Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2011 FBO #3535
SOLICITATION NOTICE

A -- MISSION AND PROGRAM INTEGRATION

Notice Date
7/28/2011
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
 
ZIP Code
00000
 
Solicitation Number
NNJ11401774R
 
Response Due
8/5/2011
 
Archive Date
7/28/2012
 
Point of Contact
Julie K. Karr, Contracting Officer, Phone 281-483-9782, Fax 281-244-2370, Email julie.k.karr@nasa.gov - Lara N. Procknow, Contract Specialist, Phone 281-483-0155, Fax 281-244-2370, Email lara.n.procknow@nasa.gov
 
E-Mail Address
Julie K. Karr
(julie.k.karr@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/JSC plans to issue a Request for Proposal (RFP) for Mission and ProgramIntegration (MAPI) services.The MAPI contract will support International Space Station (ISS) mission integration andprovide program integration and control products and services.The purpose of the ISS isto conduct physical, engineering, and life sciences research for the benefit of life onEarth and to advance exploration of our solar system and enable commerce in Space. TheContractor is to provide products and services in support of the following functionalareas: Development of tactical plans to identify essential tasks and provide cargorequirements for crews and critical ISS supplies to the ISS,Definition, integration, and documentation of ISS mission requirements andpriorities,Update of analyses and plans as on-orbit activities, launch vehicle schedules andunplanned events occur,Oversight of implementation with launch vehicle organizations to ensure cargo isdelivered as planned and coordinate changing requirements,Real-time operations to work issues and provide program guidance and reporting,Post-flight reporting of accomplishments and results. Program Management of contract scope;Business Management functions (resources, schedule development, assessments)Program Configuration Management (CM)/ Data Management and Integration (DMI);Program Information Technology;International Integration;Systems Analysis and Integration;Robotics integration;Engineering and Technical Services;Safety and Mission AssuranceThis procurement is a total small business set-aside.The NAICS Code and Size Standardare 541712 and 500 employees respectively. All responsible sources may submit an offer which shall be considered by the agency.The anticipated release date of the Draft RFP about November 2011. The anticipatedrelease date of the RFP is about December 2011 with an anticipated offer due date ofabout February 2011.NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman isMelanie Saunders and may be reached at Melanie.saunders-1@nasa.gov or 281-483-0490.This document is for information and planning purposes and to allow industry theopportunity to verify reasonableness and feasibility of the requirement, as well aspromote competition. This document is not to be construed as a commitment by theGovernment nor will the Government pay for information solicited. Interested offerors orvendors having the required specialized capabilities to meet the above requirementsshould submit the following:1) a capability statement indicating the ability to perform all aspects of the effortdescribed herein.2) Input regarding what contract type would be most feasible with supporting rationale3) Input regarding what contract incentives would be feasible to incentivize positiveperformance with supporting rationale.4) Input regarding length of contract (including consideration of option periods) withsupporting rationale.Responses must be 10 pages or less and include the following: name and address of firm,size of business; number of employees; ownership; whether they are large, or any categoryof small business.All responses shall be submitted to Julie K. Karr no later than August 5, 2011. Pleasereference NNJ11401774R in any response. Any referenced notes may be viewed at thefollowing URLs linked below. Respondents will not be notified of the results of theevaluation. Respondents deemed fully qualified will be considered in any resultantsolicitation for the requirement. The solicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASABusiness Opportunities home page ishttp://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=. These documentswill also reside on http://procurement.jsc.nasa.gov/mapi/.It is the offeror's responsibility to monitor the Internet sites for the release of thesolicitation and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments (if any). All contractual technical questions must be submitted in writing (e-mail). Telephonequestions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ11401774R/listing.html)
 
Record
SN02513525-W 20110730/110728235111-265d8f10d19b172daf45dc22a02ca262 (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.