Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2012 FBO #3745
MODIFICATION

R -- SAFETY AND MISSION ASSURANCE ENGINEERING CONTRACT

Notice Date
2/23/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ12424577L
 
Response Due
3/9/2012
 
Archive Date
2/23/2013
 
Point of Contact
Scott Stephens, Contracting Officer, Phone 281-792-7521, Fax 281-483-7890, Email scott.stephens-1@nasa.gov - Christina Hibbs, Contract Specialist, Phone 281-483-8119, Fax 281-483-4066, Email christina.a.hibbs@nasa.gov
 
E-Mail Address
Scott Stephens
(scott.stephens-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is modification 1 to the synopsis entitled 'SAFETY AND MISSION ASSURANCEENGINEERING CONTRACT' which was posted on February 7, 2012 under the Reference NumberNNJ12424577L. You are notified that the following changes are made: NASA/JSC is requesting information from industry regarding potential organizationalconflicts of interest (OCI) arising from the Safety and Mission Assurance EngineeringContract (SMAEC).The nature of the work anticipated under the SMAEC may create a situation where therecould be the potential for OCI as currently described in FAR Subpart 9.5. Each potentialofferor should review FAR Subpart 9.5 in light of NASAs anticipation of OCI issues andconsider carefully the extent to which an OCI may arise before making the decision tocompete for the SMAEC. Specifically, NASA anticipates that the effort under the SMAEC will include the followingtypes of tasks which could lead to potential OCI issues. This list is not all inclusive. Assessment of component and system designs, analysis, models developed for theOrion/Multi-Purpose Crew Vehicle (MPCV); Assessment of component and system designs, analysis, models developed for theInternational Space Station (ISS) or Extravehicular Activities (EVA); Assessment of component and system designs, analysis, models developed for thecommercial crew or cargo providers; Assessment of hardware designs, analysis, and models developed for the JSC byContractors, and Space Act Agreement Participants; Assessment of new technology disclosures (aka invention disclosures) including, forexample, new and novel hardware, software, and processes; Access to Government Sensitive Information such as pre-decisional informationassociated with on-going or future NASA projects that may result in future competitiveprocurements; Access to a Contractor, or Space Act Agreement Participants proprietary informationwhere said Contractor, and Space Act Agreement Participant is not the SMAEC Contractor; Quality assurance oversight for fabrication of hardware by Contractors, other than theSMAEC contractor, for flight hardware and software and quality and safety oversight fortest and evaluation of flight hardware.These types of tasks could lead to the following categories of OCI issues depending onthe composition of the team selected for the SMAEC contract: Unequal access to nonpublic information of the type that may provide the SMAECContractor an unfair competitive advantage in a later competition for a governmentprocurement contract; Potential impaired objectivity if the SMAEC contractor or its subcontractors areassessing data developed by themselves, related companies (e.g., affiliates, jointventures, partnerships, etc.), or subcontractors; Potential impaired objectivity if the SMAEC contractor or its subcontractors or relatedcompanies are responsible for assessing or performing safety and mission assurance forhardware or data generated by the SMAEC contractor, its subcontractors, or relatedcompanies under another JSC contract, grant, cooperative agreement, or Space ActAgreement; Potentially creating biased ground rules by providing technical assessments and adviceto NASA personnel on specific technologies and methodologies that may affect NASAspreparation of a specification of work, other contractual requirements, or NASAsevaluation of proposals in a future competitive procurement. Potential offerors are requested to address the following questions: 1. What type of OCI issues would your company or potential team identify, if any, shouldyou choose to propose on the SMAEC contract? 2. What strategies would you anticipate proposing to mitigate the OCI issues that youidentified (if any)? Please provide strategy details, previous examples/experience withother contracts with NASA or other agencies, etc.3. Are there any other types of potential OCI issues with the proposed SMAEC that werenot identified in this RFI?4. Does your company foresee any OCI issues associated with the SMAEC that would causeyou to decide not to propose on the potential SMAEC RFP?A link to the NASA Guide on Organizational Conflicts of Interest has been posted to theSMAEC procurement website at: http://procurement.jsc.nasa.gov/smaec/. Pleasereference this document for additional information about NASAs policies with respect toOCI issues. You are requested to provide electronic responses via e-mail to the Contracting Officerlisted at the end of this synopsis. Your response is requested by 4:00 p.m. local timeon March 9, 2012. NASA intends to assess any responses received regarding potential OCI and each offerorsproposed OCI mitigation strategy, responding to each company who submits a mitigationstrategy in writing. NASAs response will simply be an attempt to preliminarily examinepossible circumstances which might lead to or eliminate an OCI. It will not be aconfirmation that, in fact, an OCI will ultimately exist or that an offeror cansuccessfully eliminate or mitigate an OCI. Furthermore, the response in no way alters orinterprets the application of FAR 9.5 as it applies to a final statement of work or afinal proposal submission, should a potential offeror elect to submit a proposal inresponse to an RFP issued under a solicitation for SMAEC. Subsequent to the initialsubmission and response, the Government will not consider further information as itrelates to this RFI.The documents on the NASA procurement website are for information and planning purposes,to allow industry the opportunity to comment, and to promote competition only.NASA willnot affirmatively release any information received in response to this RFI to the public,but may use information received in developing the best approach for a contract strategy,and therefore such information may be recognizable to the potential offeror who submittedit. Any information submitted in response to this RFI that is marked as ConfidentialCommercial or Financial Information will be considered as voluntarily submitted inaccordance with the Freedom of Information Act.The Government intends to release the names, addresses, and points of contact of allrespondents unless specifically requested not to do so by the respondent. All questionsshould be directed to the point of contact identified below. In accordance with FAR15.201(e), responses to this notice are not offers and cannot be accepted by theGovernment to form a binding contract.The Government is under no obligation to issue asolicitation or to award any contract on the basis of this RFI. The Government will notpay for any information solicited under this RFI. No solicitation exists; therefore, donot request a copy of a solicitation. If a solicitation is released it will besynopsized in FedBizOpps and on the NASA Acquisition Internet Service.It is thepotential offerors responsibility to monitor these sites for the release of anysolicitation or synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12424577L/listing.html)
 
Record
SN02681823-W 20120225/120223235237-a3e755acae1cf6312f44f3c39a1b1f7a (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.