SOURCES SOUGHT
R -- KLXS III - GSDO Program Office Support
- Notice Date
- 6/28/2017
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK17629624L
- Point of Contact
- Karen M. Griffin, Phone: 321-867-6277
- E-Mail Address
-
KSC-KLXSIII-info@mail.nasa.gov
(KSC-KLXSIII-info@mail.nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS: The National Aeronautics and Space Administration (NASA) John F. Kennedy Space Center (KSC) is hereby soliciting information about potential sources from contractors interested in providing program management, analytical, technical, and engineering support services for the Kennedy LX office which manages the NASA Human Exploration and Operations (HEO) Mission Directorate (MD) Ground Systems Development and Operations (GSDO) Program. NASA/KSC is seeking capability statements from all interested parties, including Small, Small Disadvantaged Business (SDB), 8(a), Woman-owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (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 or small business subcontracting goals for the KSC Ground Systems Development and Operations (GSDO) Program Office (LX) Services Three (KLXS III) Contract. This follow-on acquisition will succeed the current KLXS II contract which will expire in January 2019. The Government reserves the right to consider a Small, 8(a), WOSB, SD-VOSB, or HUBZone business set-aside based on responses hereto. OVERVIEW: The KSC requirements are for the acquisition of integrated services in support of the GSDO Program Office at KSC. The GSDO Program is responsible for developing the infrastructure, equipment, and processes to conduct the integration, ground processing, and launch of the Space Launch System (SLS) launch vehicle and Orion Multi-Purpose Crew Vehicle (MPCV). GSDO is also responsible for the recovery of the Orion spacecraft. GSDO may also be referred to as Explorations Ground Systems (EGS). The KXLS II Contract is the incumbent contract, issued under NNK14EA01C, to Millennium Engineering and Integration Company, Melbourne, Florida. NAICS CODE: The North American Industry Classification System (NAICS) code for this procurement is 541330 Engineering Services, with a size standard of $38.5M average annual receipts, under the exception for services involving Military and Aerospace Equipment and Military Weapons. DISCLAIMER: No solicitation exists; 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 this site for the release of any solicitation or synopsis. This sources sought synopsis is for informational and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters or results will be issued to the respondents. NASA does not plan to respond to individual responses and does not intend to post information or questions received to any website or public access location. This Sources Sought Notice is a market research tool only that will be used to determine potential and eligible small business firms capable of providing these services prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). Therefore, all interested parties are encouraged to respond. For informational purposes, the estimated value of this service is greater than $50 Million. Performance under the contemplated KLXS III would commence no earlier than February 2019 with a potential period of performance through September 2026, although currently not approved beyond five years. The nature of the work anticipated under KLXS III may create the potential for Organizational Conflict of Interest (OCI). It is recommended interested parties consider the extent to which an OCI may arise before making the decision to compete for KLXS III should a solicitation be released. In order to mitigate any potential Organizational Conflict of Interest issues the contractual instrument will include NASA FAR Supplement clause 1852.209-71, Limitation of Future Contracting. Accordingly, the contractor selected for this services effort will be prohibited from competing for any KSC processing or service contracts with GSDO as the primary customer. REQUIREMENTS: The following tasks contemplated under KLXS III will require working with LX and multiple KSC Directorates, Project and Program Offices, NASA Centers, and contractors: Program Management Support : •Program Control and Business Management •Assessments and Statistical Measurement Schedule Integration and Analysis Logistics Management, Analysis, and Integration •Risk Management •Information and Configuration Management •Strategic Communications (Education and Public Engagement) •Program Strategic Planning •Program Specific IT Support Technical Integration and Management : •Requirements Development and Management, Analysis, Verification, and Validation •Technical Integration, Issue Resolution, and Design Compliance •Technical Assessment and Trade Study Integration •Technical Baseline Management •Interface and Interdependency Management •Management, Integration, and Administration of Information Systems, Data, and Technology Operations Planning and Management Support : •Operations Processing Planning and Management Program Support •Operations Trade Studies and Analysis •Eastern Range Interface and Support Project Management and Project Integration : •Ground Support Equipment (GSE) Acquisition Management and Integration •Field Engineering Management •Verification and Validation Management CAPABILITIES PACKAGE: Interested offerors having the required capabilities to meet the above requirements should submit a capability statement (not to exceed 10 pages, on 8.5" x 11" paper, one-inch margins on all sides, single-spaced, 12-point font, Times New Roman) indicating the ability to perform all aspects of the effort described herein. Please reference KLXS III, NNK17629624L, in any response. All responses should be provided electronically in PDF or Microsoft Office compatible format. A one page cover letter in addition to the 10 page submission must be provided with the following information: (1) Company Name and Address; (2) Company Business Size and Business Size Status (e.g., large, small, small disadvantaged, woman-owned small, HUBZone small, 8(a), etc.); and (3) Point-of-Contact name, phone number, fax number, and e-mail address. To facilitate a prompt review, a one-page summary shall be included with your capability statement, which shall identify your company's specific capabilities that are relevant to (and reflect the magnitude of) these requirements. The one page summary will not count against the page limit. (1) Company's name, address, primary POC and telephone number (2) Size of business (3) Company's average annual revenues for the past 3 years and total number of employees (4) Ownership (5) Office location(s) (6) Company's Government size standard/type classification (Large, Small, Small Disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone (HUBZone) and Historically Black Colleges and Universities)/Minority Institutions (7) Number of years in business (8) Affiliate information (as applicable) including: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers over the past five years (highlight relevant work performed contract numbers, contract type, dollar value of each procurement); and point of contact - position, address, email address, and phone number (9) Applicable NAICS Code(s) (10) Data Universal Numbering System (DUNS) number and cage code In addition to the cover letter and one page summary, the 10 page capability statement package must include the following: (1) Prior and current corporate experience performing efforts of comparable magnitude, complexity, and scope within the last five years, including contract number, contract type, organization supported, indication of whether a prime or subcontractor, contract value, number of employees, associated NAICS code, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the technical services described herein (2) Demonstration of financial stability, and ability to provide continuity of operations at the beginning and end of the contract; if a small business firm, assurance that it will be able to perform 50 percent of the work; and demonstration of a management structure that allows for an integrated organization accountable for total performance responsibility; and (3) Resources and ability to adjust to Program lifecycle evolution. Responses shall include the company's specific area of interest in this potential acquisition as being either a potential Prime contractor or Subcontractor. As part of the capabilities package, describe the benefits of a contract period of performance greater than 5 years. What advantages and disadvantages (investments and impediments) does a greater than 5 year contract provide? Please also include feedback related to possible small business subcontracting opportunities, given the possibility this action may be competed on an unrestricted basis. This feedback would be used as research information to support the analysis and development of subcontracting goals. It is insufficient to provide only general brochures or generic information. Capability statements shall include company specific capabilities that are relevant to the requirements listed above. Respondents will not be notified of the results of the evaluation and copies of capability statements will not be made available to prospective offerors. The capability statement, one page summary, and cover letter must be submitted electronically to the following email address: KSC-KLXSIII-info@mail.nasa.gov no later than July 20, 2017, 5:00 P.M. ET. The subject line for email submission should be KLXS III. The submission shall be prepared in either PDF or Microsoft Office. NASA/KSC may not evaluate offeror submissions that do not comply with the submission instructions. NASA/KSC will evaluate all offeror submissions that comply with the submission instructions using the following criteria: breadth, depth, and relevancy of experience as it relates to the work described above. A debrief will not be available. NASA KSC may conduct an industry day and one-on-one discussions with respondents at a later date. As part of the capability package, respondents should indicate their interest in having one-on-one discussions in their response to this synopsis and indicate their interest in being included on an interested parties list. An interested parties list and current KLXS III acquisition information will be made publicly available at the following address: https://procurement.ksc.nasa.gov/KLXSIII. NASA Clause 1852.215-84, Ombudsman, is applicable. The center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK17629624L/listing.html)
- Place of Performance
- Address: NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida 32899, Kennedy Space Center, Florida, 32899, United States
- Zip Code: 32899
- Zip Code: 32899
- Record
- SN04561649-W 20170630/170628235403-3f77f6740565bc978bbb208113131355 (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 |