Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2014 FBO #4632
SOURCES SOUGHT

A -- NASA OPEN INNOVATION SERVICES

Notice Date
7/29/2014
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ15517388L
 
Response Due
8/13/2014
 
Archive Date
7/29/2015
 
Point of Contact
LaToy J. Jones, Contracting Officer, Phone 281-244-8023, Fax 281-483-4066, Email latoy.j.jones@nasa.gov - J. R. Carpentier, Contracting Officer, Phone 281-244-7254, Fax 281-244-5331, Email john.r.carpentier@nasa.gov
 
E-Mail Address
LaToy J. Jones
(latoy.j.jones@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH4 Description This notice is issued by the National Aeronautics and Space Administration (NASA) Lyndon B. Johnson Space Center (JSC) soliciting information about potential sources for Open Innovation Support procurement. THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for proposals and no contract or purchase order will be awarded from this notice. It is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition; therefore, all interested parties are encouraged to respond. NASA plans to procure commercial crowdsourcing support and open innovation platforms which provide the capability to publically post challenges external to NASA and enable interaction with an established global community of competitors. Specifically, NASA plans to seek challenge-based methodologies and platforms to assist with identifying or developing solutions to challenges facing NASA and other government agencies. The period of performance is anticipated to be approximately five (5) years with an anticipated contract value not more than $12,000,000. The Primary functions are as follows: Provide and maintain a community of potential solvers Develop problem statements and conduct challenge design Decompose problem statements into specific contests to either stimulate innovation, or realize a good or service, develop an idea, or produce content (such as media) Provide tools that fully support the management and conduct of the Challenge effort for the defined community Conduct those contests and, where appropriate, provide and support recommended solutions for hosting any necessary data, algorithms, or compute infrastructure Provide an appropriate and complete award system for challenge/contest winners including the vendor-specific process and documentation required where the award results in transfer or management of Intellectual Property (IP) rights, details of licensing agreements, and any additional documentation for the Challenge solution. Conduct Media coordination and outreach to advertise Challenges and build participation Resolve issues/disputes during contests Coordinate the submission and evaluation process Deploy and/or integrate Challenge solutions (where applicable) Measure the impact of Challenge solutions (where applicable) Provide specific training in conduct of contests Provide the ability to ensure participants meet financial and legal requirements for participation in U.S. Government Challenges Interested offerors possessing the required capabilities to meet or exceed the above requirements should submit a capability statement of five pages or less demonstrating the ability to perform all aspects of the effort described herein. Responses must also include the following: 1. Name and address of firm; 2. Size of business (whether they are large, or any category of small business); 3. Ownership 4. Number of years in business; 5. Affiliate information: parent company, joint venture partner, potential teaming partners, prime contractor or subcontractors; 6. List of customers where relevant services were provided over the past five years (highlight relevant work performed); 7. Contract number(s), contract type and associated values; and 8. Point of Contact with address and phone number. All responses shall be submitted electronically to La Toy Jones at latoy.j.jones@nasa.gov no later than 1:00 PM CST on August 13, 2014. When responding, please reference NNJ15517388L. This synopsis is for information and planning purposes and shall not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results. Perri Fox is the JSC Ombudsman. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. 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/JSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ15517388L/listing.html)
 
Record
SN03441183-W 20140731/140729234818-70fa7e042f390e80c310077da83f2aab (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.