Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 24, 2024 SAM #8398
SOURCES SOUGHT

R -- Engineering Services and Science Capability Augmentation (ESSCA) II

Notice Date
11/22/2024 2:32:38 PM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA MARSHALL SPACE FLIGHT CENTER HUNTSVILLE AL 35812 USA
 
ZIP Code
35812
 
Solicitation Number
80MSFC24R0015
 
Response Due
12/9/2024 9:00:00 AM
 
Archive Date
12/31/2025
 
Point of Contact
Sadie Moulton
 
E-Mail Address
sadie.m.moulton@nasa.gov
(sadie.m.moulton@nasa.gov)
 
Description
Modification 5: The purpose of this modification to the 80MSFC24R0015 ESSCA II posting is to extend the deadline for the request for information specific to the availability and use of Automated Task Order Management Systems (ATOMS)/Contract Management Systems (CMS)/Business Process Management Systems (BPMS). The Government now requests interested parties provide responses to this RFI no later than 11:00 a.m. Central Time, December 9, 2024. All other information provided in this posting remains unchanged. Modification 4: The purposes of this modification to the 80MSFC24R0015 ESSCA II posting are as follows: Request information from interested parties specific to the availability and use of Automated Task Order Management Systems (ATOMS)/Contract Management Systems (CMS)/Business Process Management Systems (BPMS). Interested parties are encouraged to include information on commercially available systems, contractor-provided systems, and Government-owned solutions that the interested party has utilized in the last three years. Reference Documentation: To facilitate response to this request for information, NASA MSFC has provided a Draft ESSCA II ATOMS Requirements and Processes as well as a DRAFT ESSCA II Contract Work Breakdown Structure for potential use in the ESSCA II solicitation and subsequent contract. Interested parties may access these draft documents in the public attachments section of this posting. NASA MSFC has provided the NASA Standards referenced in the Draft ESSCA II ATOMS Requirements and Processes document as controlled attachments to this posting. Interested parties may access these NASA Standards by following the process for accessing controlled attachments on SAM.gov. See: www.fsd.gov/gsafsd_sp?id=gsafsd_kb_articles&sys_id=2bb3b6a847c9d6147118c3df336d4370. Submission Instructions: The Government requests interested parties provide responses to this RFI no later than 11:00 a.m. Central Time, November 25, 2024. Responses are limited to 15 pages and should be provided to the Contracting Officer Sadie Moulton via email at sadie.m.moulton@nasa.gov. The Government seeks information as follows: A. The capabilities within industry to provide a fully functional system that meets the minimum requirements outlined in Draft ESSCA II ATOMS Requirements and Processes. The Government anticipates testing system functionality as soon as possible after ESSCA II effective date, but no later than 90 days before the first day of full performance of the contract. The Government requests responses include: i. Specification of whether your firm anticipates providing a commercial system or one that has been internally developed. ii. An estimate of when the identified system would be available for system functionality testing, in the event your firm is selected for award. iii. The maturity of the system and the ease to which the system can be modified for future needs. B. Identification of any requirements outlined in Draft ESSCA II ATOMS Requirements and Processes that are not available or would limit the company�s ability to meet the minimum requirements. C. Identification of any information (e.g., functional requirements) that is not included in Draft ESSCA II ATOMS Requirements and Processes and would be needed in order to provide a thorough response to the ESSCA II solicitation. D. Information on the anticipated investment cost your entity would require in order to: i. Provide a system capable of complying with Draft ESSCA II ATOMS Requirements and Processes. ii. Provide annual maintenance of a system capable of complying with Draft ESSCA II ATOMS Requirements and Processes. E. Recommendations on how a contractor-provided ATOMS/CMS/BPMS could best be evaluated under an ESSCA II competitive solicitation. Include your firm�s perspective on demonstrating capability of a proposed ATOMS during proposal evaluation. Provide an updated listing of interested parties in order to facilitate teaming arrangements. See attachment ESSCA II Interested Parties List 10 23 2024. Alert interested parties to an update of the anticipated ESSCA II acquisition schedule. Interested parties are encouraged to see the MSFC Acquisition Planning Tool Page which is available via the links section of this SAM.gov posting. Provide a link to the ESSCA II acquisition e-Library. Currently the e-Library contains no information beyond what is available via this SAM.gov posting and other publicly available websites. However, the Government anticipates using the ESSCA II e-Library to house background and historical information relevant to this acquisition in the future. All other information provided in posting remains unchanged. Modification 3: The purposes of this modification to the 80MSFC24R0015 ESSCA II posting are as follows: Provide an updated listing of interested parties in order to facilitate teaming arrangements. See attachment ESSCA II Interested Parties List 07 11 2024. Alert interested parties to an update of the anticipated ESSCA II acquisition schedule and link this posting to the MSFC Acquisition Planning Tool page, which provides revised dates for acquisition milestones. See links section of sam.gov posting. All other information remains unchanged. Modification 2: The purposes of this modification to the 80MSFC24R0015 ESSCA II posting are as follows: Provide an updated listing of interested parties in order to facilitate teaming arrangements. See attachment ESSCA II Interested Parties List 05 07 2024. Provide the anticipated NAICS code for this acquisition. The Government has identified NAICS code 541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), Exception 3 Guided Missiles and Space Vehicles, Their Propulsion Units and Propulsion Parts. Provide links to publicly accessible information presented on ESSCA II at recent Marshall Small Business Alliance (MSBA) meetings. See links section of sam.gov posting. Provide an overview of Marshall Space Flight Center (MSFC) strategy and its relationship to the work performed by the MSFC Engineering Directorate. See attachment Center Strategy for External Comms. All other information remains unchanged. Modification 1: This modification of the 80MSFC24R0015 sources sought notice provides a listing of respondents in order to facilitate teaming arrangements. All other information provided in the original posting remains unchanged. National Aeronautics and Space Administration (NASA) /Marshall Space Flight Center (MSFC) is hereby soliciting information from potential sources for the Engineering Services and Science Capability Augmentation (ESSCA) II contract, which is anticipated to support both MSFC and Stennis Space Center (SSC) requirements and be open for use by other NASA Centers, per MSFC discretion. The NASA MSFC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for ESSCA II. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. The ESSCA II requirement is a follow-on to the current Engineering Services and Science Capability Augmentation (ESSCA) contract 80MSFC18C0011. The current ESSCA contract has a potential value of $1.9B over an eight-year period of performance, December 1, 2017 through November 30, 2025, and it is a cost-plus-award-fee contract. The current ESSCA contract work is planned, organized, directed, and controlled by means of Task Orders (TOs) issued via a contractor-provided automated TO management system. ESSCA II services and skills are to be provided across a broad spectrum of engineering and science disciplines. These engineering and science disciplines include but are not limited to the following: Advanced Propulsion; Aero-Sciences; Avionics & Electrical Systems; Electrical Engineering; Flight Software and Ground Test; Guidance, Navigation, and Control; Manufacturing and Assembly; Materials and Processes; Natural and Induced Environments; Operability; Optics; Propulsion Systems; Scientific Disciplines; Structural and Mechanical; Systems Engineering; Test Design and Operations; and Thermal and Fluids. The work will typically involve some combination of producing technical products and performing technical oversight and insight tasks, and it will cover a variety of applications such as flight and science missions as well as research and development activities. No solicitation exists and therefore cannot be provided at this time. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than ten pages indicating the ability to perform and manage all aspects of the effort. The ten-page submission shall include the provided ESSCA II Capability Statement Worksheet. A page is defined as 8.5 inches x 11 inches, Times New Roman font, 12 pt. Any tables or charts included with the capability statement must use a minimum of 10 pt font size. Up to five additional pages may be submitted to address the following Government areas of interest. A) Comments and recommendations for the most effective contract type and performance criteria to use on the ESSCA II contract. Further, describe both risks and mitigations the Government should consider. B) Programmatic, financial, technical, and administrative lessons learned from similar engineering service efforts, especially in the area of performing in hybrid work environments. C) Feedback on the types of information needed about the existing requirements that would be needed to submit a credible proposal. D) Industry perspective on current and future challenges in labor markets applicable to ESSCA II, including consideration of the effect of inflation on rates and benefits. Further, describe potential solutions to address these challenges. E) In support of the Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA is seeking to advance equity or remove barriers for members of underserved communities related to this requirement. As defined in the EO, Underserved Communities refers to populations sharing a particular characteristic, as well as geographic communities, that have been systematically denied a full opportunity to participate in aspects of economic, social, and civic life, as exemplified by the list in the preceding definition of ""equity."" Equity means the consistent and systematic fair, just, and impartial treatment of all individuals, including individuals who belong to underserved communities that have been denied such treatment, such as Black, Latino, and Indigenous and Native American persons, Asian Americans and Pacific Islanders and other persons of color; members of religious minorities; lesbian, gay, bisexual, transgender, and queer (LGBTQ+) persons; persons with disabilities; persons who live in rural areas; and persons otherwise adversely affected by persistent poverty or inequality. NASA seeks input in the following areas: 1. To support the requirements identified in this request for information (RFI)/sources sought notification, what barriers or opportunities exist to engage subject matter experts from industry and academia and how can those barriers be overcome? How can underserved communities be leveraged? 2. To support the requirements identified in this RFI, what barriers or opportunities exist to partner with subcontractors that employ members of underserved communities, as defined above? 3. What other recommendations would you make to enhance diversity and inclusion? 4. What should be considered to encourage full participation and contribution of organizations and individuals (e.g., outreach efforts and innovative partnerships) in performance of this requirement? All responses shall be submitted electronically via email to Sadie Moulton, Contracting Officer, sadie.m.moulton@nasa.gov, no later than 4:00 p.m. Central Time, Friday, September 15, 2023. Please reference ESSCA II Sources Sought 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. NASA intends to publicize a listing of respondents in order to facilitate teaming arrangements. Should your firm desire not to be included in this listing, clearly indicate this desire in your response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/97d1eff4eb394286a6befacf08f19f9a/view)
 
Record
SN07273765-F 20241124/241122230114 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.