Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
SOURCES SOUGHT

A -- PROGRAMS AND PROJECTS

Notice Date
5/14/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA10341982R-VXL
 
Response Due
6/7/2010
 
Archive Date
5/14/2011
 
Point of Contact
Veronica Llamas, Contracting Officer, Phone 650-604-5626, Fax 650-604-0932, Email veronica.llamas-1@nasa.gov
 
E-Mail Address
Veronica Llamas
(veronica.llamas-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC is hereby soliciting information about potential sources for Programs andProjects (P&P). The Programs and Projects Directorate at NASA Ames Research Centerconducts and manages programs, projects, and develops missions to support satellite andsuborbital platforms. The work will be performed primarily at Ames Research Center (ARC), Moffett Field,California. In this synopsis, NASA ARC is soliciting information about potential sourcesand preferred contracting approaches for the above services.I. PURPOSE OF THIS SYNOPSIS This notice has two purposes: 1) To request information on capabilities of potential offerors to provide the servicesdescribed in the attached Draft Statement of Work (SOW) in order to determine if thiswill be a small business set-aside. Information received as a result of this notice willbe considered by the Government and used for acquisition planning purposes only. Aninterested parties list will be posted.2) To request information from interested parties regarding their preferred contractingapproach to provide the services described in the attached Draft SOW.II. SUMMARY OF PROPOSED WORK BACKGROUND: The Programs and Projects Directorate provides scientific, engineering, technical, anddocumentation support for the various areas of programs and projects management workwithin, but not limited to, the Engineering, Center Operations, New Ventures andCommunications, Science, Information Technology, Safety, Environment and MissionAssurance and Aeronautics Directorates. Programs include Lunar Atmosphere and DustEnvironment Explorer (LADEE), Kepler, SOFIA, International Space Station (ISS)Non-Exploration Projects and NASA Astrobiology Institute Programs.III. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES Interested Offerors having the required specialized capabilities/qualifications tosupport some or all of the work described in the Draft SOW are asked to submit acapability/qualification statement of 10 PAGES or less. There is no required font sizeand/or type designated for this Capability/Qualification Statement. Figures, exhibits,and diagrams should be readable. Submit your response electronically in PDF format. TheGovernment requests separate files for the Statement of Capabilities response and theContracting Approach response. The response must include the following: 1) Company name, address, point of contact, phone, fax, e-mail, and website (ifapplicable). 2) Whether your company is Large business, Small business, SmallDisadvantaged Business, 8(a)set-aside small business, HUBZone small business, Woman-ownedsmall business, Veteran-owned small business, HBCU/MI, Service-Disabled Veteran-ownedsmall business for NAISC code 541712 size standard 500 employees. 3) Your companyscapability in each of the technical areas. For each technical area, indicate whatpercentage of the technical area you would perform. 4) A list of relevant work performedin the past five (5) years, including contract type, contract number, technicaldescription, dollar amount, period of performance, and a customer reference name andtelephone number. Please include relevant work in collaboration with any highperformance computing organization. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses. IV. RESPONSES REGARDING THE CONTRACTING APPROACH The Government is soliciting contracting approaches to the NASA P&P procurement that willenhance competition and provide business opportunities. Therefore, the Government isrequesting feedback in the following areas for consideration during acquisition planning:a) Socio-economic considerations: ARC is interested in your comments on establishingsubcontracting goals for Small Business, Service-Disabled Veteran-owned small business,Small-Disadvantaged Business, Women-owned small business, Veteran-owned small business,Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), and HUBZonesmall business. b) Use of Incentives: In an attempt to determine the appropriate contract type (contracttypes for consideration, alone or in a hybrid combination, include both Fixed-Price andCost-Reimbursement contracts, such as FFP, FPI, FPAF, CPFF, and CPIF), for thisparticular procurement, the Government is soliciting input from interested parties andasks that responses include information regarding why a particular contract type orcombination of contract types might be more appropriate (benefits and impediments), howthat proposed contract type would affect costs and how you would propose; as well asanswers to the following questions: 1) Performance incentives: Please provide your view regarding types of fee, options,and/or other appropriate incentives for contractor performance.2) In a mixed-team (Government/Contractor) environment, how would you propose to measurefactors such as the technical/cost/schedule performance, risk mitigation, employee andasset safety and security, innovative best practices, quality of service to users,responsiveness to changing requirements and budget, or identifying opportunities fortechnical and administrative improvement, or cost?c) Technical Information: What type of technical information along with the Statement ofWork would you like to see with a potential solicitation (e.g., sample tasks)?d) Contract Content/Structure: Do you have any suggestions or examples of restructuring,simplifications, and clarity in the description of technical areas draft SOW as well asother types of additional information that would improve understanding or clarity ofrequirements and terms and conditions? There is no limit on the page length to your response to PART IV. RESPONSES REGARDING THE CONTRACTING APPROACH. V. YOUR RESPONSE TO THE SYNOPSIS All responses to: 1) the Statement of Capabilities and 2) Contracting Approach shall bereceived no later than Monday, June 7, 2010 at 3:00PM Local PST. Please respond viaelectronic mail (e-mail) to the Contracting Officer, Veronica Llamas, at the followingaddress: Veronica Llamas-1@nasa.gov. Written questions should also be directed to theContracting Officer, Veronica Llamas, at the following address:Veronica.Llamas-1@nasa.gov. If an interested party requests confirmation of receipt, theContracting Officer will confirm receipt. In all responses, please reference solicitation number NNA10341982R-VXL. Verbal questionswill not be accepted. This synopsis is for information and planning purposes only and isnot to be construed as a commitment by the Government nor will the Government pay forinformation solicited. Respondents will not be notified of the results of the evaluation.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sites forthe release of any solicitation or synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA10341982R-VXL/listing.html)
 
Record
SN02149668-W 20100516/100514234526-45fcfdd80a568ea183d2b23fe4fb3e49 (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.