SOURCES SOUGHT
R -- Goddard Logistics Services Contract (GLSC) - UPDATED
- Notice Date
- 2/22/2023 8:12:09 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
- ZIP Code
- 20771
- Solicitation Number
- 80GSFC21R0048RFI
- Response Due
- 3/9/2023 12:00:00 PM
- Point of Contact
- Ian Sherry
- E-Mail Address
-
Ian.P.Sherry@nasa.gov
(Ian.P.Sherry@nasa.gov)
- Description
- The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) is re-soliciting information from potential sources capable of providing logistics support and other related services, as described herein, for NASA GSFC, NASA Headquarters (HQ), and the NASA Wallops Flight Facility (WFF). A previous Sources Sought Notice was issued under the subject Notice ID on July 27, 2022. It is anticipated that NASA GSFC will issue a solicitation for a follow-on contract to the Goddard Logistics & Technical Information II (GLTI II) contract currently being performed under contract number 80GSFC17C0010. NASA GSFC is seeking responses from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), for the purpose of determining the appropriate level of competition or Small Business subcontracting goals for the services to be performed under this requirement. The Government reserves the right to consider a Small, 8(a), Women-Owned, Veteran-Owned, Service Disabled Veteran-Owned, Economically Disadvantaged Women-Owned, or HUBZone Small Business Set-Aside based on responses received. The North American Industry Classification System (NAICS) Code is 561210, Facilities Support Services, and the corresponding Small Business Size Standard is $47M (calculated in accordance with 13 CFR 121.104). The purpose of the contemplated Goddard Logistics Services Contract (GLSC) requirement is to provide support to the NASA Information and Logistics Management Division (ILMD). The ILMD is responsible for providing expertise to develop, innovate, and advance all NASA GSFC's logistics management needs to meet Earth science, space science, and exploration mission requirements. The principal purpose of this requirement is to obtain logistics services in an environment which the Contractor manages the daily operations while achieving maximum cost-effectiveness, high customer satisfaction, compliance with applicable federal laws and regulations, and ILMD procedures. These ILMD logistics services include, but are not limited to: (1) Disposal Operations: property disposal management, inventory, reutilization of property, property screening, warehousing and storage; (2) Equipment Management: equipment accountability, cataloging to include classification and control, physical inventories, use of the NASA property plant and equipment management systems, and Center property training; (3) Mail Management: provide management of Mail Services Center for incoming and outbound mail operations which are provided by AbilityOne as a directed Subcontractor; (4) Supply and Materials Management Operations: inventory management, physical inventory, receiving operations, warehousing space flight and institutional support material (storage and issue), purchasing for program, project, and institutional support, and hazardous materials management; (5) Transportation Management: vehicle fleet management, fuel station operations, motor pool operations, garage facilities operations, pickup and delivery services, taxi/shuttle and other bus services, outbound domestic and international freight/shipping services, packing and crating services, and global space flight hardware transportation and related engineering support; (6) Export Control: requirements determination, training and regulation interpretation, information dissemination, and technology transfer review. Any above-mentioned services in direct support of NASA programs and projects are critical in nature. These services are technical in nature and directly impact stakeholder schedules and costs across multiple Agency missions. Examples of these critical services are, but not limited to, purchasing/warehousing/issuing Electrical, Electronic, and Electromechanical (EEE) Parts, packing and crating, global space flight hardware transportation and related engineering support, and Export Control services. The GLSC Draft Performance Work Statement (PWS) is attached to this Sources Sought Notice. Interested parties shall submit Capability Statements, as well as review the Draft PWS to adequately describe/demonstrate experience in the services to be performed under this requirement. A Secret Facility Security Clearance is required to perform work supporting Export Control and Mail Management Services under this requirement. Potential Offerors shall possess and provide proof of a current Secret Facility Security Clearance at the time of proposal submission. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on https://www.sam.gov. It is the potential Offeror�s responsibility to monitor this website for the release of any solicitation or synopsis. Interested parties having the required capabilities necessary to meet the requirements described herein should submit a Capability Statement of no more than 12-pages, no greater than 3MB, which describes and demonstrates the ability to perform all aspects of the contemplated effort in detail. A page is defined as one side of a sheet, 8 �"" x 11"", with at least one-inch margins on all sides, using not smaller than 12-point type. Responses must be submitted electronically in Portable Document Format (PDF), with searchable text. The Capability Statement must include: company name, address, and a point of contact (name, e-mail address, and telephone number); CAGE Code; number of years in business; annual receipts in accordance with 13 CFR 121.104(c) and the period of measurement used; company�s size and socioeconomic status under NAICS Code 561210; ownership, affiliate information (as applicable) including parent company and Joint Venture partners; interest as a Prime or Subcontractor; interest in being included on an interested parties list; and specific capabilities relevant to the GLSC requirements. It is not sufficient to provide general brochures or generic information. In addition, the Capability Statement must include, at a minimum, three contracts in effect during the period: June 01, 2018 to the present. For each contract, identify/provide the following: contract number; customer name; period of performance; a description of relevant work performed; company role (i.e., Prime or Subcontractor); number of employees; contract or subcontract value; and previous and/or current Facility Clearance Levels (FCL). Responses should not include proprietary or confidential information, however, if proprietary data is included in a reply, it is to be marked as such. NASA GSFC is also interested in feedback, with a supporting rationale, from industry regarding subcontracting opportunities and Phase-in length. This feedback may be used as research information to support the development of an Acquisition Strategy and is excluded from the page limitation identified above. NASA intends to update this notice on https://www.sam.gov to announce future opportunities for NASA and industry exchanges regarding the contemplated GLSC contract. All responses shall be submitted electronically via email to Ian.P.Sherry@nasa.gov no later than March 09, 2023, 3:00 PM EST. Please reference 80GSFC21R0048RFI in any response. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. NASA Federal Acquisition Regulation Supplement (NFS) 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e757b979e66b46ab81dcf757bba9b249/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06598838-F 20230224/230222230120 (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 |