Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOURCES SOUGHT

A -- Intelligent Systems Research and Development Support 3 - ISRDS-3 Draft Statement of Work

Notice Date
6/15/2017
 
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, California, 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NARC17ISRDS-RFI
 
Archive Date
8/7/2017
 
Point of Contact
Uyen Tu, Phone: 6506044958
 
E-Mail Address
uyen.k.tu@nasa.gov
(uyen.k.tu@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC is hereby soliciting information about potential sources for the Intelligent Systems Research and Development Support-3 (ISRDS-3). The Intelligent Systems Division (Code TI or the Division) is part of the Exploration Technology Directorate (Code T) at the NASA Ames Research Center. Code TI conducts scientific research, develops technologies, builds applications, and infuses and deploys advanced information systems technology into NASA missions and other federal government projects. This procurement is for research, development and infusion support services to assist that effort. The Division is a major contributor to enabling intelligent software technology research and development for NASA in all the Agency Mission Directorates. Programs currently supported by the Division include Airspace Operations and Safety, Advanced Air Vehicles, and Transformative Aeronautics Concepts, and may in the future include Integrated Aviation Systems for the Aeronautics Research Mission Directorate (ARMD); Airborne, Space and Earth Science data pipelines and analyses, and mission operations for the Science Mission Directorate (SMD); evolving advanced space technology development and demonstration programs in the Office of the Chief Technologist (OCT); Advanced Exploration Systems, Human/Robotic systems and other capability-driven programs being developed in the Human Exploration and Operations Mission Directorate (HEOMD); the Center's Small Satellite Research projects, in addition to a variety of NASA inter-center work agreements such as one to provide specialized software systems for Johnson Space Center's Mission Operations Directorate (MOD). The Contractor shall provide research support in the following domains: artificial intelligence (AI), knowledge-based systems, knowledge discovery and data mining, information processing and sensors, prognostic signal analysis, model-based diagnostic reasoning, system fault diagnostics, prognostics, automated software methodologies, software verification, validation and safety assurance, fault-tolerant computing hardware and networking, tele-presence and tele-control of remote, mobile platforms, autonomous and adaptive control, unmanned aero and terrestrial based vehicle technologies, human-centered computing, collaborative system design, quantum computing, and distribution of research information in various formats and forums. The work will be performed primarily at NASA 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 contracting approaches for the above described services. NASA ARC will hold the following meetings with interested parties: 1) Post-RFI one-on-one meetings for the Contracting Officer and Technical Representative to meet with interested parties after the post date of this RFI, to answer general questions regarding the procurement. 2) A Pre-solicitation Conference, followed by one-on-one meetings for the Contracting Officer and Technical Representative to meet with interested parties after the Draft Request for Proposals (RFP) is released for review and comments from interested parties. No additional one-on-one meeting will be held. I. PURPOSE OF THIS SYNOPSIS/REQUEST FOR INFORMATION 1) To request information on capabilities of potential Offerors to provide the services described in the attached Draft Statement of Work (SOW) in order to determine if this will be a small business set-aside. Information received as a result of this notice will be considered by the Government and used for acquisition planning purposes only. An interested parties list will be posted. 2) To request information from interested parties regarding their preferred contracting approach to provide the services described in the attached Draft SOW. II. SUMMARY OF PROPOSED WORK BACKGROUND The draft SOW establishes the requirements for providing flexible, responsive, coordinated, and comprehensive research and development support services for Code TI at the NASA Ames Research Center. III. RESPONSES REGARDING POTENTIAL SOURCES--STATEMENT OF CAPABILITIES Interested Offerors having the required specialized capabilities/qualifications to support some or all of the work described in the Draft SOW are asked to submit a capability/qualification statement of 15 PAGES or less. There is no required font size and/or type designated for this Capability/Qualification Statement. Figures, exhibits, and diagrams should be readable. Submit your response electronically in PDF format. The Government requests separate files for the Statement of Capabilities response and the Contracting Approach response. The response must include the following: 1) Company name, address, and point of contact including phone, fax, e-mail, and website (if applicable). 2) Whether your 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 for NAICS code 541712 size standard 500 employees. 3) Whether your company plans to participate in this procurement as a Prime or a Sub Offeror. 4) Your company's capability in each of the technical areas. For each technical area, indicate what percentage of the technical area you would perform. 5) A list of relevant work performed in the past five (5) years, including contract type, contract number, technical description, dollar amount, period of performance, and a customer reference name and telephone number. The Government reserves the right to consider a small business or 8(a) set-aside based on responses. A multiple award or single award Indefinite Delivery Indefinite Quantity (IDIQ) contract may also be considered. IV. RESPONSES REGARDING THE CONTRACTING APPROACH The Government is soliciting contracting approaches to the ISRDS-3 procurement that will enhance competition and provide business opportunities. Therefore, the Government is requesting feedback in the following areas for consideration during acquisition planning: a) Socio-economic considerations: ARC is interested in your comments on establishing subcontracting 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 HUBZone small business. b) Use of Incentives: In an attempt to determine the appropriate contract 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 from interested parties and asks that responses include information regarding why a particular contract type or combination of contract types might be more appropriate (benefits and impediments), how that proposed contract type would affect costs and how you would propose; as well as answers 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 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, or identifying opportunities for technical and administrative improvement, or cost? c) Technical Information: What type of technical information along with the Statement of Work 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 SOW as well as other types of additional information that would improve understanding or clarity of requirements and terms and conditions? e) Contract Period of Performance: Do you have any suggestions or recommendations regarding contract length, inclusive of all options, that would improve contract performance efficiency, which results in better value to the Government? 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 be received no later than July 6, 2017 at 4:00 PM PST. Please respond via electronic mail (e-mail) to the Contracting Officer, Uyen K. Tu at uyen.k.tu@nasa.gov. Written questions should also be directed to the Contracting Officer, Uyen K. Tu at uyen.k.tu@nasa.gov. If an interested party requests confirmation of receipt, the Contracting Officer will confirm receipt. In all responses, please reference "NARC17ISRDS-RFI" and "ISRDS-3". Verbal questions will not be accepted. This Request for Information is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information 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 a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential Offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition 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 the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/ARC Business Opportunities home page is https://procure.arc.nasa.gov/. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NARC17ISRDS-RFI/listing.html)
 
Place of Performance
Address: NASA Ames Research Center, Moffett Field, California, 94035, United States
Zip Code: 94035
 
Record
SN04545623-W 20170617/170615234905-dd3562ac5150b836e3e13c5b60c643ef (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.