Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2014 FBO #4556
SOLICITATION NOTICE

D -- ENTERPRISE APPLICATIONS SERVICE TECNOLOGIES EAST2

Notice Date
5/14/2014
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NASA Shared Services Center Procurement Division Building 1111 Stennis SpaceCenter, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNX14ZXD001L
 
Response Due
5/30/2014
 
Archive Date
5/14/2015
 
Point of Contact
Patrick Whelan, Contract Specialist, Phone 228-813-6636, Fax 228-813-6493, Email patrick.a.whelan@nasa.gov
 
E-Mail Address
Patrick Whelan
(patrick.a.whelan@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA Enterprise Applications Competency Center (NEACC), located at the George C. Marshall Space Flight Center (MSFC) in Huntsville, AL, is seeking capability statements from small business concerns interested in participating in the competition of the follow-on to the EAST contract. These capability statements will be used to assist the Agency in determining whether to conduct the follow-on competition on an unrestricted basis or as a small business set-aside. In the event the Agency determines not to set-aside this procurement for small business, information in the capability statements will be used to assist the Agency in determining appropriate small business subcontracting goals. This Sources Sought Synopsis is a market research tool only, and will be used to identify potential 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. Respondents will not be individually notified of the results of the Agencys review of the information received. The NEACC operates and maintains a broad spectrum of NASA's enterprise applications, with an emphasis on fully integrating business process expertise with application and technical knowledge. A team of civil servants and support contractors sustain operations, implement new applications and capabilities, and provide business readiness support to stakeholders and end users both internal and external to NASA. The NEACC currently serves ten (10) Lines of Business, which are supported by over 100 enterprise applications and a multitude of integration services. The NEACC provides continuous operations that meet or exceed established service level measures. Specifically, the current Lines of Business include: Business Intelligence Enterprise Service Bus and the Center for Internal Mobile Applications (CIMA) Financial Human Capital & Workforce Identity, Credential & Access Management (ICAM) Logistics and Real Property Management NEACC Support Systems Office of Education Procurement Product Lifecycle Management Services under the current EAST contract, NNM11AA02C, are being provided by Science Applications International Corporation, Huntsville AL and will end on January 31, 2016. A copy of the current contract (redacted and conformed through MOD 61) is available for download on the NSSC FOIA Library Quick Link on the EAST 2 website (www.nssc.nasa.gov/east2). The maximum potential value of the current contract is $321.2 million; however, the value of the follow-on contract may change depending on the final Performance Work Statement. Though it is anticipated that the types of services to be acquired under the follow-on contract will be substantially the same as those currently being obtained under NASA Contract NNM11AA02C, additional scope for support of approximately 140 MSFC Center-specific applications is anticipated. Support for Center-specific applications at other NASA Field Centers across the country may also be required over the life of the contract. Therefore, NEACC services will increase in scale based on the final requirements. It should be highlighted that key procurement strategy decisions regarding contract type, period of performance, performance standards, pricing model, incentives, evaluation criteria, and schedule for the follow-on procurement have not been made by the Agency and interested firms are cautioned that they may differ from the terms and conditions of NASA Contract NNM11AA02C. Interested small business concerns having the capability to provide the required services are invited to submit a capability statement of no more than 15 pages addressing each of the 14 items below: (Note: All promotional materials shall be directly relevant to your companys capabilities based on the requirements below.) 1) Name and address of your firm. 2) Primary point of contact, phone number, and e-mail address of your firm. 3) Type of small business concern (e.g., SDB, WOSB, 8(a), HubZone, etc.). 4) Average annual revenue for the past three years. 5) Number of employees. 6) Number of years in business. 7) Description of your firms experience in application development, application operations and maintenance support, the complexity of the applications supported/developed, contract number, contract type, period of performance, number of employees utilized, whether the work was performed as a prime or subcontractor, and the dollar value of your contract or subcontract. 8) Comments and recommendations for the most effective incentive/performance criteria (if different from the current approach). Furthermore, describe both risks and mitigations the Government should consider. 9) 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. 10) Description of your firms salient experience providing information technology support services to a Federal government agency. Include your firms experience in integration with other contract partners in which you have contracts that are interdependent in support of enterprise applications (e.g., infrastructure, network/communications). Include the name of the Federal government agency that your firm supported, contract number, period of performance, number of employees utilized, whether the work was performed as a prime or subcontractor, and the dollar value of your contract or subcontract. 11) Description of your firms experience transitioning services and responsibility from an incumbent contractor to your firm. 12) Description of your firms experience with providing support services to a Federal government agency at multiple locations across the United States. 13) Description of your firms experience with providing the support services specified above utilizing a shared services business model. 14) Comments or concerns on the NAICS code under consideration for the follow-on procurement. All responses shall be submitted via e-mail to the Contracting Officer, Patrick A Whelan (email address: patrick.a.whelan@nasa.gov) no later than 4:00pm CDT on May 30, 2014. Please reference NNX14ZXD001L in any response. Interested parties are responsible for checking this website for further information and updates. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/NSSC/NSSC1/NNX14ZXD001L/listing.html)
 
Record
SN03365891-W 20140516/140514234525-6b0300cc0382ffe8b5903a123437af60 (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.