Status Report

NASA KSC Solicitation: KLXS-II – GSDO Program Office Support

By SpaceRef Editor
October 11, 2012
Filed under , ,

Synopsis – Oct 10, 2012

General Information

Solicitation Number: NNK13447748I
Posted Date: Oct 10, 2012
FedBizOpps Posted Date: Oct 10, 2012
Recovery and Reinvestment Act Action: No
Original Response Date: Oct 25, 2012
Current Response Date: Oct 25, 2012
Classification Code: A — Research and Development
NAICS Code: 541330

Contracting Office Address

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

Description

NASA/KSC is hereby soliciting information about potential sources from contractors interested and capable of providing engineering, analytical, technical, and program management support services for the Kennedy LX office which manages the National Aeronautics and Space Administration (NASA) Human Exploration and Operations (HEO) Mission Directorate (MD) Ground Systems Development and Operations (GSDO) Program.

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 RFI/Sources Sought Notice is a market research tool only that will be used to determine potential and eligible small business firms capable of providing these services prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). Therefore, all interested parties are encouraged to respond. The North American Industry Classification System (NAICS) Code is 541330 Engineering Services, and the Small Business Size Standard is $19.0 million.

For informational purposes, the estimated value of this service is greater than $50 Million over a five year period of performance. In order to mitigate any potential Organizational Conflict of Interest issues the contractual instrument will include NASA FAR Supplement clause 1852.209-71, Limitation of Future Contracting. Accordingly, the contractor selected for this services effort will be prohibited from competing for any GSDO processing contracts.

DESCRIPTION

In support of the GSDO Program Office (LX), the KLXS-II contractor shall provide support in several areas including:

1) strategic planning and program management support for program integration and operation activities; 2) concept development; 3) technical integration activities; 4) requirements development, requirements management, analysis, validation and verification; 5) GSE management; 6) integrated verification/validation; 7) cost, risk and schedule integration and analysis; 8) performance measurement; 9) architecture and operations trade studies; 10) logistics integration and analysis; 11) information technology (IT) management; 12) technical baseline management; 13) technical design compliance; 14) technical assessment integration; 15) exploration systems integration; 16) Eastern Range interfaces and support.

REQUIREMENTS

These tasks will require working with the Ground Systems Development and Operations Program Office (LX), other Project/Program Offices, other NASA Centers, and other contractor organizations.

The GSDO Program Office (LX) manages two Appropriation line items, the Exploration Ground Systems (EGS) Program and the 21st Century Space Launch Complex (21CSLC) initiative. The EGS will develop the necessary ground systems infrastructure to support the assembly, test, launch, and recovery of the associated Space Launch System (SLS) and Orion Multi-Purpose Crew Vehicle (MPCV) elements. The 21CSLC is a modernization and commercialization initiative.

The Program is the primary interface at KSC for the SLS Program at Marshall Space Flight Center (MSFC) and the Orion MPCV Program at Johnson Space Center (JSC). LX is responsible for the cost, schedule, and technical content of launch systems development and launch vehicle and spacecraft processing for the Orion MPCV, SLS, and, where practical, future HEO MD payloads or spacecraft using the SLS. LX will optimize the use of assets, equipment, and infrastructure from design, first unit production, and recurring production through integration, launch, landing, and recovery.

The Program is responsible for developing ground systems and ground operations processes to perform ground operations at the launch, landing, and recovery sites required to accomplish receiving, ground processing, assembly and integration, integrated and interface testing, launch operations, recovery/retrieval, de-integration, refurbishment, disposal, pad abort, and search and rescue/retrieval operations. In addition, the Program will manage investments focused on modernizing infrastructure to enable both government and commercial users of launch and ground processing infrastructure in support of Center architectures development.

CAPABILITIES PACKAGE

It is requested that interested businesses having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting officer a capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating the ability to perform the services listed above.

A one page cover letter must be provided with the 15 page submission with the following information: (1) Company Name and Address; Company Business Size and Business Size Status (i.e., large, small, small disadvantaged, woman-owned small, HUBZone small, 8 (a), etc.); and Point-of-Contact name, phone number, fax number, and e-mail address. The 15 page capability statement package must address, as a minimum, the following: (1) prior/current corporate experience performing efforts of comparable magnitude, complexity, and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the technical services described herein; (2) company profile to include number of employees; annual revenue history; office location (s); DUNS number; demonstration of financial stability, ability to retain existing staff and hire/acquire qualified personnel, and ability to provide continuity of operations at the beginning and end of the contract; if a small business firm , assurance will be able to perform 50% of the work; and demonstration of a management structure that allows for an integrated organization accountable for total performance responsibility; (3 ) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specific relevant work experience of such personnel; (4) management approach to staffing this effort with qualified personnel including currently employed personnel, possible subcontract /teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (5) reporting techniques and systems available for monitoring qualitative and quantitative aspects of contract performance (including financial monitoring and reporting methods for controlling and reporting costs). Subcontracting Responses must include the following: 1) Name and address of firm, size of business and size status; average annual revenue for past 3 years and number of employees; ownership; 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 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).

The capability statement and cover letter must be submitted electronically to the following email address: Mary.Kiss-1@nasa.gov. The subject line for email submission should be KLXS-II – Capability Statement. Responses must be received by October 25, 2012 not later than 1700 Eastern Time. The submission shall be prepared in either PDF or Microsoft Office 2007 or greater. NASA/KSC may not evaluate offeror submissions that do not comply with the submission instructions. NASA/KSC will evaluate all offeror submissions that comply with the submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work described above. A debrief will not be available. The Government reserves the right to consider a small business, 8(a) or any other set-aside arrangement as deemed appropriate for this procurement. All questions pertaining to this announcement must be submitted in writing to Ms. Mary Kiss, Contracting Officer, at: Mary.Kiss-1@NASA.gov.

Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101.

The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

Name: Mary Kiss
Title: Contracting Officer
Phone: 321-867-3381
Fax: 321-867-1166
Email: mary.kiss-1@nasa.gov

SpaceRef staff editor.