Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 26, 2015 FBO #5116
SOLICITATION NOTICE

A -- OMNIBUS MULTIDISCIPLINE ENGINEERING SERVICES II

Notice Date
11/24/2015
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG16549116R
 
Archive Date
11/24/2016
 
Point of Contact
Julie A. Janus, Contracting Officer, Phone 301-286-4931, Fax 301-286-0341, Email Julie.A.Janus@nasa.gov
 
E-Mail Address
Julie A. Janus
(Julie.A.Janus@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/GSFC plans to award a follow-on contract, Omnibus Multidiscipline Engineering Services II, to provide support to the NASA/GSFC Applied Engineering and Technology Directorate (AETD). The AETD is GSFCs largest organization responsible for providing multidiscipline engineering expertise to all projects within GSFC, including Joint Polar Satellite System (JPSS) and Satellite Servicing Capabilities Office (SSCO). OMES II will provide the most comprehensive engineering capability in core discipline skills (Mechanical, Electrical, Optical, Quality Inspection, etc.) essential for completion of JPSS and SSCO requirements. The principle purpose of this contract is to acquire services for the study, design, systems engineering, development, fabrication, integration, testing, verification, and operations of spaceflight, airborne, and ground system hardware and software, including development and validation of new technologies to enable future space and science missions. The place of performance for OMES II will be at the NASA/GSFC and contractor facilities. It is anticipated that the subject contract will be a Cost-Plus-Fixed-Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) Single-Award contract with a five year period of performance.The maximum ordering value will be $620 million. The period of performance will be five years from the anticipated contract award date of on or about May 3, 2017. The Government anticipates a release of the Draft Request for Proposal (DRFP) in February 2016. This will be an opportunity for potential offerors to provide questions, comments or any concerns regarding the DRFP and attachments which includes the SOW. Further, potential offerors will be instructed to submit their OCI mitigation strategies after DRFP release in order for NASA to review them and provide responses to each potential offeror prior to the final RFP release. No proposal/offer is to be submitted during this posting. The Government anticipates a release date for the Request for Proposal (RFP) in May 2016, with an anticipated offer due date in June 2016. The Government does not intend to acquire a commercial item using FAR Part 12. This procurement will be a full and open competition. The anticipated Small Business goals for this procurement are as follows: Total Small Business Goals 25%; Small Disadvantaged Business Concerns (SDB) 5%; Women Owned Small Business Concerns (WOSB) 4.5%; Historically Black Colleges & Universities 0.2%; HUBZone Small Business Concerns 1.2%; Veteran-Owned Small Business Concerns (VOSB) 4.3%; Service-Disabled Veteran-Owned Small Business Concern 1.6%. The NAICS Code and Size Standard are 541712 and 1000 employees, respectively. All responsible sources may submit an offer when applicable, which shall be considered by the agency. 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 Business Opportunities home page is http://procurement.na sa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=. 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/GSFC/OPDC20220/NNG16549116R/listing.html)
 
Record
SN03953785-W 20151126/151124234527-6671b0f722460c070d1a4804da1605b0 (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.