Status Report

NASA JSC Solicitation: Engineering Product Integration Contract

By SpaceRef Editor
September 21, 2011
Filed under , ,

Synopsis – Sep 21, 2011

General Information

Solicitation Number: NNJ12395182LA
Posted Date: Sep 21, 2011
FedBizOpps Posted Date: Sep 21, 2011
Recovery and Reinvestment Act Action: No
Original Response Date: Sep 28, 2011
Current Response Date: Sep 28, 2011
Classification Code: R — Professional, administrative, and mgmt support services
NAICS Code: 541511 – Custom Computer Programming Services
Set-Aside Code: Competitive 8(a)

Contracting Office Address

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH

Description

NASA/JSC is hereby soliciting information from potential sources for the Engineering Product Integration Contract (EPIC) solicitation. This sources-sought synopsis replaces the previous synopsis posted under solicitation number NNJ12395182L on 7/15/2011.

This effort replaces existing contracts awarded under the Small Business Administration (SBA) 8(a) set-aside program with an emphasis on meeting the requirements of the evolving technical and business needs of the Government. The NAICS code is 541511 and the small business size standard for this acquisition is annual revenues of $25 million dollars or less. The Government is limiting the competition for this requirement to firms located in the geographical area of Texas, Louisiana, Arkansas, Oklahoma, and New Mexico.

Summary:

NASA/JSC is seeking potential Offerors/Contractors that are in the SBA’s 8(a) program to provide an integrated infrastructure approach that enables flexibility in a changing environment. The integrated infrastructure approach encompasses 1) computer software support services and applications software programming services, 2) strategic and organizational planning and business process improvement, and 3) configuration management and project facilitation tasks. The integration of these three infrastructure areas into one contract augments the Directorate’s efforts to generate, test, and deliver products in the changing business environment by performing the following functions:

1) As part of the computer software support and applications software programming tasks, the contractor will provide the following:

– Applications software programming services such as web-based development (for examples, applications of Cold Fusion, SharePoint), development capability to automate processes, and WEB and SharePoint page design services

– Information technology coordination of hardware and system configuration needs, security assessments, and service request processing and tracking

– Server administration to maintain functionality in accordance with needed capabilities while maintaining appropriate configuration and security levels

– Computer technician help desk to aid in computer hardware, software, and system support and trouble-shooting so that capabilities can be maintained

2) As part of the strategic and organizational planning and business process improvement tasks, the contractor will provide the following:

– Scheduling generation, assessment, and tracking including schedule assessment, phasing and planning analysis, resource loading analysis, and recommendations of schedule options.

– Cost estimation, assessment, and tracking including cost assessment, phasing and planning assessments, resource loading analysis, schedule compatibility analysis, and recommendations of cost options.

– Metrics generation, assessment, and tracking including trending patterns, trending analysis, and trending forecasts.

– Risk assessment and tracking including risk identification, categorization, and recommendations of risk mitigation options.

– Best-practice and process-improvement evaluations utilizing lean six sigma practices, benchmarking, or other evaluation techniques to assess on-going practices, identify future-state requirements, and provide options, including pros and cons, for process modifications.

3) As part of the configuration management and project facilitation tasks, the contractor will provide the following:

– Closed-loop record tracking via a system of configuration management receipt desks that provide an interface between internal organizations as well as an interface with external organizations and customers.

– Configuration management, control, and tracking of Directorate processes, hardware and software design products, computer assets, and Government property assets.

– Records and data management including coordination of reviews, integration, and baseline maintenance of documentation and records.

– Administrative project support for project activities and project logistics such as desktop publishing, recordkeeping, and meeting support for Directorate forums, configuration control boards and panels, technical cost and schedule reviews, and project project-related meetings or forums such as technical interchange meetings, life cycle reviews, and recurring forums.

– Technical project support such as technical writer, editor, and proofer; spreadsheet analyses, multi-media post-production services, and facility planning.

Interested organizations may submit their capabilities and qualifications to perform the effort in writing to Chris Gaspard not later than 3:00 PM Central Daylight Time, September 28, 2011. Please reference solicitation number “NNJ12395182LA (EPIC)” in any response. Oral communications are not acceptable in response to this notice. Responses must include the following:

1. Name and address of firm

2. Size of business

3. Average annual revenue for past 3 years and number of employees

4. Date of entrance into the SBA 8(a) program

5. List of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact – address and phone number).

In addition to submitting capability and qualification statements, interested parties are encouraged to provide their thoughts and ideas regarding whether the resulting contract should be awarded as a fixed-price or cost-reimbursable contract. Industry input will assist in the development of an acquisition plan to best meet the Government’s needs.

No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.

This synopsis is for information and planning purposes 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 Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is Melanie W. Saunders, (281) 483-0490, or Melanie.Saunders-1@nasa.gov.

A website has been created for this effort and can be found at http://procurement.jsc.nasa.gov/epic/ .

Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

Name: Christian C. Gaspard
Title: Contract Specialist
Phone: 281-483-0034
Fax: 281-244-5331
Email: christian.c.gaspard@nasa.gov

Name: Jessica C. Miller
Title: Contracting Officer
Phone: 281-483-6792
Fax: 281-483-4066
Email: jessica.c.miller@nasa.gov

SpaceRef staff editor.