SOURCES SOUGHT
A -- RFI - AVIATION SAFETY REPORTING SYSTEM -ASRS- AND RELATED SYSTEMS
- Notice Date
- 8/11/2014
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
- ZIP Code
- 94035-0001
- Solicitation Number
- NNA14ASRS-L
- Response Due
- 9/9/2014
- Archive Date
- 8/11/2015
- Point of Contact
- Emily S Chan, Contract Specialist, Phone 650-604-0313, Fax 650-604-0912, Email emily.s.chan@nasa.gov - Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
- E-Mail Address
-
Emily S Chan
(emily.s.chan@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/ARC is hereby soliciting information about potential sources for the Aviation Safety Reporting System (ASRS) and Related Systems. The Human Systems Integration Division (Code TH) is part of the Exploration Technology Directorate (Code T) at NASA Ames Research Center (ARC). The purpose of the ASRS and Related Systems procurement is to support activities of Code TH, and to obtain the services needed to carry out various aviation, railroad, and related safety programs for ARC and its customers. The Statement of Work (SOW) is applicable for two systems: ASRS and the Confidential Close Call Reporting System (C3RS). A Draft SOW is posted separately with this RFI. The mission of the ASRS program is to acquire information concerning current and potential deficiencies and discrepancies in the operational performance of the National Airspace System and to maximize the effective use of that information to further aviation safety and system planning. The ASRS has two primary aspects: the maintenance and operation of a voluntary, independent, confidential incident reporting program, and research and development using incident reports to support improvements in the performance and safety of the current and future aviation system. The ASRS functions through an Interagency Agreement with the Department of Transportation's Federal Aviation Administration (FAA) that complements the FAA's Aviation Safety Reporting Program (ASRP). The C3RS program supports the Department of Transportations Federal Railroad Administration (FRA) and was originally developed as a pilot project between the FRA and Volpe Transportation. The FRA currently consults with NASA to continue the development of the C3RS program under the management of the ASRS program. The C3RS program maximizes the advantages of the confidential reporting system utilized under ASRS and applies it to railroad safety. Other reporting systems based on the ASRS model may be added during the period of performance of the upcoming contract, depending upon Government requirements. NASA, by agreement with the Department of Transportation, the FAA, has established and managed the ASRS program since 1976. NASA, by agreement with the Department of Transportation, the FRA, has established and managed the C3RS since 2011. The ASRS reporting model has become one of the primary tools recognized as a necessary complement to other safety efforts managed by the federal government. The ASRS and Related Systems requirements are currently being performed on NASA contract NNA11AA19C, valued at approximately $18M. The incumbent is Booz Allen Hamilton; the contract is set to expire on December 7, 2015. The primary place of performance during the contract shall be a contractor-provided facility (approx. 9,000 sq. ft.) within close proximity to NASA Ames Research Center, Moffett Field, California 94035 (see Draft SOW Section II.A). I. PURPOSE OF THIS SYNOPSIS/REQUEST FOR INFORMATION 1) To request information on capabilities of potential offerors to provide the services described in the attached Draft Statement of Work (SOW), including to determine small business and all socioeconomic set aside approaches. Information received as a result of this notice will be considered by the Government and used for acquisition planning purposes only. 2) To request information from potential offerors regarding preferred contracting approaches to provide the services described in the Draft SOW. II. DRAFT STATEMENT OF WORK: SUMMARY OF PROPOSED WORK BACKGROUND The Draft SOW establishes the requirements for providing flexible, responsive, coordinated, and comprehensive research and development support services for Code TH at the NASA Ames Research Center. III. RESPONSES REGARDING POTENTIAL SOURCES--STATEMENT OF CAPABILITIES Technical Areas: As part of the capabilities package submitted in response to this announcement, potential offerors must demonstrate an understanding of the requirements to operate complex, confidential reporting systems; maintain security protections over data; and manage large databases. Additionally, potential offerors must include information regarding their expertise and experience in safety management, information technology development, web-based applications, and access to subject-matter experts to work as Safety Analysts in the areas of aviation and railroad.Furthermore, a description of their knowledge and any relevant experience that may apply in the area of managing confidential reporting systems, specifically in the areas of aviation and railroad should also be included as part of the response. Interested offerors having the required specialized capabilities/qualifications to support some or all of the work described in the Draft SOW are asked to submit a Capability/Qualification Statement of 15 PAGES or less. There is no required font size and/or type designated for this Capability/Qualification Statement. Figures, exhibits, and diagrams should be readable. Submit your response electronically in PDF or MS Word format. The Government requests separate files for the Statement of Capabilities response (this Section III) and the Contracting Approach response (Section IV below). The response must include the following: 1) Company name, address, point of contact, phone, e-mail, and website (if applicable). 2) State your companys business size.NASA is seeking capability statements from all interested parties, including Small Business concerns, Small Disadvantaged Business (SDB) concerns, Woman-Owned Small Business (WOSB) concerns, HUBZone Small Business concerns, Historically Black College and Universities (HBCU) / Minority Institutions (MI), Veteran-Owned Small Business (VOSB) concerns, and Service Disabled Veteran-Owned Small Business (SD-VOSB) concerns for NAICS code 541990 ($15M annual revenue), (or suggest other NAICS codes you consider more appropriate for this requirement).The Government reserves the right to consider a Small, 8(a), WOSB, SD-VOSB, or HUBZone business set-aside based on responses. 3) Your company's capability in each of the technical areas. For each technical area, indicate what percentage of the technical area your company would perform, and what areas would be appropriate for partnering arrangements, especially with small business concerns. 4) For small businesses that cannot perform the entire scope of effort, indicate what portion(s) and area of this scope your company could perform. 5) A list of relevant work performed in the past five (5) years, including contract type, contract number, technical description, dollar amount, period of performance, and a customer reference name and telephone number. IV. RESPONSES REGARDING THE CONTRACTING APPROACH The Government is soliciting comments and suggestions on contracting approaches to the ASRS and Related Systems procurement that will enhance competition and provide business opportunities.Therefore, the Government is requesting feedback in any or all of the following areas for consideration during acquisition planning: a) Socio-economic considerations are a priority at ARC. ARC is interested in your comments on establishing realistic subcontracting goals for Small Business concerns, Small Disadvantaged Business (SDB) concerns, Woman-Owned Small Business (WOSB) concerns, HUBZone Small Business concerns, Historically Black Colleges and Universities (HBCU) / Minority Institutions (MI), Veteran-Owned Small Business concerns, and Service Disabled Veteran-Owned Small Business concerns.This information will be considered when establishing subcontracting goals for any future procurement. b) Contract Type: In an attempt to determine the appropriate contract type, contract types for consideration, alone or in a hybrid combination, include both Firm Fixed-Price and Cost-Reimbursement contracts, as well as an Indefinite Delivery Indefinite Quantity (IDIQ) contract may also be considered. For this particular procurement, the Government is soliciting input from interested parties and asks that responses include information regarding why a particular contract type or combination of contract types might be more appropriate (benefits and impediments), how that proposed contract type would affect costs and how you would propose; as well as answers to the following questions: 1) Performance incentives: Please provide your view regarding types of fee, options,and/or other appropriate incentives for contractor performance. 2) In a mixed-team (Government/Contractor) environment, how would you propose to measure factors such as the technical/cost/schedule performance, risk mitigation, employee and asset safety and security, innovative best practices, quality of service to users, responsiveness to changing requirements and budget, or identifying opportunities for technical and administrative improvement, or cost? c) Technical Information: What type of technical information along with the Statement of Work would you like to see included with a potential solicitation (e.g., sample tasks)? d) Contract and SOW Content/Structure: Do you have any suggestions or examples of restructuring, simplifications, and clarity in the description of the technical areas of the draft SOW as well as other types of additional information that would improve understanding or clarity of requirements and terms and conditions? There is no limit on the page length for your response to this part. V. SUBMITTAL OF YOUR RESPONSE TO THE REQUEST FOR INFORMATION All responses to the 1) Statement of Capabilities and 2) Contracting Approach shall be received no later than Tuesday, September 9, 2014 at 4:30 PM PST. Please respond via electronic mail (e-mail) to the Contract Specialist, Emily Chan at emily.s.chan@nasa.gov. Written questions should also be directed to the Contract Specialist, Emily Chan at emily.s.chan@nasa.gov. If an interested party requests confirmation of receipt, the Contract Specialist will confirm receipt. In all responses, please reference "NNA14ASRS-L". Verbal questions or phone inquiries will not be accepted. This Request for Information is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited.Respondents will not be notified of the results of the evaluation. 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.It is the potential Offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. 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/ARC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. 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. Any referenced notes may be viewed at the following URLs linked below. Information about major upcoming ARC procurement actions is available at http://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA14ASRS-L/listing.html)
- Record
- SN03459567-W 20140813/140811234824-b375039ee40c9a8927e8aad86a6553a1 (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 |