Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2025 SAM #8549
SOLICITATION NOTICE

R -- Consolidated Program Support Services (CPSS), Program Planning & Control (PP&C) II

Notice Date
4/21/2025 8:08:07 AM
 
Notice Type
Presolicitation
 
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
80MSFC25R0011
 
Response Due
5/6/2025 12:00:00 PM
 
Archive Date
05/21/2025
 
Point of Contact
Charlene Booth
 
E-Mail Address
charlene.c.booth@nasa.gov
(charlene.c.booth@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL. NO PROPOSALS ARE TO BE SUBMITTED IN RESPONSE TO THIS NOTICE. This notice is issued by the National Aeronautics and Space Administration George C. Marshall Space Center (MSFC) to post a Draft Request for Proposal (DRFP) to notify interested parties that the Government anticipates release of the RFP 80MSFC25R0011 on or about June 6, 2025, with the anticipated due date for proposals on or about July 17, 2025. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. The principal purpose of the CPSS PP&C II contract is to provide PP&C and Programmatic Subject Matter Expert (SME) services. These PP&C disciplines include PP&C Integration; Program Analysis; Earned Value Management; Cost Estimating and Cost Analysis; Resource Data Storage and Retrieval Analysis Center; Scheduling and Scheduling Analysis; and Risk Integration and Quantitative Risk Analysis. SME support includes, but is not limited to, strategic program and project planning and alternatives analysis, project review, and special studies as requested by the Government. This competitive acquisition will be a total small business set aside and will result in a single-award indefinite-delivery, indefinite-quantity contract with cost-plus-fixed-fee task orders. The North American Industry Classification System 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. This DRFP is issued as an acquisition-planning instrument and a means of soliciting industry comments for use in developing a final RFP. This DRFP is not a solicitation and NASA is not requesting proposals. This DRFP is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government will use the information provided by industry during this DRFP review to further revise and finalize the RFP. The DRFP is attached to the letter included below. It is recommended that interested offerors download the file to access all DRFP attachments (a total of 19 attachments are included). Interested parties are invited to comment on all aspects of the DRFP. The cognizant contracting office responsible for this procurement is MSFC. Interested parties are requested to review the DRFP and submit written comments and questions via email to the Contracting Officer, Charlene Booth, no later than 2:00 p.m., Central Time, on May 6, 2025. When responding reference 80MSFC25R0011 in the subject line. 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 A virtual industry day briefing is planned for Thursday, April 24, 2025, in accordance with Attachment J-16, Section L, provision MSFC 52.210-91, Virtual Industry Day Meeting. It is the offeror's responsibility to monitor this website 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://sam.gov/opp/bd3a96576e204300aa840ff8bfa5570b/view)
 
Place of Performance
Address: Huntsville, AL, USA
Country: USA
 
Record
SN07415336-F 20250423/250421230044 (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.