Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
SOURCES SOUGHT

R -- ENGINEERING PRODUCT INTEGRATION CONTRACT

Notice Date
9/21/2011
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ12395182LA
 
Response Due
9/28/2011
 
Archive Date
9/21/2012
 
Point of Contact
Christian C. Gaspard, Contract Specialist, Phone 281-483-0034, Fax 281-244-5331, Email christian.c.gaspard@nasa.gov - Jessica C. Miller, Contracting Officer, Phone 281-483-6792, Fax 281-483-4066, Email jessica.c.miller@nasa.gov
 
E-Mail Address
Christian C. Gaspard
(christian.c.gaspard@nasa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
NASA/JSC is hereby soliciting information from potential sources for theEngineering Product Integration Contract (EPIC) solicitation. This sources-soughtsynopsis replaces the previous synopsis posted under solicitation number NNJ12395182L on7/15/2011.This effort replaces existing contracts awarded under the Small Business Administration(SBA) 8(a) set-aside program with an emphasis on meeting the requirements of the evolvingtechnical and business needs of the Government. The NAICS code is 541511 and the smallbusiness size standard for this acquisition is annual revenues of $25 million dollars orless. The Government is limiting the competition for this requirement to firms locatedin the geographical area of Texas, Louisiana, Arkansas, Oklahoma, and New Mexico. Summary: NASA/JSC is seeking potential Offerors/Contractors that are in the SBA's 8(a) program toprovide an integrated infrastructure approach that enables flexibility in a changingenvironment. The integrated infrastructure approach encompasses 1) computer softwaresupport services and applications software programming services, 2) strategic andorganizational planning and business process improvement, and 3) configurationmanagement and project facilitation tasks. The integration of these three infrastructureareas into one contract augments the Directorates efforts to generate, test, and deliverproducts in the changing business environment by performing the following functions: 1)As part of the computer software support and applications software programmingtasks, the contractor will provide the following:-Applications software programming services such as web-based development (forexamples, applications of Cold Fusion, SharePoint), development capability to automateprocesses, and WEB and SharePoint page design services-Information technology coordination of hardware and system configuration needs,security assessments, and service request processing and tracking-Server administration to maintain functionality in accordance with neededcapabilities while maintaining appropriate configuration and security levels-Computer technician help desk to aid in computer hardware, software, and systemsupport and trouble-shooting so that capabilities can be maintained2)As part of the strategic and organizational planning and business processimprovement tasks, the contractor will provide the following:-Scheduling generation, assessment, and tracking including schedule assessment,phasing and planning analysis, resource loading analysis, and recommendations of scheduleoptions.-Cost estimation, assessment, and tracking including cost assessment, phasing andplanning assessments, resource loading analysis, schedule compatibility analysis, andrecommendations of cost options.-Metrics generation, assessment, and tracking including trending patterns,trending analysis, and trending forecasts.-Risk assessment and tracking including risk identification, categorization, andrecommendations of risk mitigation options.-Best-practice and process-improvement evaluations utilizing lean six sigmapractices, benchmarking, or other evaluation techniques to assess on-going practices,identify future-state requirements, and provide options, including pros and cons, forprocess modifications.3)As part of the configuration management and project facilitation tasks, thecontractor will provide the following:-Closed-loop record tracking via a system of configuration management receiptdesks that provide an interface between internal organizations as well as an interfacewith external organizations and customers.-Configuration management, control, and tracking of Directorate processes,hardware and software design products, computer assets, and Government property assets. -Records and data management including coordination of reviews, integration, andbaseline maintenance of documentation and records.-Administrative project support for project activities and project logistics suchas desktop publishing, recordkeeping, and meeting support for Directorate forums,configuration control boards and panels, technical cost and schedule reviews, and projectproject-related meetings or forums such as technical interchange meetings, life cyclereviews, and recurring forums.-Technical project support such as technical writer, editor, and proofer;spreadsheet analyses, multi-media post-production services, and facility planning. Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to Chris Gaspard not later than 3:00 PM Central Daylight Time,September 28, 2011. Please reference solicitation number 'NNJ12395182LA (EPIC)' in anyresponse. Oral communications are not acceptable in response to this notice.Responsesmust include the following: 1.Name and address of firm2.Size of business3.Average annual revenue for past 3 years and number of employees4.Date of entrance into the SBA 8(a) program5.List of customers covering the past five years (highlight relevant workperformed, contract numbers, contract type, dollar value of each procurement; and pointof contact - address and phone number). In addition to submitting capability and qualification statements, interested parties areencouraged to provide their thoughts and ideas regarding whether the resulting contractshould be awarded as a fixed-price or cost-reimbursable contract. Industry input willassist in the development of an acquisition plan to best meet the Government's needs. 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 offeror's responsibility to monitor these sitesfor the release of any solicitation or synopsis.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. NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is MelanieW. Saunders, (281) 483-0490, or Melanie.Saunders-1@nasa.gov.A website has been created for this effort and can be found athttp://procurement.jsc.nasa.gov/epic/.Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12395182LA/listing.html)
 
Record
SN02587503-W 20110923/110922001550-2a7b9a294ebd76dc340596ddcf408be6 (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.