Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2007 FBO #2126
SOURCES SOUGHT

D -- AMES CONSOLIDATED INFORMATION TECHNOLOGY SERVICES - ACITS

Notice Date
9/20/2007
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA07211468R-NCV
 
Response Due
10/12/2007
 
Archive Date
9/20/2008
 
Point of Contact
Naomi Castillo-Velasquez, Contracting Officer, Phone 650-604-3421, Fax 650-604-3952, Email Naomi.Castillo-Velasquez-1@nasa.gov - Ronnee R. Gonzalez, Contracting Officer, Phone 650-604-4386, Fax 650-604-0270, Email Ronnee.R.Gonzalez@nasa.gov
 
E-Mail Address
Naomi Castillo-Velasquez
(Naomi.Castillo-Velasquez-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC is hereby soliciting information about potential sources for Ames Consolidated Information Technology Services (ACITS). The Applied Information Technology Division (hereafter, referred to as Code JT or the Division) is part of the Center Operations Directorate (Code J) at NASA Ames Research Center. Code JT provides a full range of information technology services for the NASA Ames Research Center (ARC) encompassing the following functional business areas: IT system and IT facilities support; network/communication systems; business systems; scientific computing systems; human factors; outreach/informational systems; and intelligent systems as well as a variety of research related areas. This procurement is a follow-on requirement for Information Technology Support Services. The work will be performed primarily at Ames Research Center (ARC), Moffett Field, California. In this synopsis, NASA ARC is soliciting information about potential sources and preferred contracting approaches, including type of contract, for the above services, which are described in more detail in the attached Draft SOW (http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#127042 ). All acquisition methods are being considered by the Government including the use of a Government-wide Acquisition Contract (GWAC). CURRENT CONTRACT FEATURES: The current NASA Ames Consolidated Information Technology Services (ACITS) task order NNA04AA18B with QSS Group, Inc. has the following features: 1) Period of Performance: 10/15/03 –10/14/08 2) Task Order Type: Cost Plus Incentive Fee (CPIF). The task order was awarded under Information Technology Omnibus Procurement II (ITOP II) Multiple-Award, Indefinite Delivery, Indefinite Quantity (MA/IDIQ), Government-Wide Acquisition Contract (GWAC). I. PURPOSE OF THIS SYNOPSIS This notice has two purposes: 1) To request information on capabilities of potential offerors to provide the services described in the Draft 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. 2) To request information from interested parties regarding their preferred contracting approach, including contract type, to provide the services described in the attached Draft SOW. II. SUMMARY OF PROPOSED WORK BACKGROUND: Code JT provides NASA Ames Research Center Information Technology Support Services. TECHNICAL AREAS: The following lists the technical activities that may be required under ACITS during the period of performance. These activities include: (1) IT Systems & Facilities Support; (2) Network/ Communication Systems & Support; (3) Business Systems & Support; (4) Scientific Computing Systems & Support; and (5) Outreach/ Informational Systems & Support. 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 10 PAGES or less. There is no required font size and/or type designated for this “Capability/Qualification Statement.” Figures, exhibits, and diagrams must be readable. Submit your response electronically in PDF format. The Government requests separate files for “Statement of Capabilities” and “Contracting Approach” response. There is no limit on the page length to your response to Part IV. RESPONSES REGARDING THE CONTRACTING APPROACH. The response must include the following: 1) Company name, address, point of contact, phone, fax, e-mail, and website (if applicable). 2) Whether your company is 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, HBCU/MI, Service-Disabled Veteran-owned small business for NAICS code 541513 size standard $23M. 3) Whether your company is on any Government-wide Acquisition Contract (GWAC). 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. IV. RESPONSES REGARDING THE CONTRACTING APPROACH The Government is soliciting contracting approaches to the NASA ACITS 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) Performance-Based Contracting (PBC): 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. c) Use of Incentives: ARC is considering the use of a cost plus incentive or award fee structure to evaluate technical performance, schedule, and cost. In an attempt to determine the feasibility of incentive fee, award fee, or hybrid approach for this particular procurement, the Government is soliciting input from interested parties and asks that responses include answers to the following questions: 1) Performance incentives: Please provide your view regarding incentive fee, award fee, award term, and/or other appropriate incentives for contractor performance. 2) Here are some sample evaluation factors. 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, identifying opportunities for technical and administrative improvement, or cost? 3) What type of evaluation criteria would you recommend for this type of procurement? d) Data: What type of technical information along with the Statement of Work would you like to see with a potential solicitation (e.g., sample tasks)? e) Contract Content/Structure: Do you have any suggestions or examples of restructuring, simplifications, and clarity in the Draft SOW's description of technical areas as well as other types of additional information that would improve understanding or clarity of requirements and terms and conditions? There is no limit on the page length to your response to PART IV. RESPONSES REGARDING THE CONTRACTING APPROACH. V. YOUR RESPONSE TO THE SYNOPSIS All responses to: 1) the Statement of Capabilities and 2) Contracting Approach shall be received no later than Thursday, October 12, 2007. Please respond via electronic mail (e-mail) to the Contracting Officer, Naomi Castillo-Velasquez, at the following address: Naomi.Castillo-Velasquez@nasa.gov. All questions MUST be in writing and should also be directed to the Contracting Officer, Naomi Castillo-Velasquez, at the following address: Naomi.Castillo-Velasquez@nasa.gov. If an interested party requests confirmation of receipt, the Contracting Officer will confirm receipt. In all responses, please reference solicitation number NNA07211468R-NCV in the subject line and on all attachments. 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 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for the latest information about this notice
(http://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA07211468R-NCV/listing.html)
 
Record
SN01412908-F 20070922/070921080814 (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.