Status Report

NASA Glenn Educational Support Services ES2 Sources Sought Notice

By SpaceRef Editor
October 7, 2011
Filed under , ,

Synopsis – Oct 07, 2011

Draft Document – Posted on Oct 07, 2011

General Information

Solicitation Number: ES2-2012SSN Posted Date: Oct 07, 2011 FedBizOpps Posted Date: Oct 07, 2011 Recovery and Reinvestment Act Action: No Original Response Date: Nov 07, 2011 Current Response Date: Nov 07, 2011 Classification Code: R — Professional, administrative, and mgmt support services NAICS Code: 611710 – Educational Support Services

Contracting Office Address

NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

Description

The National Aeronautics and Space Administration (NASA) Glenn Research Center (GRC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Economically Disadvantaged Woman Owned Small Business (ED-WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for NASA Glenn Educational Support Services (ES2). The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB) or Economically Disadvantaged Woman Owned Small Business (ED-WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.

The Glenn Research Center requirements include the following: GRC requires a contractor to partner with the GRC Educational Programs Office (EPO) to provide project design, planning, coordination, implementation and evaluation of opportunities to engage students and teachers in NASA themed science, technology, engineering and mathematics (STEM) content.

The intent of this contract is to provide the support resources and coordination necessary to fulfill the mission objectives of EPO to advance high quality STEM education using NASA’s unique capabilities. Please see the attached Draft Statement of Work for more details.

THIS IS NOT A NOTICE OF SOLICITATION. IT IS A SOURCES SOUGHT NOTICE SOLEY FOR INFORMATION AND PLANNING PURPOSES.

The North American Industry Classification System (NAICS) code for this procurement is 611710, Educational Support Services, with a size standard of $7.0 million. The estimated award date for this contract is SUMMER 2012. The estimated award amount is $4,000,000 -$7,000,000 per year, for 5 years.

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.

Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 15 pages or less indicating the ability to perform all aspects of the effort described herein and in the attached specifications.

The Capability Statement, exclusive of a one-page summary, shall NOT exceed 15 pages (including attachments) and shall contain a minimum font size of 12.

To facilitate a prompt review, a one-page summary shall be included with your Capability Statement, which shall identify your company’s specific capabilities that are relevant to, and reflect the magnitude of, these requirements. The one-page summary will not count against the 15-page limit. The one-page summary shall include: (1)Company’s name, address, primary POC and telephone number, (2)Size of business; (3)Company’s average annual revenues for the past three (3)Years and total number of employees; (4)Ownership; (5)Number of years in business; (6) Company’s Government size standard/type classification (Large, Small, Small Disadvantaged, etc.; (7)Affiliate information and point of contact: position, address and phone number; (8)Applicable NAICS Code(s); and (9)DUNS number and cage code (for prime and subcontractor/teaming partners).

Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), Woman-owned or Economically Disadvantaged Woman Owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list a minimum of two customers covering the past five years and include the following information: (1)Highlight relevant contract work performed, (2)Contract numbers, (3)Contract type, (4)Dollar value of each procurement, (5)Number of Employees; and (6)Customer point of contact address, current phone number, and current e-mail address. Because this information is sought for future planning and budgetary purposes, potential offerors/vendors are encouraged to provide price estimates, if possible. These estimates may be general in nature.

1. Information Submittal Instructions: Please send all submissions to the following:

All responses shall be submitted to: Raye Kirkland NASA Glenn Research Center, 21000 Brookpark Road, M/S 60-1, Cleveland, OH 44135, Ra-Deon.L.Kirkland@nasa.gov.

Technical questions should be directed to: Darlene Walker (216)433-8664 Darlene.S.Walker@nasa.gov

Procurement related questions should be directed to: Raye Kirkland (216)433-5794 Ra-Deon.L.Kirkland@nasa.gov

2. Any information submitted by mail SHALL include an electronic file in text, Microsoft Word, or PDF of your offer. Please include all company Points of Contact, both contractual and technical, including addresses, telephone numbers, and email addresses.

The Government considers the requirements described herein to be commercial. A commercial item is defined in FAR 2.101.

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.

All capability statements shall be received no later than 4:30PM 11/7/2011 GRC local time. Please reference ES2-2012SSN in any response. Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

Name: Raye L Kirkland
Title: Contract Specialist
Phone: 216-433-5794
Fax: 216-433-2480
Email: Ra-deon.L.Kirkland@nasa.gov

SpaceRef staff editor.