Status Report

NASA JSC Solicitation: Research Development and Advanced Technology – RDATS

By SpaceRef Editor
April 27, 2012
Filed under , ,

Synopsis – Apr 24, 2012

General Information

Solicitation Number: NNJ12426521LB
Posted Date: Apr 24, 2012
FedBizOpps Posted Date: Apr 24, 2012
Recovery and Reinvestment Act Action: No
Original Response Date: May 14, 2012
Current Response Date: May 14, 2012
Classification Code: A — Research and Development
NAICS Code: 541511
Set-Aside Code: Total Small Business

Contracting Office Address

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

Description

The National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC) is seeking capability statements from all interested small business parties, including Small (SB), Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SDVOSB), 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 for the Engineering Fabrication Services (EFS) procurement. The Government reserves the right to consider a Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SDVOSB), Historically Underutilized Business Zone (HUBZone) businesses, or Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) set-aside based on responses hereto.

This notice is issued by NASA’s Lyndon B. Johnson Space Center (JSC) as a Request for Information seeking capabilities from industry. 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, subject to FAR Clause 52.215-3, entitled “Requested for Information or Solicitation for planning purposes.” It does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and is not to be construed as a commitment by the Government to enter into a contract.

The NAICS Code for the proposed acquisition is 541511 and the small business size standard is $25,000,000. The maximum award value is anticipated to be under $15,000,000 over a 5-year period of performance.

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 responsibility of potential offeror’s to monitor these sites for the release of any solicitation or synopsis.

Summary:

It is anticipated that JSC will issue a solicitation for the Research Development and Advanced Technology Support (RDATS) contract. NASA/JSC is seeking potential Offerors/Contractors to provide managerial, administrative, and technical support needed to provide the functions, products, and services in support of the Mission Operations Directorate (MOD) and NASAs human spaceflight programs at JSC in Houston, Texas. The work will include custom software engineering and development applications and advanced technology solutions into mission control operations, computer simulation and modeling, data visualization and virtual reality, intelligent systems, training systems, flight crew operations, and information technology.

The work will also include the infusion of advanced information technologies into the mission operations Mission Control Center (MCC) infrastructure for improving the information sharing effectiveness and efficiency as it relates to performing mission operations as it pertains to NASA programs. This includes unique technical information technology (IT) and programming support, computer-based training (CBT) techniques and crew on-orbit support system (COSS) development, and web-based technologies designed to integrate various complex data sources and support for existing manual workflow process using a central data repository for the analysis and reporting of MOD project information.

The contractor must possess knowledge of spacecraft operations and interactions with spacecraft systems including capabilities and limitations, skills in communicating with numerous highly specialized and different technical disciplines, and the ability to reconcile differences in an operationally practical way.

Technical expertise is required in the following areas:

-Knowledge of spacecraft operations and interactions with spacecraft systems including capabilities and limitations

-Skill in communicating with numerous highly specialized and different technical disciplines and the ability to reconcile differences in an operationally practical way

-Web based application development with database backend

-Software engineering and application development (C, C++, C#, JAVA, JAVA Script, Bash, PERL, TCL/TK, GTK)

-Database installation, configuration, programming and administration using Oracle, Structured Query Language (SQL) and MultiTiered Architectures

-Ability to find open source tools and expertise in using these tools for advanced technology projects

-Expertise in .Net, Active Server Pages (ASP), Winchill, and Extensive Markup Language (XML)

-Linux System administration of Unix and Windows platforms to include Red Hat Enterprise Linux (RHEL), Community ENTerprise Operating System (CentOS), Scientific Linux, Windows XP, Windows 7, and Windows server 2003 & 2008

-Linux clustering and directory services

-Web administration including Apache and Squid

-VMware vSphere experience (machine creation, Vmotion, High Availability (HA), Vcenter, Data Recovery, and Update Manager)

-Network switching and routing, including multicast with Cisco and Fortinet Solutions

-Configuration and management of “next generation” firewalls

-Storage Area Network (SAN) and Fiber Channel (FC) experience to include Zone configuration, logical unit number (LUN) management and Multipathing

-Troubleshooting complex network and storage issues

-Data visualization

-Process automation

-Automated testing

-Operations orchestration

-Materials acquisition and property management

-Preferred certifications include Cisco Certified Network Associate (CCNA)/Cisco Certified Network Professional (CCNP), VMware Certified Professional on vSphere 4 (VCP4)/VMware Certified Professional on vSphere 5 (VCP5), and Red Hat Certified System Administrator (RHSCA)

-IBM SAN Volume Controller (SVC) familiarity

-Brocade Fibre Channel (FC) familiarity

Some targeted operating systems are New Technology (NT), Linux, UNIX and Windows.

Examples of developed functionality are a portal search feature, edit windows, and regular expression parsing and replacement.

The development environment is C; hosted on a personal computer (PC).

Small business concerns that are capable of performing as prime contractors that meet the requirements of the synopsis are asked to submit capability statements.

Capability statements must include the following information:

Name and address of firm

Average annual revenue for past 3 years

Number of employees

Ownership

Company size and note each category: Small Business (SBs), Small Disadvantaged Businesses (SDBs) 8(a), HUBZones, Woman-Owned Small Business (WOSBs), Veteran-Owned Small Businesses (VOSBs), Service Disabled Veteran Owned Small Businesses (SDVOSBs), and Historically Black Colleges and/or Universities (HBCU/Minority Institutions (MIs)

Number of years currently in business

Affiliate information such as parent company or joint venture partners

In addition, capability statements must address the following:

1) A list of customers covering the past five years. Highlight relevant work, contract numbers, role (prime or subcontractor), contract type, dollar value of each procurement, and point of contact (address and phone numbers). If work was performed as a subcontractor, please indicate percentage of work/subcontract dollar value.

2) Ability to meet the 50% requirement of work to be performed by the prime contractor as set forth in FAR 52.219-14 “Limitations on Subcontracting.” Provide examples of three

3) past projects of relevant work experience with emphasis on work performed on a Federal installation. The provided examples are to indicate that the potential offeror is capable of performing the primary and vital functions of the contract in accordance with the Ostensible Subcontractor Rule, 13 C.F.R.121.103(h)(4)(2005).

In order to facilitate teaming arrangements, NASA intends to release the names, addresses and points of contacts of all respondents on the NASA website for this acquisition, unless specifically requested not to do so by the respondent. Again, this is a request for information only.

RESPONSES DUE: Interested parties having the capabilities necessary to meet or exceed stated requirements are invited to submit appropriate documentation and references as requested. Responses are required by 2:00 p.m. Central Time on May 14, 2012 Please reference NNJ12426521LB in any response.

In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this synopsis. The Government will not pay for any information solicited. No evaluation letters and/or results will be issued to the respondents.

Potential offeror’s are responsible to monitor these sites for the release of any future solicitations or synopsis. The Government intends to review the responses submitted by Industry. This data will not be shared outside the Government. The Government may use this data to refine requirements and develop a request for a proposal. Data that is submitted as part of Industry’s response that is marked “Proprietary” will not be reviewed.

NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is Lauri N. Hansen, (281) 483-2823, or lauri.n.hansen@nasa.gov.

Point of Contact

Name: Cynthia W. Maclean
Title: Contract Officer
Phone: 281-244-5903
Fax: 281-483-3694
Email: cynthia.w.maclean@nasa.gov

Name: Chrystal D. Nevels
Title: Contract Specialist
Phone: 281-792-7842
Fax: 281-244-5331
Email: chrystal.d.nevels@nasa.gov

SpaceRef staff editor.