SOLICITATION NOTICE
A -- Safety and Mission Assurance Services (SMAS) II
- Notice Date
- 1/7/2025 1:08:58 PM
- Notice Type
- Solicitation
- 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
- 80MSFC24R0002
- Response Due
- 1/13/2025 12:00:00 PM
- Archive Date
- 01/14/2025
- Point of Contact
- Maranda McCord, Stacey Hadavi
- E-Mail Address
-
maranda.b.mccord@nasa.gov, stacey.e.hadavi@nasa.gov
(maranda.b.mccord@nasa.gov, stacey.e.hadavi@nasa.gov)
- Description
- Amendment P00003 for the National Aeronautics and Space Administration (NASA) Request for Proposal (RFP) SMAS II acquisition has been released. The purpose of Amendment P00003 is to remove the hyperlink URL forwarding function for proposal submission and proposal submission instructions as reflected in Section L provision �Electronic Submission of Proposals � Proposal Marking and Delivery Through NASA�s EFSS Box.� Offerors shall copy and paste the URL directly into a browser to ensure full functionality. Please note that the revised submission link also references the FY25 solicitation number. This amendment replaces the Request for Proposal (RFP) in its entirety in order to both provide the updated links in the referenced provision and reflect Amendment P00003 in the header of each solicitation page. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ Amendment P00002 for the National Aeronautics and Space Administration (NASA) Request for Proposal (RFP) SMAS II acquisition has been released. The primary purpose of Amendment P00002 is to respond to RFP questions and comments in relation to the MSFC SMAS II Amendment P00001 solicitation. Attachment A, Responses to Industry RFP Questions, provides responses to questions and comments provided by industry. Attachment B, Summary of Changes, provides a From-To Matrix of the resulting changes made between Amendment P00001 and Amendment P00002. In relation to Section L, Provision MSFC 52.205-90, Designated Point of Contact, paragraph (b), the period for questions or comments relative to this acquisition has closed (i.e., questions and comments relative to this acquisition were previously due no later than 5:00 p.m., Central Time, December 4, 2024). At this time, the Government is no longer accepting additional questions or comments in relation to the solicitation, as released on December 9, 2024. Offerors are responsible for downloading their own copy of the amended solicitation in its entirety. Furthermore, it also remains each offeror's responsibility to continue monitoring sam.gov for any future amendment(s) to this solicitation. As part of any resultant proposal submission, offerors shall acknowledge receipt of all solicitation amendment(s). ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ You are invited to submit a proposal in response to the National Aeronautics and Space Administration (NASA) George C. Marshall Space Flight Center�s (MSFC) Safety and Mission Assurance Services II (SMAS II) solicitation. The principal purpose of the SMAS II contract is to provide services and skills across a broad spectrum of safety and mission assurance (SMA) disciplines. These SMA disciplines include but are not limited to the following: System Safety, Reliability and Maintainability, Software Assurance, Quality Engineering, Quality Assurance, Independent Assessment, Industrial Discipline Support, Industrial Safety Program, and Pressure Systems. These services will support the Marshall Space Flight Center (MSFC), MSFC efforts at Kennedy Space Center (KSC), Michoud Assembly Facility (MAF) and Stennis Space Center (SSC) requirements and be open for use by other NASA Centers, per MSFC discretion. This competitive acquisition will be a small business set aside and will result in a single-award indefinite-delivery, indefinite-quantity (IDIQ) contract with cost-plus-award-fee (CPAF) task orders (TOs). The contract will have the option to transition from CPAF to cost-plus-fixed-fee (CPFF) TOs and the option to transition back to CPAF TOs if appropriate. The final solicitation specifies a eight-year period of performance. The North American Industry Classification System (NAICS) code for this acquisition is 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, and the small business size standard is 1,300 Employees. All questions regarding this RFP should be submitted in writing, electronically to Maranda McCord, Contracting Officer, at maranda.b.mccord@nasa.gov no later than 2:00 p.m., Central Time, November 22, 2024. Offerors are encouraged to submit questions as soon as possible for consideration. NASA Clause 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. In accordance with NFS 1815.201(f), a �Blackout Notice� has been issued to NASA personnel. All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Officer.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dda8b394e5824d3681e44c9d642fe903/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07306631-F 20250109/250107230107 (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 |