SOLICITATION NOTICE
M -- SEMAS-SAFETY ENVIRONMENTAL AND MISSION ASSURANCE SERVICES
- Notice Date
- 3/24/2009
- Notice Type
- Modification/Amendment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- SEMAS-Request_for_Information
- Response Due
- 4/3/2009
- Archive Date
- 3/24/2010
- Point of Contact
- Robin L Wong, Contracting Officer, Phone 650-604-4636, Fax 650-604-3020, - Ronnee R. Gonzalez, Contracting Officer, Phone 650-604-4386, Fax 650-604-0270, />
- E-Mail Address
-
robin.l.wong@nasa.gov, ronnee.r.gonzalez@nasa.gov<br
- Small Business Set-Aside
- N/A
- Description
- In order to finalize the acquisition strategy on the Safety, Environmental andMission Assurance Services (SEMAS) requirement, NASA Ames Research Center is requestingindustry input regarding the use of the Multiple Award contracting method for the SEMASrequirement; specifically, an Indefinite Delivery Indefinite Quantity (IDIQ) MultipleAward Contract (MAC) with Firm Fixed Price (FFP) Task Orders. Multiple Award IDIQ contracts allow NASA to ensure continued competition as specificrequirements are identified during the period of performance of the contract. TheGovernment believes that this approach will maximize the likelihood it will receive thebest value considering not only cost but also technical capability of the contractor. Moreover, in accordance with the Federal Acquisition Regulations (FAR), the ContractingOfficer must, to the maximum extent practicable, give preference to making multipleawards of indefinite-quantity contracts under a single solicitation for the same orsimilar supplies or services to two or more sources. Accordingly, NASA seeks industryinput as outlined in the specific questions provided below. This input will be used, inconjunction with other information available to the Government, to decide whether or notto implement a MAC approach for the SEMAS requirement. Industry feedback will beinstrumental in helping us make this decision.We seek industry feedback, both positive and negative, as each respondent deemsappropriate. We ask that your reply also state why you took the position you did inorder to help us with context. In your response, please address the following questions:1)How would you structure a MAC for the SEMAS requirement? Please provide anoverview of how this could work.2)What are the benefits of the MAC approach? Please explain your answer.3)What are the costs/negative aspects of the MAC approach? Please explain youranswer.4)What impact would a MAC have on small businesses proposing as prime? How wouldpriming strategy change compared to a single award contract? 5)How many contract awards should be made for participating in the MAC?6)Would a MAC environment affect your subcontract/teaming arrangements? If yes,please explain.7)Would a MAC affect incumbent capture and employee retention? If yes, pleaseexplain.8)Describe your view of the mechanics of the task order competition process,addressing timeliness, efficiency and fairness. a.How would related efforts performed by different contractors under different taskorders be integrated? Assume integration would not be performed by the Government. b.How will the task orders be managed at the overall program level?c.What should be the duration of the task orders (i.e., how often should the taskorders be re-competed)?9)Most SEMAS services are on-going; therefore, the Government desires continuity ofservices between close-out and phase-in of task orders. How does industry envisioncontinuity if the follow-on task orders are awarded to a different contractor? 10)What cost savings to the Government could be realized utilizing a MAC? If youthink there would be a cost savings, please provide specifics.11)How could the contractor achieve cost/staffing efficiencies in a MAC environment?12)How could a MAC affect schedule performance? Assume ARC has a new requirement(new task order) that requires quick turnaround time. How could this new task order bequickly competed among contractors to accommodate an urgent requirement?13)Some of the on-going services require immediate response and vary in complexity.For example, a reported hazard may require immediate assessment. Could an unpredictablesituation be priced in a fixed price task order environment? Please explain.Please submit all responses no later than 4:00PM (PST), Friday, April 3, 2009. Pleaserespond via electronic mail (e-mail) to the Contract Specialist, Ms. Robin Wong, at thefollowing address: Robin.L.Wong@nasa.gov. All questions MUST be in writing and shouldalso be directed to Ms. Wong. If an interested party requests confirmation of receipt,the Contract Specialist will confirm receipt. In all responses, please reference SEMAS in the subject line and on all attachments.Verbal questions will not be accepted. This synopsis is for information and planningpurposes only and is not to be construed as a commitment by the Government nor will theGovernment pay for information solicited. Respondents will not be notified of the resultsof the evaluation. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sites forthe release of any solicitation or synopsis. Documents related to this procurement will be available over the Internet. Thesedocuments will reside on a World Wide Web (WWW) server, which may be accessed using a WWWbrowser application. The Internet site, or URL, for the NASA/ARC Business Opportunitieshome page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 Offerors are responsible for monitoring this site for the release of the solicitation andany amendments. Potential offerors are responsible for downloading their own copy ofthe solicitation and amendments (if any).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e6e910ad8a4f9dad453d4ad527beba38&tab=core&_cview=1)
- Record
- SN01776047-W 20090326/090324215706-e6e910ad8a4f9dad453d4ad527beba38 (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 |