Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2018 FBO #6145
SOURCES SOUGHT

R -- Consolidated Program Support Services (CPSS) - CPSS RFI Requirements - CPSS Workbook

Notice Date
9/18/2018
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Office of Procurement, Marshall Space Flight Center, Alabama, 35812, United States
 
ZIP Code
35812
 
Solicitation Number
MSFC-PS22-CPSS
 
Archive Date
10/18/2018
 
Point of Contact
Jennifer A. Jones, , Mary K. Cooper,
 
E-Mail Address
jenny.a.jones@nasa.gov, kathy.cooper@nasa.gov
(jenny.a.jones@nasa.gov, kathy.cooper@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment B - CPSS Workbook (Notes: Two worksheets are included in the workbook. Interested Parties must complete and submit with Capabilities Statement.) Attachment A - CPSS RFI Technical Requirements The National Aeronautics and Space Administration (NASA)/Marshall Space Flight Center (MSFC) is requesting information from industry regarding an upcoming follow-on acquisition to the Marshall Integrated Program Support Services (MIPSS) contract. The current MIPSS contract is a Blanket Purchase Agreement (BPA) with the following five Task Orders (TOs): Program Planning & Control (PP&C), Cost Estimating & Analysis (CE&A), Project Coordination (PC), Configuration Management and Data Management (CM&DM), and Programmatic Subject Matter Experts (SMEs). Over a five-year period the approximate cumulative contract value of MIPSS is in excess of $320 million. The follow-on effort, titled "Consolidated Program Support Services (CPSS)", will provide programmatic and technical personnel to support NASA's current and future programs and projects in four disciplines: PP&C (PP&C Integration, Earned Value Management (EVM), Cost Estimating, Cost Analysis, and Scheduling), Project Coordination (PC), Configuration and Data Management (CDM), and Programmatic Subject Matter Experts (SMEs). CPSS will implement a consolidated contract approach allowing MSFC and other NASA Centers to acquire services in support of NASA Missions. The PP&C discipline will serve the entire agency (with exception of Goddard Space Flight Center and NASA Headquarters). All other disciplines will support MSFC with the potential to support other centers across the agency. This effort may result in a maximum of four contracts (one per discipline). The technical requirements of the CPSS contract are included in CPSS RFI Requirements, Attachment A of this notice, and are provided for information purposes only. The scope of the CPSS acquisition may change (i.e., increase or decrease) as NASA continues to assess its requirements. NASA is seeking capability statements from all interested parties, including Large, Small, Small Disadvantaged (SDB), 8(a) Program, Woman-Owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses as well as 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 for the CPSS acquisition. The North American Industry Classification System (NAICS) code for this procurement is anticipated to be 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), with a size standard of 1,250 employees. 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. The Government intends to review all responses submitted by Industry. This information will not be shared outside the Government and may be used to further refine requirements. However, please do not submit proprietary information. Interested offerors having the required specialized capabilities to meet the requirement should complete and submit CPSS Workbook, Attachment B. In addition to the CPSS Workbook data, interested offerors shall address, at a minimum, the following items in their capability statement response. • Details of potential business strategies to support multiple Programs and Projects across multiple NASA Centers. • Comments and recommendations for the most effective incentive and performance criteria, to include risks and mitigations. • Recommendations with rationale for evaluation approach (e.g., full trade-off, price performance trade off (PPTO), or a combination of approaches) the Government should consider in developing the procurement strategy and solicitation(s) for each of the four disciplines. • Description of programmatic, financial, technical, and administrative lessons learned from similar efforts. • Description of the type of information needed to submit a credible proposal in relation to the salient characteristics of the technical requirements. • Statement addressing whether the requirement is considered to be commercially available. A commercial item is defined in FAR 2.101. Responses should be no more than 7 pages in length. The 7-page submission excludes the CPSS Workbook, Attachment B. A page is defined as one side of a sheet, 8.5" x 11" with one inch margins, and text in 12 point Times New Roman font. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or award any contract on the basis of this notice. This notice is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. All responses shall include a completed CPSS Workbook, Attachment B and be submitted to Jennifer A. Jones, Contracting Officer, at jenny.a.jones@nasa.gov no later than 10/03/2018 by 4:00 p.m. Central Time. Please reference MSFC-PS22-CPSS in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d5b454aaed647f67a49f91bf765c2cca)
 
Place of Performance
Address: Multiple NASA Centers, United States
 
Record
SN05094186-W 20180920/180918231032-d5b454aaed647f67a49f91bf765c2cca (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.