Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
SOLICITATION NOTICE

A -- INTERNAL COLLABORATION SUPPORT SERVICES

Notice Date
5/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ10340718Q
 
Response Due
5/25/2010
 
Archive Date
5/12/2011
 
Point of Contact
Perry L. Mueller, Contract Specialist, Phone 281-483-7158, Fax 281-244-0995, Email perry.l.mueller@nasa.gov - Ann E. Bronson, Contracting Officer, Phone 281-483-9889, Fax 281-244-5331, Email ann.e.bronson@nasa.gov
 
E-Mail Address
Perry L. Mueller
(perry.l.mueller@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.NASA/Johnson Space Center (JSC) has a requirement for Internal Collaboration SupportServices per the attached Statement of Work. Specifically, NASA/JSC is searching for anapproach and methodology to promote internal collaboration and the identification ofsolutions to internal challenges. The Internal Collaboration Support Service providershall supply full lifecycle support to NASA including development, review, vetting,posting, challenge maintenance, and closure for 20 challenge statements. The InternalCollaboration provider will be an intermediary between the NASA challenge owner and theNASA solver community.The provisions and clauses in the RFQ are those in effect through FAC 2005-40.Responses to this solicitation are to be broken up into two sections, technical and cost.Responses are limited to 15 pages. The page limitations do not apply to the cost portionof the responses. A page is defined as one side of a sheet, 8 1/2' X 11', with at leastone-inch margins on all sides, using no smaller then 12-point font type, with theexception of no smaller than 10 point font for tables and figures. The technical section of the responses shall address each work break down structure ofthe attached Statement of Work. The technical section shall also include a sample of apast challenge and solution that was facilitated via an internal collaboration capabilitythat demonstrates the ability to meet the requirements of the Statement of Work.The cost section of the responses shall include detailed cost regarding: (1) ProgramManagement, (2) Organization Planning Meetings, (3) Training, and (4) Administration ofPosted Challenges.Responses shall address all of the information described above. Failure to do so coulddeem the response to be inadequate for evaluation purposes.All contractual and technical questions must be in writing (via email) to Lamar Muellerat perry.l.mueller@nasa.gov no later than (NLT) 12:00 PM local Houston time, May 18,2010. Telephone questions will not be accepted. All responsible sources may submit an offer which shall be considered by the agency. Offerors for the service(s)/items described above are due NLT 12:00 PM local Houstontime, May 25, 2010, to Ann E. Bronson at ann.e.bronson@nasa.gov and must includesolicitation number, discount/payment terms, taxpayer identification number (TIN), and besigned by an authorized company representative. Offeros shall provide the information required by FAR 52.212-1 (June 2008). Instructionsto Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1are as follows: If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act--Supplies,' the offeror shall so state and shall listthe country of origin. FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Item is applicable.Addenda to FAR 52.212.4 are as follows: FAR 52.212-5 (APR 2010), Contract Terms and Conditions Required to Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36,52.225-1, 52.232-34. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note 'B'.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73.Potentialofferors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ10340718Q/listing.html)
 
Record
SN02147186-W 20100514/100512234710-b40d7ed13418dd199e913dd56d3adc89 (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.