Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2023 SAM #7736
SOURCES SOUGHT

R -- Safety and Mission Assurance Engineering Contract (SMAEC) III

Notice Date
1/30/2023 7:39:31 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC024SMAECIII
 
Response Due
1/25/2023 2:00:00 PM
 
Archive Date
12/31/2023
 
Point of Contact
Ryan Gregory
 
E-Mail Address
ryan.k.gregory@nasa.gov
(ryan.k.gregory@nasa.gov)
 
Description
Modification 3- January 30, 2023 This is modification 3 to the Industry Day Notice for�Safety & Mission Assurance Engineering Contract III (SMAEC III) and 80JSC024SMAECIII which was posted on January 17, 2023. Please note that the following changes are made: Industry Day charts are provided as an attachment to this modification and will be added to the SMAEC III website listed below. Please continue to monitor this sam.gov posting for updates on the release of any documents, as well as the SMAEC III website at https://www.nasa.gov/jsc/procurement/smaec3.� __________________________________________________________________________ Modification 2- January 17, 2023 This is modification 2 to the synopsis entitled Safety & Mission Assurance Engineering Contract III (SMAEC III) and 80JSC024SMAECIII which was posted on November 16, 2022. You are notified that the following changes are made: Industry Day Announcement.� To facilitate open communications with industry, NASA Johnson Space Center (JSC) plans to conduct an Industry Day for the Safety & Mission Assurance Engineering Contract III (SMAEC III).� The presentation for Industry Day will be held via Microsoft Teams on Wednesday February 1, 2023 from 9:00 AM to 12:00 PM Central Standard Time (CST). � The Government will also provide one-on-one communication opportunities on Thursday February 2, 2023, which will be scheduled between 9:00 AM and 5:00 PM Central Time. One-on-one meetings will be conducted via Microsoft Teams and will not exceed 25 minutes.� Participation is limited to four (4) individuals from each company/team.� Please RSVP for both the Industry Day event and the one-on-on event by Wednesday, January 25, 2023, 4:00 PM Central Time by sending an email to the following address: jsc-SMAEC3@mail.nasa.gov.�� The RSVP email must include the following:� Company name, address, main point of contact information, and SAM Unique Entity ID� If planning a one-on-one meeting, please provide names and position descriptions of the four attendees, as well as contact information� Indication of your company�s wish to be added to the Interested Parties list, which will be publicly available after Industry Day on the SMAEC III website.��� Please email any questions regarding this posting to jsc-SMAEC3@mail.nasa.gov.� For any questions submitted at Industry Day, the Government will officially respond to all questions by posting responses to SAM.gov and the SMAEC III website after Industry Day.� Note: Questions pertaining to the Industry Day content will be accepted via email through Friday February 3, 2023.� One-on-one Meetings� To facilitate interactive communications with industry, JSC personnel will also be available for meetings with individual companies in conjunction with Industry Day.� The meetings are intended to be Questions and Answers (Q&A) sessions in which neither side will make a formal presentation.� To request a one-on-one meeting, please indicate so as part of your RSVP to the email address above, and please indicate your requested meeting time.�� The following topics may be discussed at the one-on-one meetings:� The general purpose of the announced procurement;� Any information about the SMAEC III acquisition that NASA has already made accessible to the public or is otherwise being made available to all potential offerors;� Historical information about the general nature or scope of prior contracts whose requirements will be addressed in whole or in part under a follow-on procurement;� Information that describes the federal procurement process as defined by the Federal Acquisition Regulation (FAR), NASA FAR Supplement (NFS), or other published procurement policy documents; and� Procurement specific information already published such as information contained in the acquisition forecast, Statement of Work (SOW), and sources sought synopsis.� Questions regarding the subjects below will not be discussed:� Proprietary or confidential business information of incumbent contractor(s) or other business entities;� Privacy Act protected information such as, incumbent contractor employees� personal data;� Trade Secrets Act protected information;� Speculation on what the Government might be looking for in proposals;� Different technical and management approaches;� Technical Efficiencies;� Any particular Government Emphasis; and� Incumbent�s performance.� A confirmation email will be sent to acknowledge your reservation(s) and provide further instructions.� No recordings of any kind are permitted of the Industry Day presentation or one-on-one sessions.� NASA anticipates releasing the Industry Day charts prior to Industry Day.� Please continue to monitor this SAM.gov posting for updates on the release of any documents, as well as the SMAEC III website at https://www.nasa.gov/jsc/procurement/smaec3.� � It is the potential offeror�s responsibility to monitor the websites for release of any information regarding this acquisition.� ___________________________________________________________________________ Modification 1- December 5, 2022 This is modification 1 to the RFI entitled Safety & Mission Assurance Engineering Contract III (SMAEC III) and 80JSC024SMAECIII which was posted on November 16, 2022 . You are notified that the following changes are made: The addition of information and questions pertaining to Diversity, Equity, and Inclusion to be addressed as part of the response to the RFI. An interested firm's response to the RFI will not exceed twenty pages in total.� The due date for responses is not extended. Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any). Diversity, Equity, and Inclusion: Additionally, in support of the Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA is seeking to advance equity or remove barriers for members of underserved communities related to this requirement. As defined in the EO, Underserved Communities refers to populations sharing a particular characteristic, as well as geographic communities, that have been systematically denied a full opportunity to participate in aspects of economic, social, and civic life, as exemplified by the list in the preceding definition of ""equity."" Equity means the consistent and systematic fair, just, and impartial treatment of all individuals, including individuals who belong to underserved communities that have been denied such treatment, such as Black, Latino, and Indigenous and Native American persons, Asian Americans and Pacific Islanders and other persons of color; members of religious minorities; lesbian, gay, bisexual, transgender, and queer (LGBTQ+) persons; persons with disabilities; persons who live in rural areas; and persons otherwise adversely affected by persistent poverty or inequality.� NASA seeks input in the following areas:� To support the requirements identified in this request for information (RFI)/sources sought notification, what barriers or opportunities exist to engage subject matter experts from industry and academia and how can those barriers be overcome? How can underserved communities be leveraged? To support the requirements identified in this RFI, what barriers or opportunities exist to partner with subcontractors that employ members of underserved communities, as defined above?� What other recommendations would you make to enhance diversity and inclusion?� What should be considered to encourage full participation and contribution of organizations and individuals (e.g., outreach efforts and innovative partnerships) in performance of this requirement?� _____________________________________________________________________________ Background: The National Aeronautics and Space Administration (NASA) Lyndon B. Johnson Space Center (JSC) Safety & Mission Assurance (S&MA) Directorate is hereby requesting information from potential sources for the Safety & Mission Assurance Engineering Contract III (SMAEC III) solicitation. JSC is issuing this Sources Sought Synopsis/Request For Information (RFI) as a means of conducting market research to identify parties having an interest in and the resources to support this requirement. This acquisition will be a follow-on procurement to the current NASA SMAEC II, contract number 80JSC019D0008. The result of this market research will contribute to determining the type and method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541330, Engineering Services; under this NAICS code the small business size standard is $22.5 million. NASA JSC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the SMAEC III solicitation. This synopsis is for information and planning purposes only and there is no solicitation at this time. This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred and the respondents will not be notified of the results of the evaluation. If a solicitation is released it will be synopsized in SAM.gov. Interested firms are responsible for monitoring this website and https://www.nasa.gov/jsc/procurement/SMAEC3 for the release of any solicitation or synopsis. SMAEC III Description: It is anticipated that the SMAEC III will be a Single-Award, 100% Indefinite-Delivery, Indefinite-Quantity Hybrid Firm-Fixed-Price (FFP) and Cost-Plus-Fixed-Fee (CPFF) contract. Requirements will be issued as FFP or CPFF task orders as determined appropriate throughout the life of the contract. For your reference, the Draft SMAEC III Statement of Work is attached to this posting. A summary of content for the proposed SMAEC III contract includes, but is not limited to, the following: To provide delivery of safety and mission assurance recommendations regarding requirements, designs, test, risk, and operations during meetings, review boards, panels, and working groups; development of Safety Mission Assurance (SMA)� products related to human spaceflight programs; performance of analyses in support of all spaceflight, ground and institutional activities and research and development programs including quality engineering assessments for hardware and software, qualitative and quantitative risk management analyses, hazards analyses, Failure Mode and Effects Analyses (FMEA)/Failure Modes, Effects, and Criticality Analysis (FMECA), trending analyses, trade studies, and technology assurance analyses; and performance of evaluations of flight worthiness and readiness and generation of flight assessment documentation to support Flight Readiness Reviews (FRRs). SMAEC III requirements may include, but are not limited to, services such as: Contract Management and Administration; Spaceflight Program, Project and R&D Support; System Safety and Reliability Assurance, Quality Assurance, Software Quality Assurance and Software Safety assurance. Analyses and Assessments development. Analytical Tools, Software Tools and Math Models development. Mission Planning and Real-Time Mission Support. SMA Technical Authority Support and Special Projects assurance. Institutional Support; JSC Pressure Systems assurance, WSTF Operational Support to include pressure systems assurance, Quality Engineering, and Quality Management System (QMS) Support. RITF Operational Support. Technical Services; Risk Management Support and Knowledge Management. Information Technology support to include: SMA-Managed Server Administration, IT Security, SMA-Unique User Hardware and Software Support, IT Planning and Tools, Technologies and Data Systems. QMS, Records Management and Information Management support. SMA Meeting Support. SMA Training and Education development. The pertinent contract information for the current contract is as follows: Current Contractor: Science Applications International Corp; Contract Number: 80JSC19D0008; Estimated Contract Value: Approximately $291 million; Contract Expiration Date: May 31, 2024. Capability Statement: Interested firms having the required capabilities necessary to meet the above requirement should indicate the ability to perform all aspects of the effort, and include the following information: Describe your company's overall skills, experience, and capabilities to perform the work of the draft SMAEC III SOW. Please identify specific draft SMAEC III SOW sections where your company could provide the stated capability by way of Attachment 1 - Vendor Capability Matrix at the end of this announcement. The Vendor Capability Matrix will be included within the page limitation. If subcontracting or joint venture is anticipated to deliver technical capability, organizations should address the anticipated administrative and management structure of such arrangements (if this information is known at this time). Also address what elements of work would be performed by the prime or joint venture and which elements would be performed by subcontractors; Company-Specific Information - responses must include the following: Name and address of firm Point of Contact information (include DUNS number, address, phone, and email). Size of business. Average annual revenue for past three years. Number of employees. Whether the firm is a Large, SB, SDB, HUBZone, WOSB, VOSB, SDVOSB, HBCU/MI, and/or 8a. Number of years in business. Affiliate information: parent company, joint venture partners, and potential teaming partners. If you plan to propose as a prime or as a subcontractor. A list of contracts covering the past three years with emphasis on work performed for the United States Federal Government. Please provide contract numbers, if your firm was a prime or subcontractor, contract type, dollar value of each procurement, and customer point of contact (address, phone, and email). If work was performed as a subcontractor, please indicate percentage of work/subcontract dollar value. If the contract(s) were IDIQ, please indicate the number of task orders awarded and the total dollar value of those task orders. In addition to the information requested above, interested parties may also provide optional comments on this potential acquisition regarding proposed contract type, incentive arrangements, evaluation criteria, or performance metrics. Specifically, interested parties are requested to address the following items: If this contract is not set aside, how can NASA design/structure the contract to ensure that small business goals are met or exceeded? What innovations might you propose in the performance of this contract or contract structure? If the Government issues a Request for Proposal (RFP), the government reserves the right to restrict the procurement to small businesses. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf Organizational Conflicts of Interest (OCI): In addition to the information requested above, NASA is requesting information from industry regarding potential OCI arising from the SMAEC III acquisition. The nature of the work anticipated under the SMAEC III contract may create the potential for OCI as currently described in FAR Subpart 9.5. Each interested party should review FAR Subpart 9.5 in light of NASA�s anticipation of OCI issues and consider carefully the extent to which an OCI may arise before making the decision to compete for SMAEC III. Specifically, NASA anticipates that the effort under SMAEC III will include the following types of tasks, which could lead to potential OCI issues: Assessment of component and system designs, analysis, and models developed for all JSC spaceflight projects including the following programs; Artemis Campaign Development Division programs: Cross Program Integration, Gateway, Human Landing System, and xEVA and Human Surface Mobility. Common Exploration System�s Development Orion Program. Commercial Space Division programs: Commercial Crew, and Commercial LEO Development. International Space Station Division�s ISS Program. Human Spaceflight Capabilities Division�s Human Research Program. Assessment of hardware and software designs, analysis, and models developed for the JSC by Contractors, and Space Act Agreement Participants; Assessment of new technology disclosures (e.g., ""invention disclosures"") including, for example, new and novel hardware, software, and processes; Access to Government Sensitive Information such as pre-decisional information associated with on-going or future NASA projects that may result in future competitive procurements; Quality assurance oversight for fabrication of hardware by Contractors, other than the SMAEC III contractor, for flight hardware and software and quality and safety oversight for test and evaluation of flight hardware; Provide support to NASA for the development of NASA and/or vendor user requirements and user verification and acceptance testing for user applications, mission systems, training systems, and test facilities within the associated facilities that are developed and maintained by Contractors; and Access to a Contractor, Grantee, and Space Act Agreement Participant�s proprietary information where said Contractor, Grantee, and Space Act Agreement Participant is not the SMAEC III Contractor. These types of tasks could lead to the following categories of OCI issues depending on the composition of the team selected for the anticipated SMAEC III contract: Unequal access to nonpublic information of the type that may provide the SMAEC III Contractor an unfair competitive advantage in a later competition for a government procurement contract; Potentially creating biased ground rules by providing technical assessments and advice to NASA personnel on specific technologies and methodologies that may affect NASA�s preparation of a specification of work, other contractual requirements, or NASA�s evaluation of proposals in a future competitive procurement; and Potential impaired objectivity if the SMAEC III contractor or its subcontractors or related companies are responsible for assessing or performing safety and mission assurance for hardware or data generated by the SMAEC III contractor, its subcontractors, or related companies under another JSC contract, grant, cooperative agreement, or Space Act Agreement. A link to the NASA�s Guide on Organizational Conflicts of Interest is below: https://nasa.gov/sites/default/files/atoms/files/nasa_organizational_conflicts_of_interest.pdf Please reference this document for additional information about NASA�s policies with respect to OCI issues. Interested parties are requested to address the following questions: What type(s) of OCI issues would your company or potential team identify, if any, should you choose to propose on the SMAEC III contract? What strategies would you anticipate proposing to mitigate the OCI issues that you identified (if any)? Please provide strategy details, previous examples/experience with other contracts with NASA or other agencies, etc. Are there any other types of potential OCI issues with the proposed SMAEC III contract that were not identified in this RFI? Does your company foresee any OCI issues associated with the SMAEC III that would cause you to decide not to propose on the potential SMAEC III RFP? If so, please explain. NASA will review any responses received regarding potential OCI and each offeror�s proposed OCI mitigation strategy. NASA will respond to each company who submits an OCI mitigation strategy. NASA�s response will simply be an attempt to examine circumstances which might lead to or eliminate an OCI and is not intended to serve as a confirmation that, in fact, all potential OCI issues have been identified, that an OCI will ultimately exist, or that an interested party is capable of successfully eliminating or mitigating an identified OCI. NASA�s response is also not intended to encourage or discourage any interested party from responding to an RFP issued for SMAEC III in the future. Furthermore, NASA�s response in no way alters or interprets FAR 9.5 as it applies to a final statement of work or a final proposal submission, should an interested party elect to submit a proposal to an RFP for SMAEC III. Subsequent to the initial OCI submission and NASA�s response, the Government will not consider further information as it relates to this RFI. The Contractor will still be required to comply with the RFP OCI requirements and its submission will be considered in accordance with the RFP. The documents on the NASA procurement website are for information and planning purposes, to allow industry the opportunity to comment, and to promote competition only. NASA will not affirmatively release any information received in response to this RFI to the public but may use information received in developing the best approach for a contract strategy, and therefore such information may be recognizable to the interested party who submitted it. Submission Instructions: Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than twenty pages, using no less than 12-point Times New Roman font indicating the ability to perform all aspects of the effort. A firm's response to this RFI shall not exceed twenty pages.�� No solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov and on the SMAEC III website. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government to issue a solicitation or to award a contract, nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by NASA to form a binding contract. Interested parties who consider themselves qualified to perform one or more elements of the Statement of Work are invited to submit a response to this Sources Sought Notice/RFI by�5:00 p.m. CST on�December 16, 2022. All responses and questions related to this Sources Sought Notice/RFI must be emailed to�jsc-SMAEC3@mail.nasa.gov An Interested Vendors List is enabled within this posting. This list is available to other vendors to allow potential offerors the opportunity to network Parties that would like their information posted to the Interested Vendors List shall use the �Add Me to Interested Vendors� button. If a vendor would like to be removed from the Interested Vendors List, use the �Remove Me from Interested Vendors� button. It is the potential offeror�s responsibility to monitor this site for the release of any solicitation or synopsis.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a3a833f02fe6432bbffe65579adae85e/view)
 
Place of Performance
Address: Houston, TX 77058, USA
Zip Code: 77058
Country: USA
 
Record
SN06577118-F 20230201/230130230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.