Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 26, 2016 FBO #5237
SOURCES SOUGHT

R -- Data Analysis and Technical Support Services

Notice Date
3/24/2016
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NASA/Goddard Space Flight Center, NASA Headquarters Acquisition Branch, Code 210.H, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
HQ_DATSS
 
Point of Contact
Mayra A. Nieves-Torres, Phone: 3012866363
 
E-Mail Address
mayra.a.nieves-torres@nasa.gov
(mayra.a.nieves-torres@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Headquarters (HQ) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals to provide support for the NASA HQ Data Analysis and Technical Support Services (DATSS) contract. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto." Information obtained will be used to assist NASA Headquarters in determining what sources are available that have the required capabilities and are interested in supporting this program. NASA Headquarters requirements include, but are not limited to, the following: Providing general Data Analysis and Technical Support Services to NASA Headquarters as well as other NASA installations. These services are currently performed under the Management, Organizational, Scientific & Engineering Support Services (MOSESS) contract. It's the Government's intent to split the MOSESS contract into two separate contracts with the services described herein being one of them. Respondents must demonstrate capabilities, expertise and experience within the last three years in the functional contract elements described below. FUNCTION 1: MANAGEMENT SERVICES The contractor shall provide a full range of management support services to NASA HQ. The contractor shall provide support to multiple projects within NASA HQ in the development and maintenance of schedules, process flow charts, and plans necessary to monitor and control each project. This support may include: • Knowledge of federal requirements and development of Agency policy. •Development of relevant program materials for use at the Agency and Center levels. •Development of technical and/or operational manuals. •Coordinating with the appropriate Federal organizations, NASA organizations, and/or NASA Centers. •Support and guidance for improving operations and processes. •Supporting the design and implementation of research activities between select NASA offices and various academic institutions. FUNCTION 2: STUDIES & ASSESSMENTS • Create and present engineering, scientific, and/or program management reports for special items, studies, or other activities. •Provide assessments of program effectiveness including overall programs for innovation, technology transfer, dual use, competitive sourcing, privatization, and commercialization. Technology assessments may be included as well. •Provide expert support of Agency, organizational, and business improvement efforts. •Development of strategies for organizational and cultural change. FUNCTION 3: PROJECT PLANNING, SCHEDULING, AND REPORTING The contractor shall be responsible for the planning, scheduling, and analysis of NASA HQ projects, to include the integration of project milestones and deliverables, as well as the reporting of program performance in accordance with applicable requirements. FUNCTION 4: TRAINING DEVELOPMENT AND EXECUTION The contractor shall provide training development and execution support inclusive of the following. •Development of a training program plan to encompass all development, review, and execution processes and a detailed schedule. •Development of training modules for targeted audiences. •Facilitation of face-to-face training. FUNCTION 5: POLICY DEVELOPMENT The contractor shall assist in updating and implementing relevant Agency policy in accordance with all federal requirements. The contractor shall provide expertise in technical writing, professional editing, and proofreading. FUNCTION 6: APPLICATION SYSTEMS AND DATABASE TECHNICAL SUPPORT The contractor shall provide the expertise, technical knowledge, staff support, and other related resources necessary to support, at a minimum: operation and maintenance of application systems and data bases, administration and management of databases, development of solutions to analytic challenges (data analytics), and website administration. --- Respondents to this RFI shall provide a one-page summary with their capability statement with the following information: 1. Business Information: a. Company name and address b. DUNS Number c. Socio-economic classification of company (i.e., small business, 8(a), woman owned, service disabled veteran owned, HUBZone, large business, etc.). d. Size (gross revenue, number of employees in company) e. Number of years in existence f. Company point of contact - name, phone, and e-mail address 2. Capability statement shall not exceed 20 pages, including the 1-page summary and shall include the following information: a. List of relevant government and/or private sector contracts and subcontracts it has performed, or is performing within the past three years, include point of contact information - name, phone, and e-mail address. Relevant is defined as same or similar to the proposed effort in scope and complexity. b. Discuss your experience as it relates to the functional areas of the scope and why you deem the experience to be relevant and of value to this requirement. In addition, industry is also invited to provide inputs in the following areas in narrative form in response to this synopsis: 1. Discuss your company's ability to staff experts with a broad range of management and technical expertise to fulfill highly visible technical studies and assessments within a short period of time (i.e. 48-hour or less). Additionally, does your organization currently have personnel on staff with experience and expertise in highly technical engineering, space, and technology studies and assessments or would it require subcontracting? 2. Discuss your company's ability to manage program and communications plans for a large project. 3. What experience does your company have managing innovation within the Federal Government or Industry? What are some specific examples of projects that you have undertaken that have resulted in measurable results to improve Federal Government services. 4. Discuss your company's experience with Data Science, Data Analytics, Big Data, and Data Visualization. 5. Discuss your company's experience in supporting knowledge management and the synthesis of a broad spectrum of information, from a wide array of internal and external sources, to ensure factual content in internal and external communications. c. Given the requirement scope detailed above, what percentage of incumbent workforce does your company typically retain given similar requirements? d. Past projects with proven and relevant experience in the functional areas of the scope, including three (3) references. These references must include a description of relevant work performed, contract numbers, contract type, dollar value of each procurement, and a point of contact address, phone number, and e-mail address. Relevant is defined as same or similar to the proposed effort in scope and Complexity. e. Ability to meet the 50% requirement of work to be performed by the prime contractor as set forth in FAR 52.219-14, Limitations on Subcontracting. f. Do you currently have a GSA contract and if so, under what Schedule and SIN/Category? The size standard under NAICS Code 541611, average annual receipts of $15 million. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for any information submitted. Respondents will not be notified of the results of the evaluation. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps. It is the potential Offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. All responses shall be submitted to Mrs. Cassandra Moore no later than April 14, 2016, via email to: Cassandra.K.Moore@nasa.gov. Please reference DATSS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ae1f708d4bd78ea4606731b7f7e49005)
 
Record
SN04062185-W 20160326/160324235334-ae1f708d4bd78ea4606731b7f7e49005 (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.