Status Report

NASA ARC Solicitation: Project and Engineering Support Services

By SpaceRef Editor
February 3, 2011
Filed under , ,

Synopsis – Feb 02, 2011

Draft Document – Posted on Feb 02, 2011

General Information
Solicitation Number: NNA11374362R-ACR
Posted Date: Feb 02, 2011
FedBizOpps Posted Date: Feb 02, 2011
Recovery and Reinvestment Act Action: No
Original Response Date: Feb 28, 2011
Current Response Date: Feb 28, 2011
Classification Code: A — Research and Development
NAICS Code: 541712 – Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)

Contracting Office Address

NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000

Description

NASA/ARC is hereby soliciting information about potential sources for Project and Engineering Support Services. The Programs and Projects Directorate and the Engineering Directorate at NASA Ames Research Center conduct and manage programs, projects, and missions to support satellite and suborbital platforms.

The work will be performed primarily at Ames Research Center (ARC), Moffett Field, California. In this synopsis, NASA ARC is soliciting information about potential sources and preferred contracting approaches for the above services.

I. PURPOSE OF THIS SYNOPSIS

This notice has two purposes:

1) To request information on capabilities of potential offerors to provide the services described in the attached Draft Statement of Work (SOW) in order to determine if this will be a small business set-aside. Information received as a result of this notice will be considered by the Government and used for acquisition planning purposes only. An interested parties list will be posted.

2) To request information from interested parties regarding their preferred contracting approach to provide the services described in the attached Draft SOW.

II. SUMMARY OF PROPOSED WORK BACKGROUND:

NASA Ames Research Center provides scientific, engineering, technical, and documentation support for the various areas of program and project management including proposal development, engineering, design, fabrication-integration-testing, and mission operations. Programs include Lunar Atmosphere and Dust Environment Explorer (LADEE), Kepler, SOFIA, International Space Station (ISS) Non-Exploration Projects and NASA Astrobiology Institute Programs.

III. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES

Interested Offerors having the required specialized capabilities/qualifications to support some or all of the work described in the Draft SOW are asked to submit a capability/qualification statement of 10 PAGES or less. There is no required font size and/or type designated for this “Capability/Qualification Statement.” Figures, exhibits, and diagrams should be readable. Submit your response electronically in PDF format. The Government requests separate files for the “Statement of Capabilities” response and the “Contracting Approach” response.

The response must include the following: 1) Company name, address, point of contact, phone, fax, e-mail, and website (if applicable). 2) Whether your company is Large business, Small business, Small Disadvantaged Business, 8(a)set-aside small business, HUBZone small business, Woman-owned small business, Veteran-owned small business, HBCU/MI, Service-Disabled Veteran-owned small business for NAISC code 541712 size standard 500 employees. 3) Your company’s capability in each of the technical areas. For each technical area, indicate what percentage of the technical area you would perform. 4) A list of relevant work performed in the past five (5) years, including contract type, contract number, technical description, dollar amount, period of performance, and a customer reference name and telephone number. Please include relevant work in collaboration with any high performance computing organization.

The Government reserves the right to consider a small business or 8(a) set-aside based on responses.

IV. RESPONSES REGARDING THE CONTRACTING APPROACH

The Government is soliciting contracting approaches to the Project and Engineering Support Services procurement that will enhance competition and provide business opportunities. Therefore, the Government is requesting feedback in the following areas for consideration during acquisition planning:

a) Socio-economic considerations: ARC is interested in your comments on establishing subcontracting goals for Small Business, Service-Disabled Veteran-owned small business, Small-Disadvantaged Business, Women-owned small business, Veteran-owned small business, Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), and HUBZone small business.

b) Use of Incentives: In an attempt to determine the appropriate contract type (contract types for consideration, alone or in a hybrid combination, include both Fixed-Price and Cost-Reimbursement contracts, such as FFP, FPI, FPAF, CPFF, and CPIF), for this particular procurement, the Government is soliciting input from interested parties and asks that responses include information regarding why a particular contract type or combination of contract types might be more appropriate (benefits and impediments), how that proposed contract type would affect costs and how you would propose; as well as answers to the following questions:

1) Performance incentives: Please provide your view regarding types of fee, options, and/or other appropriate incentives for contractor performance.

2) In a mixed-team (Government/Contractor) environment, how would you propose to measure factors such as the technical/cost/schedule performance, risk mitigation, employee and asset safety and security, innovative best practices, quality of service to users, responsiveness to changing requirements and budget, or identifying opportunities for technical and administrative improvement, or cost?

c) Technical Information: What type of technical information along with the Statement of Work would you like to see with a potential solicitation (e.g., sample tasks)?

d) Contract Content/Structure: Do you have any suggestions or examples of restructuring, simplifications, and clarity in the description of technical areas draft SOW as well as other types of additional information that would improve understanding or clarity of requirements and terms and conditions? There is no limit on the page length to your response to PART IV. RESPONSES REGARDING THE CONTRACTING APPROACH.

V. YOUR RESPONSE TO THE SYNOPSIS

All responses to: 1) the Statement of Capabilities and 2) Contracting Approach shall be received no later than Monday, February 28, 2011 at 3:00PM Local PST. Please respond via electronic mail (e-mail) to the Contracting Officer, AnJennette Contreras-Rodriguez, at the following address: AnJennette.C.Rodriguez@nasa.gov. Written questions should also be directed to the Contracting Officer, AnJennette Contreras-Rodriguez at the following address: AnJennette Contreras-Rodriguez. If an interested party requests confirmation of receipt, the Contracting Officer will confirm receipt.

In all responses, please reference soliciation number NNA11374362R-ACR. Verbal questions will not be accepted. This synopsis is for information and planning proposes 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.

No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FebBizOpps 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.

Point of Contact

Name: AnJennette C. Rodriguez
Title: Contracting Officer
Phone: 650-604-0976
Fax: 650-604-2593
Email: anjennette.c.rodriguez@nasa.gov

SpaceRef staff editor.