Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2014 FBO #4437
SOLICITATION NOTICE

D -- EARTH OBSERVING SYSTEMS DATA AND INFORMATION SYSTEM EVOLUTION AND DEVELOPMENT- 2

Notice Date
1/15/2014
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG14476256R
 
Archive Date
1/15/2015
 
Point of Contact
Sherika D Wilson, Contract Specialist, Phone 301-286-0566, Fax 301-286-0383, Email Sherika.D.Wilson@nasa.gov - Patricia Dombrowski, Contracting Officer, Phone 301-286-0621, Fax 301-286-0383, Email Patricia.M.Dombrowski@nasa.gov
 
E-Mail Address
Sherika D Wilson
(Sherika.D.Wilson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics Space Administration (NASA) Goddard Space Flight Center (GSFC) plans to issue a Draft Request for Proposal (DRFP) for the Earth Observing Systems Data and Information System (EOSDIS) Evolution and Development (EED) 2. This is a Full and Open competitive follow-on contract for the services and hardware currently being provided under contract NNG10HP02C. The Earth Science Data and Information System (ESDIS) Project is a part of the Earth Sciences Projects Division under the Flight Projects Directorate. The effort procured will provide for development and sustaining engineering of software and hardware systems to facilitate science data management for the Earth Science Data and Information Systems Project; including (but not limited to) the EOSDIS Core System (ECS), currently deployed at three data centers, the Earth Observing System (EOS) Clearinghouse, which provides middleware for search and order of EOS data, the Coherent Web presence for NASA Earth Science data systems, as well as the EOSDIS User Registration and Authentication System. The EED-2 acquisition has been defined as Full and Open competition, Cost-Plus-Award-Fee, Indefinite Delivery Indefinite Quantity contracting vehicle with a minimum ordering value of $20M, and a maximum of $240M. The anticipated release date of the Draft RFP is around April 2014 and the anticipated release date of the Final RFP is around June 2014. The Government intends to perform the evaluation in accordance with FAR Part 15. The Government anticipates a phase-in transition period of no longer than 60 days. The Government does not intend to acquire a commercial item using FAR Part 12. The DRFP will be posted for information and planning purposes.No proposal is requested and no contract will be awarded as a result of the DRFP. Potential Offerors are invited to comment on all aspects of the solicitation, including the requirements, proposal instructions, and evaluation approach.If your comments include recommendations for revisions, you must provide your rationale for such revisions.Comments will be accepted for approximately two weeks after the release of the DRFP, with the final date for communication to be specified in the DRFP cover letter. The NAICS Code and Size Standard are 541512 and $25.5 million, respectively. The subcontracting goals established for this procurement are as follows: Total Small Business: 25%, Small Disadvantaged Business: 5%, Women Owned Small Business:4.5%, HBCU/MI: 1.5%, HUBZone Small Business: 1.0%, Veteran Owned Small Business: 4.0%, and Services Disabled Veteran: 1.0% (These rates are not aggregate of each other). The solicitation will include NFS clause 1852.219-77, NASA Mentor-Protg Program. Eligible Large Business prime contractors, not included on the List of Parties excluded from Federal Procurement and Non procurement Programs, who have at least one active subcontracting plan, and who are approved as mentor firms may enter into agreements with eligible entities to provide appropriate developmental assistance to enhance the capabilities of these protgs to perform as subcontractors and suppliers. The Mentor-Protg program will be used as an award fee incentive if proposed per NFS 1918.72. This program is designed to incentivize NASA prime contractors to assist Small Disadvantaged Business (SDB) concerns, Historically Black Colleges and Universities (HBCUs), Minority Institutions (MI) and Women-Owned Small Business (WOSB) concerns, in enhancing their capabilities to perform as NASA contractors and subcontractors, foster the establishment of long-term business relationships between these entities and NASA prime contractors, and increase the overall number of these entities that receive NASA contract and subcontract awards. Reference Library: In order to assist in potential offerors in familiarizing themselves with the nature of the services required to support the EED-2 procurement, a reference library has been established on the internet: The URL will be provided prior to DRFP release. Draft Statement of Work: Is attached to this synopsis for information purposes. NASA Clause 1852.215-84, Ombudsman, is applicable. The current installation Ombudsman can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. All responsible sources may submit an offer which shall be considered by the agency. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA Business Opportunities home page is http://procurement.na sa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). We have appreciated your support in providing useful ideas and comments during our market research phase and we encourage your continued participation. We look forward to receiving any comments or questions related to this procurement. All contractual and technical questions must be submitted in writing via email to Sherika.D.Wilson@nasa.gov. Telephone questions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG14476256R/listing.html)
 
Record
SN03268373-W 20140117/140115234321-74bf72529936b01fc1e37a781d6f8f47 (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.