Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
SOURCES SOUGHT

A -- Fully Integrated Lifecycle Mission Support Services 2 (FILMSS 2) - FILMSS 2 Draft SOW

Notice Date
9/15/2017
 
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
NNA17FILMMS2
 
Point of Contact
Jeannette Albiez, Phone: 6506041029
 
E-Mail Address
jeannette.albiez@nasa.gov
(jeannette.albiez@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
FILMSS 2 Draft Statement of Work PART I - DESCRIPTION OF REQUIREMENT NASA Ames Research Center (ARC) is hereby soliciting information about potential sources to provide support for the Fully Integrated Lifecycle Mission Support Services 2 (FILMSS 2). The FILMSS 2 contract will support multiple sustained project management, research, and technology development capabilities that encompass all phases of mission and project lifecycles for biosciences flight development projects. It will support crewed and uncrewed suborbital and space missions; technology demonstration flights; biosciences research and development efforts; collaborative science programs (e.g., astrobiology, virtual institutes); virtual communications; aeronautics research projects; technology development; small satellite missions; education and public engagement; science research; and mission and science operations as well as support for various other programs and functional offices at Ames. ARC is a research and development (R&D) center that supports NASA's mission to drive advances in science, technology, aeronautics, and space exploration to enhance knowledge, education, innovation, economic vitality, and stewardship of Earth. ARC is a campus environment consisting of approximately 125 facilities extending over an area of 2,000 acres. It is located in the Silicon Valley at Moffett Field, CA; a property that includes ARC, Moffett Federal Airfield and the NASA Research Park (NRP). II. PURPOSE OF THIS SYNOPSIS This notice has two purposes: 1) To request information, stated in Part IV of this RFI, from interested parties regarding their recommended contracting approach, including contract type, incentive structure and contract duration, to provide the FILMSS 2 services described above. The Government is considering all acquisition methods including the potential use of Federal Schedules. 2) To determine if the services described in Part I and III, using the information submitted by Offerors, may be set aside for small businesses or are more suited for a full and open competition. Information received in response to this section may also be considered by the Government in acquisition planning. III. SUMMARY OF PROPOSED WORK BACKGROUND: The draft Statement of Work (SOW) establishes the requirements for supporting a sustained project management capability that encompasses all phases of mission and project lifecycles for numerous programs and functional offices at ARC including both flight and ground-based projects. The FILMSS 2 procurement will consist of two major components: Core elements and IDIQ (indefinite delivery/indefinite quantity) task orders. Each core element will contain multiple subelements and will be based on the period of performance for the base and option periods. IDIQ task orders with multiple subtasks will consist of similar work that is either not certain to continue for the contract's duration or undefined. The IDIQ task orders will accommodate changes in the Center's program, project, research and budget requirements over time. The period of performance for the IDIQ requirements will be specified on the individual task orders. IV 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 10 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, Cage Code and DUNNS number (if applicable), address, point of contact, phone, fax, e-mail, and website (if applicable). 2) State whether your company is a Large business, Small business, Small Disadvantaged Business, certified 8(a) small business (include anticipated graduation date), HUBZone small business, Woman-owned small business, Veteran-owned small business, Historically Black Colleges and Universities (HBCU), Service-Disabled Veteran-owned small business for NAICS code 541712 size standard 1000 employees. 3) State whether your company is on any Federal Schedule for these services and which ones they are. 4) Your company's capability in each of the technical areas described in the SOW. For each technical area, indicate what percentage of the technical area you would perform. If your company does not have capability or capacity for a specific area, please state "none" for that area. 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. Discuss why you believe the examples demonstrate your company's capabilities to do the work described in this RFI. 6) Discuss your experience and ability to effectively manage a large contract with many highly diverse requirements captured in core elements and IDIQ task orders each with multiple subtasks. The current FILMSS contract has 10 core elements and 38 IDIQ task orders. V. RESPONSES REGARDING THE CONTRACTING APPROACH The current FILMSS contract was awarded as cost plus fixed fee (CPFF) with a 5 year period of performance consisting of a one-year base period and four (4) one-year options. The extent of competition, contract type, and other aspects of procurement strategy have not yet been determined for FILMSS 2. The Government is soliciting industry comments on the optimal contracting approach to perform a potential project, science and engineering support services procurement that will enhance competition and provide business opportunities. Responses to this section are not page limited, but must include the following information: 1) Please provide your view regarding what type of contract provides the best approach for this type of work, how should the risk be shared by the Government and Contractor, and how does the proposed contract type incentivize the Contractor to perform high quality work at a reasonable price and maximize the Contractors' effectiveness in completing contract requirements? Discuss your views regarding the implementation of incentive fees, award fees, performance deduction schedules, award term(s), and/or other appropriate incentives for contractor performance. 2) If an IDIQ contract were to be utilized, what would be the minimum dollar value of guaranteed task/delivery orders that would incentivize potential Offerors to propose on this effort? 3) Service contracts are typically limited to a five year duration unless a deviation is approved. Is five years the appropriate duration or is a shorter period appropriate to take advantage of competitive forces, or would it be in ARC's best interest to seek a deviation to the five year contract term limitation? What would be the Government benefit of a longer term contract? How would a longer term maximize NASA's return on investment, what would contract efficiencies be? 4) As a result of potential fiscal constraints and budgeting fluctuations, how would the Contractor recommend structuring any potential future contract to allow for periods of reduced support while still meeting all legal and essential operational requirements stated in the SOW to maintain the needs of ARC? 5) What would help reduce the Contractor's bid and proposal or transaction costs during any potential proposal development and evaluation process for this effort? 6) Socio-economic considerations are a priority at ARC. Given the general scope of work stated in Part I of this RFI, please submit suggested percentages of the work that could be subcontracted to each of the following types of businesses: Small Business Concerns; Small Disadvantaged Business (SDB) Concerns; Woman-Owned Small Business (WOSB) Concerns; HUBZone Small Business Concerns; Historically Black Colleges and Universities (HBCU) (includes other minority Institutions); Veteran-Owned Business Concerns; and Service Disabled Veteran-Owned Business Concerns. This information may be used to establish subcontracting goals for any future procurement. 7) Recommendation for other applicable NAICS. The NAICS code for the proposed acquisition is 541712, Research and Development in the Physical, Engineering, and Life Sciences. The small business size standard is $X million/year. This NAICS was chosen because, historically, the largest portion of the effort (both labor hours and dollars) falls under this NAICS. 8) What requirements, identified in Part One and the draft SOW, would you anticipate as being the most difficult to accomplish and why? What administrative services do you feel are necessary that are not captured in the SOW? 9) Do you have any suggestions or examples of restructuring, simplification, or clarification to the description of the technical areas identified in the draft SOW? Is there any additional information that would improve understanding or provide clarity of the requirements and/or terms and conditions? 10) ARC is interested in your comments on Performance-Based Contracting (PBC). If you have specific experience with PBC in support of similar contracts, please include your experience and opinion of measurable performance standards as it relates to the technical areas described in the draft SOW. VI. YOUR RESPONSE TO THE SYNOPSIS All responses to: 1) The Statement of Capabilities and 2) Contracting Approach shall be received no later than Wednesday, October 4, 2017, at 3:00PM Local PST. Please respond via electronic mail (e-mail) to the Contracting Officer, Jeannette Albiez at the following addresses: jeannette.albiez@nasa.gov. Written questions should also be directed to the Contracting Officer, Jeannette Albiez at the following address: jeannette.albiez@nasa.gov. If an interested party requests confirmation of receipt, the Contracting Officer will confirm receipt. In all responses, please reference "FILMSS 2 RFI". Verbal questions will not be accepted. This synopsis 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 FebBizOpps. It is the potential Offerors' responsibility to monitor these sites for the release of any solicitation or synopsis. 2) Interested Parties may add themselves to the interested vendors list through the Federal Business Opportunities (FBO) website. This information will be visible to all vendors who have added themselves to the list.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA17FILMMS2/listing.html)
 
Place of Performance
Address: Ames Research Center, Moffett Field, California, 94035, United States
Zip Code: 94035
 
Record
SN04680679-W 20170917/170915232123-3a547ae8815db06a24279482a887f0cf (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.