Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

R -- Draft Request for Proposal for Glenn-Langley Administrative Support Services (GLASS)

Notice Date
5/25/2023 1:10:27 PM
 
Notice Type
Presolicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
 
ZIP Code
23681
 
Solicitation Number
80LARC23R0014
 
Response Due
6/8/2023 11:00:00 AM
 
Archive Date
08/15/2023
 
Point of Contact
Natasha King, Natasha King
 
E-Mail Address
LARC-GLASS@mail.nasa.gov, natasha.j.king@nasa.gov
(LARC-GLASS@mail.nasa.gov, natasha.j.king@nasa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
You are invited to review and comment on the National Aeronautics and Space Administration (NASA) Glenn-Langley Administrative Support Services (GLASS) solicitation.� The principal purpose of this requirement is to provide administrative services in support of NASA directorates, programs, and offices as described in the draft Exhibit A � Performance Work Statement (PWS) at NASA Langley Research Center (LARC), Hampton, VA and Joint Base Langley-Eustis (JBLE) and Glenn Research Center (GRC), Cleveland, OH., Neil A. Armstrong Test Facility, Sandusky, OH, and NASA Safety Center, Cleveland OH, and other NASA Centers. Potential offerors are encouraged to comment on all aspects of the draft solicitation (Section L �Instructions, Conditions, and Notices to Offerors�, Section M �Evaluation Factors For Award� and Exhibit A - Performance Work Statement, including any perceived safety, occupational health, security (including information technology security), environmental, export control, and/or other programmatic risk issues associated with performance of the work.� Potential offerors should also identify any unnecessary or inefficient requirements.� Additional areas of emphasis that NASA is seeking feedback on include: � � a.�Phase-In: Phase-in is currently estimated to be 90 days (L.11). Would a 60-day phase-in be more feasible based on the requirements in the PWS? � � b. Technical Considerations: clarity and content of the Technical Considerations (reference Section L.17 and Section M.6) � � c. Past Performance Criteria: clarity and content of the Past Performance Evaluation Criteria (reference Section L.18 and Section M.7(a)), particularly: � � � � � � �i. Clarity of what is expected for �content� (L18(d)), specifically the Technical Performance Areas identified in L.18(d)(11). � � � � � � ii. Clarity for meeting �Somewhat Pertinent� rating for �size� (L.18(d)(11))? � � � � � �iii. Clarity of definition for meeting �significant subcontractor� percentages (L.18(b)) � � �d. Cost Proposal Volume: � � � � � � �i. Clarity of what is required in L.19 and Attachment 2 - Cost Forms. � � � � � � ii. Clarity in how Total Evaluated Price will be evaluated. � � �e. Method of Evaluation (M.5): � � � � � � �i. Clarity of evaluation of technical proposals, and tradeoff between Past Performance and Cost/Price Factors. � � � f. Exhibit A � Performance Work Statement � � � � � � �i. Is the general scope of duties identified in Section 2.3 and 3.5 clear? � � � � � � ii. Is there clarity regarding work that will be performed at GRC and LaRC? This competitive acquisition will result in a Hybrid contract. �The contract type is anticipated to be a Firm Fixed Price (FFP) contract for core administrative services, with two-cost-reimbursable (no fee) CLINs for unexpected travel and training and an Indefinite Delivery Indefinite Quantity (IDIQ) component with the ability to issue FFP task orders for work at LaRC, GRC and other centers.� The contract is anticipated to have a 5-year potential period of performance for core services that will include a 2-year base followed by three 1-year option periods.��Following is a summary of the CLIN structure and anticipated period of performance: CLIN� � � � � � Description� � � � � � � � � � � � � � � � � � � � � �Contract Type� � � � � � � Period of Performance 0001� � � � � �Phase-In� � � � � � � � � � � � � � � � � � � � � � � � � � � FFP� � � � � � � � � � � � � � � � �90 days 0002� � � � � �LaRC Core Services� � � � � � � � � � � � � � � � �FFP� � � � � � � � � � � � � � � � �2 years 0003� � � � � �GRC Core Services� � � � � � � � � � � � � � � � � � FFP� � � � � � � � � � � � � � � � �2 years 0004� � � � � �LaRC - Other Direct Costs (ODC)� � � � �CR - no fee� � � � � � � � � � � 2 years � � � � � � � � � �for unexpected travel/training 0005� � � � � �GRC - Other Direct Costs (ODC)� � � � � CR - no fee� � � � � � � � � � � �2 years � � � � � � � � � �for unexpected travel/training 0006� � � � � �IDIQ - LaRC� � � � � � � � � � � � � � � � � � � � � � � � � FFP� � � � � � � � � � � � � � � � � 2 years, will extend if � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � options are exercised 0007� � � � � �IDIQ - GRC� � � � � � � � � � � � � � � � � � � � � � � � � �FFP� � � � � � � � � � � � � � � � � 2 years, will extend if � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � options are exercised 0008� � � � � �IDIQ � Other Centers� � � � � � � � � � � � � � � � � FFP� � � � � � � � � � � � � � � � � 2 years, will extend if � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � options are exercised The North American Industry Classification System (NAICS) code for this acquisition is 561110 and the small business size standard is $12.5M. Potential offerors should ensure its company is listed in the online database(s) for the following: System for award management: https://www.sam.gov/SAM/ U.S. Department of Labor Veterans� Employment and Training Service, VETS-4212 Reports: https://vets4212.dol.gov/vets4212/ Date Universal Numbering System (and the transition to the US Government�s unique entity identifier (UEI)): https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/iae-information-kit/unique-entity-identifier-update The successful offeror must pass an Equal Employment Opportunity (EEO) clearance before contract award (See FAR 22.805). The current planned release date for the Final Request for Proposal (RFP) is on or about June 30, 2023, with proposals being due approximately 32 calendar days later on August 1, 2023. The anticipated contract award date is December 15, 2023, with an April 1, 2024 contract effective date. The following additional information is provided to assist in understanding this acquisition: A 90-day Phase-in period is included.� The Government will make available existing Installation-Accountable Government Property (IAGP) for onsite contract performance. The IAGP listing will be provided as an Exhibit to the final RFP. Pre-Solicitation Conference � A virtual pre-solicitation conference will be held on Monday, June 5, 2023, from 1:00pm, to 3:00pm Eastern Time.� Your comments to the DRFP are requested by COB Thursday, June 1, 2023, in order for NASA to address responses to the questions at the conference.� (See attached Section L.7 for additional information). On-Site Visits/Conferences are not anticipated. NASA has determined that this acquisition may give rise to a potential organizational conflict of interest (OCI).� Offerors should refer to NFS clause 1852.209-71 Limitation of Future Contracting, and LaRC clause 52.227-96 Organizational Conflicts of Interest, for a description of the potential conflict(s) and any restrictions on future contracting.� The offeror�s current and potential OCIs and OCI plan will be assessed as part of each offeror�s responsibility determination (See L.20)� Please note a Top-Secret Facility Clearance is required for this acquisition in accordance with the DD Form 254, Contract Security Classification Specification.� For proposals submitted as Joint Ventures, the facility clearance must be granted in the name of the Joint Venture (See L.20) Proposals for this solicitation are required to be submitted through NASA�s Enterprise File Sharing and Sync Box (EFSS Box), a FedRAMP Moderate certified platform.� Potential offerors, especially those that have not previously submitted a proposal utilizing NASA�s EFSS Box, are encouraged to review the solicitation instruction entitled �Electronic Proposal Delivery - Proposal Marking and Delivery Through NASA�s EFSS Box� which provides instructions related to the submission of proposal via EFSS Box.� Offerors are encouraged to check with their corporate IT staff to determine if there are firewall restrictions that would need to be addressed prior to the submission of proposal files through NASA�s EFSS Box. In order to control and protect sensitive data owned by the Government and its Contractors, NASA policy requires all acquisition-related documents be released in Adobe Portable Document Format (PDF).� ��� Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, any amendments and links to online references will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates. NASA FAR Supplement (NFS) clause 1852.215-84, OMBUDSMAN, is applicable.� The Ombudsman for this acquisition is David F. Young, david.f.young@nasa.gov, or (757) 864-5740.� � This DRFP is not a solicitation and NASA is not requesting proposals.� This DRFP does not commit NASA to pay any proposal preparation costs, nor does it obligate NASA to procure or contract for this requirement.� This request is not an authorization to proceed, and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation. Comments regarding the DRFP should be submitted electronically in writing, to Natasha King at LARC-GLASS@mail.nasa.gov and cc: natasha.j.king@nasa.gov no later than 2:00 PM EDT on Thursday, June 1, 2023. Telephone questions will not be accepted. If a respondent believes their comments contain confidential, proprietary, competition sensitive, or business information, those questions/comments shall be marked appropriately.� However, questions that are marked as containing confidential, proprietary, competition sensitive or business information will not be provided a Government response.� The Government will consider all comments received in preparation of the Final RFP.� To the extent a comment leads the Government to revise the acquisition approach or requirements, the change will be reflected in the Final RFP.� Some DRFP questions and comments may receive a posted response to the Government Point of Entry (GPE) if the Contracting Officer determines that a response would facilitate additional understanding of the solicitation.� The Government may also respond via the GPE to comments and/or questions received following the issuance of the Final Request for Proposal (RFP).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cf6222b3c8024c939ed3daee3d94ac29/view)
 
Place of Performance
Address: Hampton, VA 23666, USA
Zip Code: 23666
Country: USA
 
Record
SN06694382-F 20230527/230525230111 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.