SOURCES SOUGHT
R -- VISITOR EDUCATION AND COMMUNITY OUTREACH SUPPORT SERVICES SOURCES SOUGHTNOTICE
- Notice Date
- 5/11/2011
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- VECOSS2011SSN
- Response Due
- 5/31/2011
- Archive Date
- 5/11/2012
- Point of Contact
- Raye L Kirkland, Contract Specialist, Phone 216-433-5794, Fax 216-433-2480, Email Ra-deon.L.Kirkland@nasa.gov
- E-Mail Address
-
Raye L Kirkland
(Ra-deon.L.Kirkland@nasa.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The National Aeronautics and Space Administration (NASA) Glenn Research Center(GRC) is seeking capability statements from 8(a) small businesses to determine theappropriate level of competition and/or small business subcontracting goals for operationof Visitor Education and Community Outreach Support Services (VECOSS).The objective ofVECOSS is to educate on an informal basis, visitors, teachers, students, and the regionalcommunity about NASA accomplishments and activities regarding the aeronautics and spaceprogram in such a way that their benefits to humankind are evident. Support for theseobjectives is provided through services, including, a tour program, a Public Mail andPublications program, a Speakers Bureau program, Exhibits and Artifacts program, Parades,a Volunteer program, and conducting special events.VECOSS also supports the performance of education and public information programs inconjunction with the NASA GRC Educational Programs Office (EPO). The EPO provideseducational programs and activities across a broad six-state mid-West region; enhancingthe teaching and learning of science, technology, engineering, and mathematics (STEM). The anticipated support requirements for VECOSS shall include, but will not be limitedto, (1) the management, operation, and maintenance of NASA outreach activities; whichincludes maintaining, designing, constructing, updating, scheduling, shipping, andstoring NASA exhibits and all associated artifacts, (2) providing assistance in the NASAGRC Briefing Center, (3) providing tours to the public, (4) receiving, responding, anddistributing public mail related to NASA GRC outreach activities, (5) managing andmaintaining publications, (6) supporting NASA GRCs Speakers Bureau, (6) providingadministrative and program support for the NASA GRC Educational Programs Office (EPO),(7) planning, implementing, and operating the volunteer and an internship/co-op program,(8) supporting NASA GRC participation in parades, (9)and supporting and coordinatingspecial projects as required by the resulting contract.The requirements include the following: See attached Draft Statement of Work.THIS IS NOT A NOTICE OF SOLICITATION. IT IS A SOURCES SOUGHT NOTICE SOLELY FORINFORMATION AND PLANNING PURPOSES. The North American Industry Classification System (NAICS) code for this effort is 561210Facilities Support Services, with a size standard of $35 million. Capable 8(a) firms areencouraged to respond.Performance under the contemplated award would commence no earlier than September 2011. The estimated award date for this contract is TBD. The contract will be performance basedand comprised of four tasks, two of which will be Cost Reimbursable. The other two taskswill be Indefinite Delivery Indefinite Quantity (IDIQ). The estimated award amount is$1,000,000.00 to $2,000,000.00 per year, for up to five (5) years.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released in the future it will be synopsized in FedBizOpps and on theNASA Acquisition Internet Service. It is the potential offerors responsibility tomonitor these sites for the release of any solicitation or synopsis. Offerors having the required specialized capabilities necessary to meet or exceed thestated requirements are invited to submit a capability statement 10 pages or lessindicating the ability to perform all aspects of the effort described herein and in theDraft specifications. The Capability Statement, exclusive of a one-page summary, shallNOT exceed 10 pages (including attachments) and shall contain a minimum font size of 12.Additionally, the Capability Statement shall list at a minimum two customer contactscovering the past three years, and include the following information: (1) Highlightrelevant contract work performed, (2) Contract number, (3) Contract type, (4) Dollarvalue of each contract, (5)Number of employees and (6) Customer point of contact address,current phone number, and current e-mail address. To facilitate a prompt review, a one-page summary shall be included with your CapabilityStatement, which shall identify your companys specific capabilities that are relevantto, and reflect the magnitude of, these requirements. The one-page summary will not countagainst the 10-page limit. The one-page summary shall include: (1) Companys name,address, primary POC and telephone number, (2) Size of business; (3) Companys averageannual revenues for the past three (3) years and total number of employees; (4)Ownership;(5) Number of years in business; (6) Companys Government size standard/typeclassification (Small, Small Disadvantaged, 8(a), Woman-owned, Economically DisadvantagedWoman-Owned, Veteran-Owned, Service Disabled Veteran-Owned, and/or HistoricallyUnderutilized Business Zone (HUBZone) small business); (7) Affiliate information: parentcompany, joint venture partner(s), potential teaming partner(s), prime contractor (ifpotential sub) or subcontractors (if potential prime); and point of contact position,address and phone number; (8) Applicable NAICS Code(s); and (9) DUNS number and cage code(for prime and subcontractor/teaming partners). Because this information is sought forfuture planning and budgetary purposes, potential offerors/vendors are encouraged toprovide price estimates, if possible. These estimates may be general in nature. 1. Information Submittal Instructions: Please send all submissions to the following: Technical questions should be directed to: Orlando Thompson (216)433-3642 Orlando.Thompson-1@nasa.govProcurement related questions should be directed to: Raye Kirkland (216)433-5794 Ra-Deon.L.Kirkland@nasa.govIf submitting by mail, please address as follows: NASA Glenn Research Center Attn: Raye Kirkland M/S 60-1 Subject: SEMAA-SSN 2011 21000Brookpark Road Cleveland, OH 44135-3191Faxed submissions ARE NOT acceptable. 2. Any information submitted by mail SHALL include an electronic file in text, MicrosoftWord, or PDF, and conform to 8.5 by 11.0 inch pages (one-inch margins on all sides).Please include all company Points of Contact, both contractual and technical, includingaddresses, telephone numbers, and email addresses. Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101. This Sources Sought Notice is for information and planning purposes and is not to beconstrued as a commitment by the Government nor will the Government pay for informationsolicited. Respondents deemed fully qualified will be considered in any resultantsolicitation for the requirement. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THIS NOTICE. The Government reserves the right to consider a 8(a) set-aside, either competitive ornon-competitive, based on responses hereto. All responses shall be submitted to: Raye Kirkland NASA Glenn Research Center 21000 Brookpark Road M/S 60-1 Cleveland, OH44135, Ra-Deon.L.Kirkland@nasa.govAll capability statements shall be received no later than 4:30PM May 31, 2011 GRC localtime. Please reference VECOSS2011SSN in any response (on the email subject line or on themailing envelope). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/VECOSS2011SSN/listing.html)
- Record
- SN02445140-W 20110513/110511234413-faf083bdc15a74d35a20bdf88b6dc24a (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 |