is being considered for this acquisition using NAICSCode 517110. The government is interested in comments and recommendations to thisapproach. 2.The Government is interested in industry comments and recommendations for themost effective contract structure/type, scope, contract term, and length of transitionperiod. Describe the reasoning behind your recommendations including business approachesfor an optimized cost estimating and cost control process. Further describe both risksand mitigations the Government should consider and procurement strategy and solicitationdevelopment. 3.Recommend a contract incentive approach that would lead the successful contractorto strive for efficiency and effectiveness. Consider objective performance standardsthat could be used to measure performance of these activities. 4.Describe lessons learned from similar IT Service efforts, programmatically,financially, technically, and administratively.5.Describe your approach to interaction with Government customers, i.e. key programstakeholders, project leadership, and Center CIO support. Describe which functionsshould be performed by the Government and by the contractor.6.Describe the type of information needed about the existing work transitioning toMITS in order to develop a credible proposal. 7.NASA intends to implement Information Technology Infrastructure Library (ITIL)V.3 compliant processes to manage the computer systems services. Describe how you haveapplied the ITIL process to similar efforts that you have participated in, the advantagesand disadvantages as well as any lessons learned.8.NASA anticipates replacing the current contract financial reporting and servicedelivery management system utilized on the UNITeS contract. This system provides costreporting/forecasting, planned vs. actual cost reporting, cost analysis, Purchase Request(PR) tracking, WYE analysis, etc. Describe the type of system you have used on similarefforts that could be used to successfully manage the MITS effort.9.Contractor should include the following: name and address of firm, size ofbusiness, average annual revenue for past 3 years and number of employees, ownership,whether they are large, small, small disadvantage, 8(a), HUBZone, and/or woman-owned;number of years in business; affiliate information: parent company, joint venturepartners, potential teaming partners, prime contractor (if potential sub) orsubcontractors (if potential prime); and point of contact address and phone number.10.Please provide a list of similar contracts of comparable scope, contract type,magnitude, and complexity to this acquisition that NASA should consider in developing,the procurement strategy and solicitation. Identify the contract number, briefdescription of scope, approximate value and number of employees, Government/CustomerContracting Officer and technical point of contact with telephone numbers and emailaddresses.11.Provide comments relating to the acquisition milestone schedule and the length oftime needed to perform an acquisition of this magnitude, including the length of time andinformation necessary to conduct due diligence and assemble a comprehensive and accurateproposal for the work to be accomplished.PLEASE NOTE: This is a request for information only and does not constitute acommitment, implied or otherwise, that NASA will take procurement actions in this matter. In addition, neither NASA nor the Government will be responsible for any cost incurredin furnishing this information. Respondents will not be notified of the results of thereview.The Government intends to use the information provided for the purpose of developingprocurement strategy and solicitation development. Any information used will be on anon-attribution basis.Restrictions that would limit the Governments ability to use theinformation for these purposes are of limited value to the Government and arediscouraged.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=504df27b1164775036931774561d258d&tab=core&_cview=1)
 
Record
SN01652820-W 20080829/080827221522-504df27b1164775036931774561d258d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.