Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2013 FBO #4410
SOURCES SOUGHT

D -- MSFC INFORMATION TECHNOLOGY SERVICES -MITS

Notice Date
12/19/2013
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM14494731R
 
Response Due
1/15/2014
 
Archive Date
12/19/2014
 
Point of Contact
Jeffrey S. Jackson, Contracting Officer, Phone 256-544-8935, Fax 256-961-2127, Email Jeffrey.S.Jackson@nasa.gov - Ketela K. Helton, Contracting Officer, Phone 256-544-7179, Fax 256-544-9162, Email Ketela.K.Helton@nasa.gov
 
E-Mail Address
Jeffrey S. Jackson
(Jeffrey.S.Jackson@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/MSFC is requesting information about potential small business sources for Information Technology (IT) services specific to the George C. Marshall Space Flight Center (MSFC) and the Michoud Assembly Facility (MAF).The current MSFC Information Technology Services (MITS) contract NNM10AA03C expires January 31, 2015, and is a Cost-Plus-Fixed-Fee contract. The contract provides for fee performance deductions based on contractor performance. The contract has a potential value of $334M over the five year period of performance. <p> This Request for Information (RFI)/Sources Sought Notice is a market research tool only and will be used to determine potential and eligible small business firms capable of providing the required services prior to determining the acquisition strategy and issuance of a Request for Proposal (RFP). Therefore, all interested small businesses are encouraged to respond. <p> Freedom of Information Act (FOIA) information relating to the current MITS contract, including the MITS Performance Work Statement (PWS), may be requested from: <p> Judi Hollingsworth, CS20 Freedom of Information Office NASA, George C. Marshall Space Flight Center MSFC, AL 35812 Phone(256) 544-1837 Email Judi.A.Hollingsworth@nasa.gov <p> Requirements <p> Telecommunications Services (currently MITS PWS 5.0) and Applications and Web Services (currently MITS PWS 6.0), with the exception of Documentation Repository services, will be obtained through other Agency-wide contract vehicles and are not within the scope of this recompetition effort. <p> The following information is included as a description of the anticipated requirements for the pending recompetition: <p> a.Management Support- In support of this effort, the contractor will provide Project Management, Financial Management, Contract Administration, Procurement, Asset Management, Security, Safety, Facilities Management, Quality Management, and Phase-Out. b.Information Technology (IT) Security Services- The contractor will provide Security Planning and Management, Security Compliance, Continuity of Operations (COOP) and Disaster Recovery (DR), Security Operations, Intrusion Detection and Incident Response, and Security Engineering and Technical Support. c.IT Planning, Policy, Architecture & Integration- The contractor will provide Customer Experience Management, Customer Service Request, Customer Support Center, IT Architecture and Integration, IT Innovation Management, Enterprise Architecture Policy, Governance, and Performance Management, IT Governance, Continuous Risk Management, Special Business Case Development, Service Integration and Delivery, Directives Management, Records Management, Forms Management, and Scientific and Technical Information. d.Computing Services- The contractor will provide Engineering Support, Design, Development and Acquisition, Systems Build, Integration, and Testing, Implementation, Installation, Assessment and Acceptance Testing, Operations, Systems Administration, Database Administration, Backup and Storage, Hardware and Systems Software Maintenance, Preventive Maintenance (PM), Remedial Maintenance (RM), Security Support, and Configuration Management and Control. e.Audio Visual Information Services- The contractor will provide Animation and Interactive Multimedia Services, Graphics and Publications, Graphics and Publication Services, Proposal Services, Scientific and Technical Information (STI), Computer Analyst Support, Photographic Services, Still Photography, Photographic Laboratory, Marshall Image Exchange (MiX) and Photographic Archive, Conference Room Support, Audio Video Support Services, Reproduction and Printing Services, In-house Duplicating Services, Commercial Printing Procurement, Television and Video Services, Streaming Services, Special Events Administration and Support Services, Special Event Administration, Special Event Support, and Documentation Repository. Information Requested <p> NASA requests potential offerors to submit feedback by January 15, 2014. Please reference NNM14494731R in any response. The feedback should be no more than twenty (20) pages (8.5 X 11, 12 point, Times New Roman font). RFI responses shall be submitted electronically to Jeffrey.S.Jackson@nasa.gov. Mr. Jackson may be reached at (256) 544-8935. <p> A total set-aside for small business participation is being considered for this acquisition utilizing a NAICS code of 541513, Computer Facilities Management Services, with a size standard of $25.5M. The Government is interested in assessing the capabilities within industry relative to this requirement for the categories of SBA Section 8(a), Small Business, Economically Disadvantaged Women-owned Small Business, Historically Underutilized Business Zone Small Business, and Service-Disabled Veteran Owned Small Business. The Government reserves the right to consider a set-aside for any of these categories based on responses submitted to this synopsis. <p> Interested firms shall provide the following: 1.Name and address of company; average annual revenue for the past 3 years and number of employees; ownership; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); point of contact address, phone number, and email address; and list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). 2.Business size in relation to NAICS code 541513 and identification of which socioeconomic group(s) the firm is eligible to participate in. 3.Status of the firms business systems to include accounting, estimating, compensation, purchasing, and property management. <p> NOTE: In accordance with FAR 16.301-3(a)(3), a firm must have an accounting system considered adequate for determining costs applicable to this contract in order to receive a cost reimbursement contract award. <p> 4.A description of the firms capabilities to manage a contract of this complexity and diversity of services, including the firms financial capabilities to perform a cost type contract of this potential magnitude. 5.Comments and recommendations for the most effective incentive/performance criteria (if different from the current approach). Further, describe both risks and mitigations the Government should consider. 6.Describe programmatic, financial, technical, and administrative lessons learned from similar IT service efforts. 7.Describe the type of information needed about the existing requirements that would be needed to submit a credible proposal. 8.Provide a list of contracts of comparable size, content, complexity and type to this acquisition that NASA should consider in developing the procurement strategy and solicitation. Identify the contract number, brief description of scope, approximate value and number of employees, Government/Customer Contracting Officer and technical point of contact with telephone numbers and email addresses. 9.Interested parties shall indicate, as part of their response, experience in the various PWS areas identified above and the capability to provide these services. 10.Advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. <p> Any referenced notes may be viewed at the following URLs linked below. <p> Interested parties are notified that companies must be registered in the System for Award Management (SAM www.sam.gov) to be considered eligible for award. <p> No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service (NAIS). It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis.This is a request for information only and does not constitute a commitment, implied or otherwise, that NASA will implement a procurement action in this matter. In addition, neither NASA nor the Government will be responsible for any costs incurred in furnishing this information. Respondents will not be notified of the results of the review. Any information used will be on a non-attribution basis.Restrictions that would limit the Governments ability to use the information for these purposes are of limited value to the Government and are discouraged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM14494731R/listing.html)
 
Record
SN03255604-W 20131221/131219235033-bde298d27c0f481ca0232b79174ed1d1 (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.