SOURCES SOUGHT
R -- Safety and Mission Assurance (SMA) Engineering and Technical Services (SETS) Source Sought Notice
- Notice Date
- 5/21/2021 11:45:20 AM
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- NASA GLENN RESEARCH CENTER CLEVELAND OH 44135 USA
- ZIP Code
- 44135
- Solicitation Number
- 80GRC021R0011
- Response Due
- 6/4/2021 1:30:00 PM
- Archive Date
- 06/19/2021
- Point of Contact
- Noah Garrison
- E-Mail Address
-
noah.s.garrison@nasa.gov
(noah.s.garrison@nasa.gov)
- Description
- SOURCES SOUGHT NOTICE NASA Glenn Research Center (GRC) is hereby soliciting information about potential sources for the NASA Safety and Mission Assurance Engineering and Technical Services (SETS) procurement. The National Aeronautics and Space Administration (NASA) GRC 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), and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for this procurement. The Government reserves the right to issue any upcoming solicitation as a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. NASA is seeking capabilities from all categories of small businesses for the purpose of determining the appropriate level of competition and/or small business subcontracting goals for this requirement. This requirement is a follow-on to the NASA Safety Center Technical Services Support 2 (NSCTSS2) (NNC16CA41C) contract, with Banner Quality Management Inc. (BQMI). The Government also intends to consolidate all requirements from the Engineering Support Services contract (80HQTR17A0011) with ARES Corporation which is held at NASA Headquarters (HQ) in Washington DC. Requirements included in this procurement will provide integrated support services for both the NASA Safety Center and NASA HQ Office of Safety and Mission Assurance. These services include but are not limited to: administrative support services, communication and professional development services, information technology services, and technical knowledge services. A full list of requirements can be found in the attached DRAFT Statement of Work (SOW). The North American Industry Classification System (NAICS) code for this procurement is 611430 Professional and Management Development Training, with a size standard of $12 million. Interested parties shall submit a capability statement indicating the ability to perform all aspects of the effort described herein. Responses shall be limited to no more than ten (10) pages. These pages shall consist of the following: 1. GENERAL INFORMATION: Briefly describe your company and the types of services performed. Please also include: the names, e-mail addresses, and phone numbers for any points of contacts (POCs), the company�s address, CAGE Code/DUNS number, and the type of business demographic that applies (i.e. small business, large business, women-owned). Interested parties are also requested to submit recommended subcontracting goals for small businesses and any small business subcategories that may apply. 2. PAST PERFORMANCE: The Offeror shall also provide contract information on similar contracts over the past three (3) years. This information shall include: the name of customer/agency, types of services provided, type of contract, total contract value, and whether the contractor was a prime or subcontract. If subcontract, please provide details regarding prime contract and your company�s role in supporting the prime contractor. In addition, please provide any examples about your company�s capabilities to quickly and efficiently staff to rapidly changing requirements. 3. CAPABILITIES: Information describing your company�s capabilities to meet the requirements in the current SOW.� Please also describe what sections of the SOW your organization would anticipate completing in-house and which sections your organization would anticipate completing via subcontract(s). All responses shall be submitted to Noah Garrison via e-mail at noah.s.garrison@nasa.gov 4:30 PM Eastern Daylight Time June 4, 2021. Questions of a general nature may be directed to the Contracting Officer (CO), Noah Garrison at the e-mail address stated above. Questions of a work requirement nature may be directed to the technical lead, Jessica Padilla at jessica.c.padilla@nasa.gov.� Please reference this Sources Sought Notice number 80GRC021R0011 in all inquiries. This sources sought notice is for information and planning purposes only and is not to be construed as any commitment by the Government. Further, the Government will not be financially responsible for any expenses incurred in providing information solicited. It is the offerors 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/960dc4ec6df94e198a3c81b7204941c6/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06010264-F 20210523/210521230109 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |