Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2010 FBO #3035
SOURCES SOUGHT

R -- OPERATION OF THE NASA CENTER FOR AEROSPACE INFORMATION - CASI

Notice Date
3/15/2010
 
Notice Type
Sources Sought
 
NAICS
519120 — Libraries and Archives
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton,VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS-CASI
 
Response Due
3/29/2010
 
Archive Date
3/15/2011
 
Point of Contact
M Fran Risinger, Contract Specialist, Phone 757-864-2450, Fax 757-864-9775, Email Fran.Risinger@nasa.gov
 
E-Mail Address
M Fran Risinger
(Fran.Risinger@nasa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
NASA/LaRC is hereby soliciting information about potential sources to support theAgency-Wide NASA Scientific and Technical Information (STI) Program. To support thiswork, NASA maintains the NASA Center for AeroSpace Information (NASA CASI), which is acontractor-operated and rented facility located in Hanover, MD (CASI North) and Hampton,VA (CASI South). NASA is currently conducting market research to ensure two or more 8(a) firms exist forNAICS 519120 Libraries and Archives, with the requisite capabilities and interest inperforming this work.In performance of this contract, the Contractor will be required to:1. Operate and manage the CASI Facilities.2. Acquire unclassified NASA STI and nonNASA STI (from Federal and internationalorganizations that are not commercial in nature) pertinent to NASAs missions and goals.3. Organize, maintain, and ensure the appropriate dissemination of STI via a STI contentmanagement and information delivery system.4. Digitize legacy NASA STI and NASA STI that is not received in digital forms.5. Disseminate STI to customers through the Agency STI Website(s). This includesproviding the content for and hosting the Agency STI Website(s). 6. Operate, maintain, and upgrade all software and hardware systems associated with STIservices and products.7. Provide back up, recovery, longterm preservation, and disaster recovery of all STI.8. Educate, train, and assist potential users of the STI systems so that they are awareof the benefit of using STI to advance their work. 9. Support the transition from the current out-of-date legacy IT systems to new COTShardware and software solutions, to include, transition planning, testing, configuration,and implementation, while maintaining the legacy system in parallel.The current IT infrastructure is composed of multiple vendor servers, operating systems,disk and tape storage systems, database management systems, web application technologies,content management systems, user interfaces, user validation mechanisms, and a variety oflogs and tools to track access metrics and performances. Included within theaforementioned systems and subsystems are Oracle, LiveLink, BASIS, Endeca, and others.The decision has been recently made to replace much of the existing legacy systems withBridgelogiQ (Feith.com). The BridgelogiQ product includes workflow, web forms, imaging,and records management. Interested offerors/vendors having the required specialized capabilities to meet theabove requirement should submit a capability statement of 5 pages or less indicating theability to perform all aspects of the effort described herein.Responses must include the following: name and address of firm, size of business perNAICS code (i.e. large or small); average annual revenue for past 3 years and number ofemployees; business status: small disadvantaged, 8(a), HUBZone, and/or woman-owned;number of years in business; list of customers covering the past three years (explainrelevant work performed and identify: contract numbers, contract type, dollar value ofeach contract; and customer point of contact including address, email address and phonenumber).This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. No solicitation exists at this time; therefore, do not request a copy of thesolicitation. If a solicitation is released it will be synopsized in FedBizOpps and onthe NASA Acquisition Internet Service.It is the potential offerors responsibility tomonitor these sites for the release of any solicitation or synopsis. The Governmentexpects to release a solicitation in the mid-to-late May time frame.All responses shall be submitted to Fran Risinger no later than March 29, 2010. Pleasereference SS-CASI in any response. Any referenced notes may be viewed at the followingURLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/SS-CASI/listing.html)
 
Record
SN02092155-W 20100317/100315234530-e2cd8e7c507a2bbd3614ede86beb5666 (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.