SOURCES SOUGHT
D -- REQUEST FOR INFORMATION NO. 2 IN SUPPORT OF ACITS 3 PROCUREMENT
- Notice Date
- 3/15/2010
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA10301939L-REV
- Response Due
- 3/26/2010
- Archive Date
- 3/15/2011
- Point of Contact
- Brenda Hess, Contracting Officer, Phone 650-604-2534, Fax 650-604-0912, Email brenda.k.hess@nasa.gov - Jill Willard, Contracting Officer, Phone 650-604-3007, Fax 650-604-3020, Email jill.willard-1@nasa.gov
- E-Mail Address
-
Brenda Hess
(brenda.k.hess@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is issued by the NASA ARC to post a revision to the draft Statement ofWork via the internet, and solicit responses from interested parties. Reference is madeto the previous Request for Information (RFI) posting, which is available for viewing athttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#136491 andhttps://www.fbo.gov/index?s=opportunity&mode=form&id=383a738548bb25e8ca581e4bd0693821&tab=core&_cview=1. Interested parties are notified that future postings regarding thisrequirement will no longer be made at the aforementioned link, but rather will be made inassociation with this record.This document is for information and planning purposes and to allow industry theopportunity to verify reasonableness and feasibility of the requirement, as well as topromote competition. Prospective offerors are invited to submit written comments orquestions to: Brenda Hess at brenda.k.hess@nasa.gov, no later than March 26, 2010. Whenresponding reference NNA10301939L and follow the additional instructions provided below.NASA ARC is hereby soliciting information about potential sources for Ames ConsolidatedInformation Technology Services (ACITS) 3. As communicated on March 5, 2010 in a postedmodification to the original synopsis, NASA ARC has made revisions to the draft SOWprovided in association with the synopsis entitled Ames Consolidated IT Services 3Request for Information (RFI), solicitation NNA10301939L, which was posted on July 23,2009. Revised capabilities statements are requested from all interested parties,including those who previously submitted responded to the RFI of July 23, 2009. Interested parties who intend to partner with other entities to satisfy requirements areencouraged to submit a joint capabilities statement response to allow for adequateassessment of their ability to adequately perform to the requirements.The Office of the Director of Information Technology Directorate (Code I) at NASA ARCprovides support to ARC via four divisions: Product & Services Integration Development,Information Technology (IT) Operations, External Projects, and IT Security. Thisprocurement is for providing contractor support to the IT Directorates missionfunctions, to include IT systems and governance support; IT security support; network andcommunication systems and support; application management and support; scientificcomputing systems and support; innovation and emerging technologies; outreach andinformational systems and support; and contract management and administration.Mission success requires the combined effort of, and extensive interaction between, NASAand the Contractor. The work outlined in the Description of Services will beaccomplished through a collaborative effort between NASA and the Contractor. TheContractor will be responsible for determining the type of skills and skill mix, andmaterials required to provide their portion of services. The Contractor will also beresponsible for managing its resources to achieve the desired outcomes. The Contractorshall provide labor and materials as required to provide the services and outcomes. Although the majority of work will be performed at Ames Research Center, Moffett Field,California, temporary duty at other NASA centers, and other locations as specified byNASA, may be required.In addition, the contractor may be required to travel to otherdomestic and international facilities and locations. Support requirements span multipleDirectorates at ARC, other NASA Centers and NASA Headquarters, as well as other federalorganizations and agencies, and related organizations.This procurement is a follow-on requirement. The current ACITS 2 cost-plus-fixed-feecontract (NNA08AF13C, with Perot Systems Government Services, Inc.) has a 13-month baseperiod, and additional options that serve to extend the period of performance throughNovember 30, 2010, if all are exercised. The total contract value of the base period andall options is $123M. Use the links at http://www.hq.nasa.gov/office/pao/FOIA/agency/ torequest information regarding the ACITS 2 contract through the FOIA office. Thefollow-on contract will continue to be performed at Ames Research Center (ARC), MoffettField, California. In this synopsis, NASA ARC is soliciting information about potentialsources and planned subcontracting approaches for the above services. Once the acquisition strategy is finalized, a pre-solicitation synopsis will replace thissynopsis and will include the latest Interested Parties listing. PURPOSE OF THIS SYNOPSIS This notice has three purposes: 1)To request information on capabilities of potential offerors to provide theservices in order to determine if this will be a small business set-aside. Informationreceived as a result of this notice will be considered by the Government and used foracquisition planning purposes only. Please note, a decision to set-aside thisrequirement for small business or to compete it through full and open procedures has notyet been made. 2)To request information from interested parties regarding their preferredsubcontracting approach, if any, to provide the services. Interested parties arereminded to consider the implications of subcontracting effort that exceeds thethresholds established in FAR 52.215-23, Limitations On Pass-ThroughChargesIdentification Of Subcontract Effort (Oct 2009), in developing their responses.3)All acquisitions methods are being considered by the Government including the useof a Government-Wide Acquisition Contract (GWAC). Interested parties are requested toprovide a listing of applicable GWACs that they hold.NOTE: Respondents should respond all sections of this synopsis. Negative responses toSection 3 are requested, if applicable.SUMMARY OF PROPOSED WORK BACKGROUND: ARC enables exploration through selected development, innovative technologies, andinterdisciplinary scientific discovery. It provides leadership in astrobiology; roboticlunar exploration; technologies for Crew Exploration Vehicle (CEV), Crew Launch Vehicle(CLV), and Heavy Lift Vehicle (HLV); the search for habitable planets; supercomputing;intelligent/adaptive systems; advanced thermal protection; and airborne astronomy. ARCdevelops tools for a safer, more efficient national airspace and unique partnershipsbenefiting NASA's mission.Code I supports this mission by providing innovative, reliable and secure informationtechnology services by focusing on increasing productivity and collaboration at AmesResearch Center; streamlining the provisioning of computers, software, and computeraccounts; improving IT governance; increasing the transparency of IT spending; improvingthe management of its application portfolio management; and practicing an enterprise-wideinfrastructure management approach.RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: The Government requests separate files for Statement of Capabilities, Subcontracting,and GWAC response. Details regarding page limitations for each of the three responsesare provided below. All responses are to be submitted electronically in PDF format.Each response must include the following: 1)Company name, address, point of contact, phone, fax, e-mail, and website (ifapplicable) as this information will be posted on the ACITS 3 Interested Parties List. 2)Whether your company is large business, small business, small disadvantagedBusiness, 8(a) small business, HUBZone small business, woman-owned small business,veteran-owned small business, Historically Black Colleges and Universities/MinorityInstitutions (HBCU/MI), or service-disabled veteran-owned small business as defined forNAICS code 541512 (size standard $25.0M). RESPONSES REGARDING TECHNICAL CAPABILITIES:Interested Offerors having the required specialized capabilities/qualifications tosupport some or all of the work outlined in the attached draft Statement of Work (SOW)are asked to submit a capability/qualification statement totaling fifteen (15) pages orless. The required font type is Arial and font size should be no smaller than size 10;page margins shall not be less than 0.5 inches, inclusive of any headers. Figures,exhibits, and diagrams must be readable. The technical capabilities portion of theresponse is limited to 10 pages, and the past performance portion of the response islimited to five pages.The past performance portion of the response shall be in theformat provided in the attachment, Past Performance.docx.Each response must include the following:1)Your companys capability in each of the technical areas. These are: a.IT Systems and Governance Support. This includes, but is not limited to, projectmanagement; system administration; data center operations, support, and maintenance;facility support; hardware and software maintenance; data storage retrieval and archival;IT governance and policy analysis; technical planning and analysis; and recordsmanagement and vital records management for continued operations.b.IT Security. This includes, but is not limited to, patch management anddeployment; vulnerability scanning systems; intrusion detection and intrusion prevention;incident response life cycle; security forensics; certification and accreditationconsulting and auditing support; perimeter firewall systems; antivirus services;host-based intrusion detection and prevention; content monitoring and filtering; fullpacket capture and flow monitoring; event log collection and correlation; network accesscontrol; penetration testing; organization Computer Security Officer (CSO) support;classified security collaboration; board participation (including but not limited to ITProject Management Board (ITPMB), IT Customer Board, and IT Security Advisory Board(ITSAB); remote access services operations, maintenance, and support; IT securityconsultation and engineering; security programming; and certifications.c.Network and Communication Systems and Support.This includes, but is not limitedto, development, management, administration, operations, and maintenance in support ofnetwork services; network and communications infrastructure; distributed systems; audio,video, and voice communication systems; audio systems; video systems; voice communicationsystems; and radio frequency (RF) and emergency communication systems.d.Application Management and Support. This includes, but is not limited to, ITsupport to unique financial services; human resources, personnel security, and logistics;business systems and infrastructure; web applications; collaborative andinformation-based systems; application management; data management and analysis, andapplication testing.e.Scientific Computing Systems and Support. This includes, but is not limited to,scientific applications; data acquisition and analysis; and modeling and tooldevelopment.f.Innovation and Emerging Technologies. This includes, but is not limited to, ITsecurity innovation; cloud computing; emerging network technology; and the evaluation ofnew and emerging IT security tools and technologies.g.Outreach/Informational Systems and Support. This includes, but is not limitedto, customer support; IT security outreach, training, and communications; IT librarysystems; and IT conference, presentation, and advocacy support.2)Your companys ability to increase contractor staff to support unexpectedactivity peaks and your plans to reachback to obtain highly specialized technicalexpertise with little lead-time. Please address any standing partnerships that enableyour company to obtain additional support in a rapid manner, including informationregarding the duration and nature of these partnerships. 3)The Contractor will be required to provide qualified management personnel,organizational structure, procedural and administration functions to effectively andefficiently manage the work performed under this contract. Describe your capabilitiesand experiences in performing and managing the technical areas listed above. Detail yourcapabilities and experience in working on contracts with multiple tasks and/or projectsand include average number of tasks managed annually. Detail your capabilities andexperience with and process for acquiring and managing subcontractors.Detail yourcapabilities and experience in acquiring and managing subject area experts. 4)A list of relevant work performed in the past five (5) years, including contracttype, contract number, technical description, dollar amount, period of performance, and acustomer reference name and telephone number. The Government reserves the right to consider a small business set-aside based onresponses. RESPONSES REGARDING THE SUBCONTRACTING APPROACH:Interested Offerors having the required specialized capabilities/qualifications tosupport some or all of the work outlined in the attached draft Statement of Work (SOW)are asked to submit a subcontracting approach statement totaling five (5) pages or less. The required font type is Arial and font size should be no smaller than size 10; pagemargins shall not be less than 0.5 inches, inclusive of any headers. At a minimum,respondents shall provide information in the format provided in the attachment,Subcontracting.xlsx. Submissions may be supplemented by additional figures, exhibits,and diagrams, all of which must be readable. The Government is soliciting contracting approaches to the ACITS 3 procurement that willenhance competition and provide business opportunities. Therefore, the Government isrequesting feedback for consideration during acquisition planning.ARC is interested in your comments on establishing subcontracting goals for smallbusiness, service-disabled veteran-owned small business, small disadvantaged business,women-owned small business, veteran-owned small business, HBCU/MI, and HUBZone smallbusiness. The Government reserves the right to consider a small business or 8(a)set-aside based on responses. Please comment on your ability to meet or exceed thefollowing goals for contracting to small business currently in the contract, and in whichareas of the SOW you would reserve for subcontracted efforts to small business. Pleasebe specific, providing the names of potential subcontractors and details concerning theduration of any partnerships that you might have with the subcontractors you list.Small Business20.0%Small Disadvantaged Business (SDB)5.0%Women-Owned Small Business (WOSB)5.0%Historically Black Colleges and Universities (HBCU)and Minority Institutions0.5%HUBZone Small Business (HUBZone SB) Concerns2.0%Veteran-Owned Small Business Concerns0.5%Service-Disabled Veteran-Owned Small Business Concerns0.5%Alaska Native Corporations (ANCs) and Indian Tribes ThatHave Not Been Certified by the Small Business AdministrationAs Small Disadvantaged Businesses0.0%Alaska Native Corporations (ANCs) and Indian Tribes ThatAre Not Small Businesses0.0%For each technical area of the SOW, identify the percentage of the technical area youwould perform. If you plan to subcontract a portion of the effort please explain whichportion, if any, you plan to subcontract, and to what size business you intend to targetyour subcontracting efforts.RESPONSES REGARDING THE PARTICIPATION IN GWACs:Interested Offerors having the required specialized capabilities/qualifications tosupport some or all of the work outlined in the attached draft Statement of Work (SOW)are asked to submit a listing of GWACS in which their company participates totaling two(2) pages or less. The required font type is Arial and font size should be no smallerthan size 12; page margins shall not be less than 0.5 inches, inclusive of any headers.Figures, exhibits, and diagrams must be readable. Comment on any advantages or disadvantages that you perceive with use of the GWACs inwhich you participate to satisfy the ACITS 3 requirement.YOUR RESPONSE TO THE SYNOPSIS All responses to the Statement of Capabilities shall be received no later than Friday,March 26, 2010, at 4 PM PST. Please respond via electronic mail (e-mail) to theContracting Officer, Brenda Hess, at the following address: brenda.k.hess@nasa.gov. Written questions should also be directed to the Contracting Officer, Brenda Hess, ataforementioned e-mail address.If an interested party requests confirmation of receipt,the Contracting Officer will confirm receipt within 24 hours of receiving the request forall requests made before noon on March 26, 2010, and before 4 PM PST on March 29, 2010for all requests received thereafter, but before March 26, 2010, at 4 PM PST. In allresponses, please reference ACITS 3 NNA10301939L in the subject line and on allattachments. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed asa commitment by the Government, nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No solicitationexists; therefore, do not request a copy of the solicitation. If a solicitation isreleased it will be synopsized in FedBizOpps and on the NASA Acquisition InternetService. It is the potential offerors responsibility to monitor these sites for therelease of any solicitation or synopsis. An ombudsman has been appointed -- See NASA Specific Note 'B'.The solicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASA/ARCBusiness Opportunities home page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 It is the offeror'sresponsibility to monitor the Internet site for the release of the solicitation andamendments (if any). Potential offerors will be responsible for downloading their owncopy of the solicitation and amendments, if any. Given the necessity to revise the SOW, all interested parties wishing to meet with thecognizant contract specialist and/or Contracting Officers Technical Representative(COTR), subject to their availability, will be provided an opportunity to do so for asingle half-hour period between April 22, 2010, and the release of the final RFP. Ifsuch a meeting is desired, contact the contract specialist at the above email address tomake an appointment.Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA10301939L-REV/listing.html)
- Record
- SN02092081-W 20100317/100315234436-bc3e369a95e1a07f25632cefa2e1c04e (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 |