Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOURCES SOUGHT

A -- INTELLIGENT SYSTEMS RESEARCH AND DEVELOPMENT SUPPORT 2

Notice Date
3/27/2012
 
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 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA12424845R
 
Response Due
4/10/2012
 
Archive Date
3/27/2013
 
Point of Contact
Sarah M Andrae, Contracting Officer, Phone 650-604-3136, Fax 650-604-0912, Email Sarah.M.Andrae@nasa.gov
 
E-Mail Address
Sarah M Andrae
(Sarah.M.Andrae@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC is hereby soliciting information about potential sources for theIntelligent Systems Research and Development Support-2 (ISRDS-2). The IntelligentSystems Division (Code TI or the Division) is part of the Exploration TechnologyDirectorate (Code T) at the NASA Ames Research Center.Code TI conducts scientificresearch, develops technologies, builds applications, and infuses and deploys advancedinformation systems technology into NASA missions and other federal government projects. This procurement is for research, development and infusion support services to assistthat effort.The Division is a major contributor to enabling technology research and development ofNASA's programs in Aeronautics Research Mission Directorate (ARMD), Exploration SystemsMission Directorate (ESMD), Science Mission Directorate (SMD), and Space OperationsMission Directorate (SOMD). Programs supported by the Division include ESMDs Robotics,Operations and Supportability, ESMDs Constellation, ESMDs Exploration TechnologyDemonstration Program (ETDP), ARMDs Aviation Safety and Fundamental Aeronauticsprograms, SOMDs ISS Training system, SMDs Landsat data and mission operations and theCenters Small Satellite Research projects.The Contractor shall provide research and development support in the following researchdomains: artificial intelligence (AI), knowledge-based systems, knowledge discovery anddata mining, soft computing (including neural networks and fuzzy control methods),nanotechnology information processing and sensors, biologically inspired computer systemsand human extensions, prognostic signal analysis, model-based diagnostic reasoning,software fault diagnostic and automated software methodologies, fault-tolerant computinghardware and networking, tele-presence and tele-control of remote, mobile platforms,autonomous and adaptive control, integrated design, human-centered computing, systemdesign of a distributed heterogeneous network of workstations, and distribution ofresearch information in various formats and forums. The work will be performed primarily at Ames Research Center (ARC), Moffett Field,California. In this Request for Information (RFI), NASA ARC is soliciting information,for market research purposes, about potential sources and preferred contractingapproaches for the above described services. Notification is hereby provided of the availability of the Contracting Officer andTechnical Representative to meet with interested parties on Mondays through Thursdaysfrom 9:00 am to 3:30 pm for one half hour meeting once before the draft Request ForProposal (RFP) is released and once after the draft RFP is released. We also anticipateholding a Pre-solicitation Conference after the Draft RFP is released for review andcomments from interested parties. I. PURPOSE OF THIS SYNOPSIS/REQUEST FOR INFORMATION 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 BACKGROUNDThe draft SOW establishes the requirements for providing flexible, responsive,coordinated, and comprehensive research and development support services for Code TI atthe NASA Ames Research Center.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 15 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 (if applicable). 2) Whetheryour company is Large business, Small business, Small Disadvantaged Business,8(a)set-aside small business, HUBZone small business, Woman-owned small business,Veteran-owned small business, HBCU/MI, Service-Disabled Veteran-owned small business forNAICS code 541712 size standard 500 employees.3) Your company's capability in each ofthe technical areas. For each technical area, indicate what percentage of the technicalarea you would perform. 4) A list of relevant work performed in the past five (5) years,including contract type, contract number, technical description, dollar amount, period ofperformance, and a customer reference name and telephone number. The Government reservesthe right to consider a small business or 8(a) set-aside based on responses. A multipleaward or single award Indefinite Delivery Indefinite Quantity (IDIQ) contract may also beconsidered. IV. RESPONSES REGARDING THE CONTRACTING APPROACH The Government is soliciting contracting approaches to the ISRDS-2 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 appropriatecontract type (contract types for consideration, alone or in a hybrid combination,include both Fixed-Price and Cost-Reimbursement contracts, such as FFP, FPI, FPAF, CPFF,and CPIF), for this particular procurement, the Government is soliciting input frominterested parties and asks that responses include information regarding why a particularcontract type or combination of contract types might be more appropriate (benefits andimpediments), how that proposed contract type would affect costs and how you wouldpropose; as well as answers to the following questions: 1) Performance incentives: Pleaseprovide your view regarding types of fee, options,and/or other appropriate incentivesfor contractor performance. 2) In a mixed-team (Government/Contractor) environment, howwould you propose to measure factors such as the technical/cost/schedule performance,risk mitigation, employee and asset safety and security, innovative best practices,quality of service to users, responsiveness to changing requirements and budget, oridentifying opportunities for technical 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 the technical areas of the draft SOWas well as other types of additional information that would improve understanding orclarity of requirements and terms and conditions? There is no limit on the page length to your response to this part. V. YOUR RESPONSE TO THE REQUEST FOR INFORMATION All responses to the 1) Statement of Capabilities and 2) Contracting Approach shall bereceived no later than Tuesday, April 10, 2012 at 4:30 PM PST.Please respond viaelectronic mail (e-mail) to the Contracting Officer, Sarah Andrae atsarah.m.andrae@nasa.gov. Written questions should also be directed to the ContractingOfficer, Sarah Andrae at sarah.m.andrae@nasa.gov. If an interested party requestsconfirmation of receipt, the Contracting Officer will confirm receipt.In all responses,please reference 'NNA12424845R and ISRDS-2.Verbal questions will not be accepted. This Request for Information is for information and planning purposes only and is not tobe construed as a commitment by the Government nor will the Government pay forinformation solicited.Respondents will not be notified of the results of theevaluation. No solicitation exists; therefore, do not request a copy of thesolicitation. If a solicitation is released it will be synopsized in FedBizOpps and onthe NASA Acquisition Internet Service.It is the potential Offeror's responsibility tomonitor these sites for the release of any solicitation or synopsis. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for thisacquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. 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 NASA/ARCBusiness Opportunities home page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. It is the offeror'sresponsibility to monitor the Internet site for the release of the solicitation andamendments (if any). Potential offerors will be responsible for downloading their owncopy of the solicitation and amendments, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA12424845R/listing.html)
 
Record
SN02706143-W 20120329/120327234521-7eac3978b1470fa11c68131505403f97 (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.