Status Report

NASA Solicitation: Software Robotics and Space Systems Services

By SpaceRef Editor
June 7, 2013
Filed under , ,

Synopsis – Jun 04, 2013

Draft Document – Posted on Jun 04, 2013 New!

General Information

Solicitation Number: NNJ13541712LB
Posted Date: Jun 04, 2013
FedBizOpps Posted Date: Jun 04, 2013
Recovery and Reinvestment Act Action: No
Original Response Date: Jun 19, 2013
Current Response Date: Jun 19, 2013
Classification Code: R — Professional, administrative, and mgmt support services
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

This notice is issued by the NASA/JSC to 1) post a draft Section C, Section L, Section M, and draft Data Requirements Deliverables (DRDs) for the Software, Robotics, and Space Systems Services (SRS3) procurement via the internet, and solicit responses from interested parties; 2) post additional information on the SRS3 procurement to the internet; and 3) notify interested parties of recent updates to the acquisition website . 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. Prospective offerors are invited to submit written comments or questions to: Rochelle Overstreet at rochelle.n.overstreet@nasa.gov, no later than 3:00 p.m. on June 19, 2013. When responding reference NNJ13541712LB in the subject line.

Interested organizations’ attention is directed to the North American Industry Classification System Code (NAICS) and size standard for the SRS3 procurement. After re-evaluating the requirements, the contracting officer determined that the appropriate NAICS Code and size standard for the SRS3 procurement are 541511, Custom Computer Programming Services, and $25.5 million in average in gross sales over a three year period, respectively.

1. Draft Sections, C, L, M, and the draft DRDs have been attached to this posting. Prospective offerors are encouraged to review these draft sections and offer written comments and questions via email to the point of contact. Additionally, NASA/JSC is requesting information from industry regarding potential conflicts of interest (OCI) arising from the SRS3 procurement. Interested parties are requested to identify any potential OCI’s their organization may have and notify the point of contact so that they may be considered, and potentially resolved, early in the process. Prospective offerors are encouraged to submit questions and comments as soon as they are identified. Responses to questions will be posted on the SRS3 website at http://procurement.jsc.nasa.gov/srs3/ .

The anticipated release date of the Request For Proposal(RFP) is on or about July 16, 2013, with an anticipated offer proposal due date on or about August 15, 2013. NASA/JSC anticipates a pre-proposal conference within two weeks of release of the RFP.

2. Additionally, the following information is provided:

a.) NASA/JSC anticipates award of the SRS3 contract by November 1, 2013 with a phase-in period beginning November 4, 2013 and contract start on December 4, 2013.

b.) The SRS3 contract will have a base period of performance of three years with a single two-year option, for a total potential contract period of performance of five years.

c.) A single Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for the required services will be awarded with a total (option included) contract not-to-exceed value of $24.9 million. Task orders may be issued on a cost-plus-fixed-fee (CPFF) or firm-fixed-price (FFP) basis; although no FFP orders are anticipated in the first two contract years.

d.) The SRS3 procurement will be a total small business set-aside under the authority found at Federal Acquisition Regulations 6.203 (a).

e.) It is anticipated that this procurement will be conducted under JSC’s streamlined procurement procedures. Additional information on the streamlined procurement process can be located on the JSC Procurement website under the General Information Tab, Policy Information sub-section at the following weblink: http://procurement.jsc.nasa.gov/geninfo.html .

f.) The production of Class A – Human Rated Space Software, as defined by NASA Procedural Requirement (NPR) 7150.2A, will be required under this contract. NPR 7150.2A mandates that organizations producing Class A software shall maintain a Capability Maturity Model Integration for Development (CMMI-Dev) Maturity Level 3 rating. NASA/JSC believes that this NPR requirement can be met in multiple ways, including:

a.) The Offeror (prime) currently holds and maintains a CMMI-Dev Maturity Level 3 rating and uses its processes and tools to produce and deliver the Class A software requirements;

b.) A proposal in which a major subcontractor currently holds and maintains a CMMI-Dev Maturity Level 3 rating and is responsible for production and delivery of all Class A software requirements (however, the prime will have to demonstrate that it will perform at least 51% of the primary and vital requirements of the contract); and/or

c.) A proposal which includes a subcontractor arrangement of at least one CMMI-Dev Maturity Level 3 rated organization and an operational plan that demonstrates how that CMMI-Dev Maturity Level 3 rated organization’s processes and tools will be shared and used by all organizations (prime and/or other subcontractors) that are proposed to develop Class A software under the SRS3 contract.

3. Interested parties are informed of the following items that have recently been posted to the SRS3 acquisition website (http://procurement.jsc.nasa.gov/srs3/:

a.) Members of the Streamlined Procurement Team and the Source Selection Authority.

b.) Current Schedule.

c.) Technical Library.

d.) Draft Section C (Statement of Work).

e.) Draft Data Requirements Documents (DRDs) and Standard Labor Categories Descriptions.

f.) Draft Section L (Instructions, Conditions, and Notices to Offerors).

g.) Draft Sample Task Orders.

h.) Draft Section M (Evaluation Factors for Award).

This presolicitation synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results.

NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html .

The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/JSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 It is the offeror’s responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.

Point of Contact

Name: Rochelle N Overstreet
Title: Contract Specialist
Phone: 281-483-6768
Fax: 281-483-4066
Email: rochelle.n.overstreet@nasa.gov

Name: Christian C. Gaspard
Title: Contract Specialist
Phone: 281-483-0034
Fax: 281-244-5331
Email: christian.c.gaspard@nasa.gov

SpaceRef staff editor.