Status Report

NASA Solicitation: KSC Ground Support Office Project Management Services Contract

By SpaceRef Editor
October 12, 2007
Filed under , ,

Synopsis – Oct 12, 2007

General Information

Solicitation Number: NNK08223161L
Posted Date: Oct 12, 2007
FedBizOpps Posted Date: Oct 12, 2007
Original Response Date: Oct 26, 2007
Current Response Date: Oct 26, 2007
Classification Code: R — Professional, administrative, and mgmt support services
NAICS Code: 541330 – Engineering Services

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 Ground Operations Project Office (LX) in support of the Constellation 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 synopsis 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 $25.0 million.

For informational purposes, the estimated value of this service is approximately $50.0 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 Constellation processsing contracts.

DESCRIPTION In support of the Constellation Program, the contractor shall provide the necessary resources to conduct engineering and project management tasks in support of the Constellation Ground Operations Systems Engineering and Integration; Ground Systems; Operations & Integration; and Business Management and Project Control Offices. Examples include, but are not limited to: Systems Engineering & Integration: Requirements Management; Interface Management; Analyses, Trades & Architecture; Data Architecture; Data/Configuration Management; Systems Engineering and Integration Processes, Tools, Metrics and Training; Development of Flight-essential Ground Processing Concepts; Flight Element Integration; Ground Operations Technical and Review Integration; Interface and Integration Testing; Verification Requirements and Standards; Master Integration and Verification Planning; Technology Planning, Development, Task Management, Assessments, and Analysis; Technical Administration and Office Support Management; and Strategic Planning and Control. These tasks will require working with the Constellation Ground Operations Project Office (LX), the Constellation Program, other Project Offices, other NASA Centers, and other contractor organizations.

REQUIREMENTS The contractor shall be required to perform the following tasks: Systems Engineering and Integration (SE&I); Operations and Technology Integration; Ground Systems Integration and Requirements, Project Management and Support; and Ground Operations Project Management. The contractor shall also provide engineering support for SE&I requirements, interfaces and verification; architecture definition and technical integration; integrated systems analysis; and specialty engineering (development of processes and plans). The contractor shall be required to provide support in several areas including but not limited to, systems engineering and integration activities; strategic planning and project management support for operations and integration activities; concept development; requirements development, analysis, validation and verification; construction management and Government Support Equipment (GSE) acquisition management; field engineering management and integrated activation/validation; cost and schedule integration and analysis; performance measurement; and engineering and operations trade studies.

The contractor shall be required to support spacecraft and launch vehicle design for operability and interface definition to Ground Systems; launch site development including new and modified facilities, Ground Support Equipment (GSE), and launch processing planning efforts; and the collection of ground activities performed at the launch, landing and retrieval sites including receiving, ground processing, integration, integrated and interface testing, launch operations, recovery, de-integration, refurbishment, disposal, pad abort, and search & rescue operations. In addition, the contractor shall be required to demonstrate a high-level of knowledge and experience with: Launch and Landing/Recovery Support Systems; Crew Exploration Vehicle (CEV); Solid Rocket Booster (SRB); launch vehicle (crewed and cargo) processing and launching; servicing infrastructure and GSE; landing and alternate landing site infrastructure; payload (cargo) processing facilities and GSE; lunar landing capabilities; and CEV Crew Module (CM) recovery operations, including planning and development, at the respective recovery sites.

CAPABILITIES PACKAGE AND ONE-ON-ONE INTERVIEWS 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 office a capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above.

The capability statements and cover letter must be submitted electronically to the following email address: Timothy.W.Pugh@nasa.gov. The subject line for email submission should be KLXS – Capability Statement. Responses must be received by October 26, 2007, not later than 1700 Eastern Time. The submission shall be prepared in either PDF or Microsoft Office 2000 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 Mr. Timothy W. Pugh, Contracting Officier, at: Timothy.W.Pugh@NASA.gov.

A cover letter must be provided with your 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 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).

In addition, interested businesses should submit their request, in writing, for a one-on-one interview with NASA regarding this procurement via email to Timothy W. Pugh at timothy.w.pugh@nasa.gov by 1700 Eastern Time, October 24, 2007. The subject line should be “KLXS One-on-One Meetings: Company Name.” The meeting is limited to five people from each company (including team member companies) submitting a response. Ground rules for one-on-one interviews will be provided upon registration for the meeting. If proposing as a team, the capability statement package must reflect the team and team approach.

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: Timothy W. Pugh
Title: Contracting Officer
Phone: 321-867-8372
Fax: 321-867-8388
Email: Timothy.Pugh-1@ksc.nasa.gov

SpaceRef staff editor.