Status Report

NASA Sources Sought Notice: Computational Sciences Research and Development Services

By SpaceRef Editor
February 13, 2004
Filed under ,

General Information

  • Document Type: Sources Sought Notice
  • Solicitation Number: RFP2-38307-LMV
  • Posted Date: Feb 13, 2004
  • Original Response Date: Mar 02, 2004
  • Original Archive Date: Feb 13, 2005
  • Current Archive Date:
  • Classification Code: A — Research & Development

Contracting Office Address

NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000

Description

NASA/ARC is hereby soliciting information for potential sources in COMPUTATIONAL SCIENCES RESEARCH AND DEVELOPMENT SERVICES.

The Computational Sciences Division (hereafter, referred to as Code IC, or the Division) is a subdivision of the Information Systems and Technology Directorate (Code I) at NASA/Ames Research Center. Code IC conducts scientific research, develops technologies, and builds NASA applications in several areas of advanced information systems.

All work is conducted to support NASA Enterprise missions, including the newly formed Space Exploration Enterprise. Work involves Mars Exploration Robotic systems, Access to Space, Space Shuttle, International Space Station, Earth Observing Systems, Planetary Science, Astrophysics, Astrobiology, and a variety of Aeronautical Programs including test facilities, design processes, and advanced onboard vehicle information systems such as autonomy, adaptive controls, and health management. The Division also maintains expertise in systems and engineering of aeronautical and space information management resources. Laboratories are operated for many of the scientific and engineering disciplines under the purview of the Division.

Code IC maintains strong relationships with other U.S. government agencies, industrial organizations, and academic partners for the purposes of joint research and rapid technology transfer. At a minimum, the contractor shall have direct technical expertise in: autonomous, adaptive, and evolvable control systems, artificial intelligence, planning and scheduling, electro-mechanical systems (robotics), knowledge-based systems, soft computing (including neural networks), prognostic signal analysis, model-based diagnostic reasoning, fault-tolerant computing hardware and networking, tele-operation of remote and mobile platforms, data mining, integrated design, human-centered computing, human/computer interactions, and system administration of a distributed heterogeneous network of workstations.

Further information regarding Code IC’s missions can be obtained at the following URL: http://ic.arc.nasa.gov

The Contractor will be required to provide qualified management personnel, organizational structure, procedural and administration functions to effectively and efficiently manage the work performed under this contract. Interested offerors having the specialized capabilities to meet the above requirements should submit a capability statement of 15 pages or less addressing their ability to support all aspects of the aforementioned technical capabilities, and specifically addressing the following:

  • Describe your experiences in performing and managing Research and Development in the area of Computational Sciences
  • Reference and detail examples of work in the technical areas listed above
  • Detail your experience in working on contracts with multiple tasks and/or projects and include average number of tasks/year managed
  • Detail your experience with and process for acquiring and managing sub-contractors
  • Detail your experience in acquiring and managing foreign national employees and in managing export control issues
  • Detail your experience in acquiring and managing subject area experts.

In addition to addressing technical capabilities, 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), and/or woman owned; 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; point of contact – address and phone number), and list any existing Government Wide Acquisition Contracts (GWACS) for which you are currently qualified.

The period of performance will be for five (5) years. The Government anticipates a 2-year base period, with one 1-year option period, and one 2-year option period (2+1+2). Currently, the Government is acquiring these services as performance based requirements. We do not anticipate a change from this approach.

The Government will use completion oriented contract task orders (CTOs) as the vehicle to acquire necessary products and services under this contract. Task orders will define requirements such as deliverables, include significant dates, negotiated cost baselines and established performance measurement criteria.

The draft Statement of Work (SOW) is anticipated to be available for release late March 2004, followed by release of a draft Request For Proposal (RFP) late May 2004. Telephone responses are NOT solicited. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on the Federal Business Opportunities Web Site at ( http://nais.nasa.gov).

It is the responsibility of potential offerors to monitor these sites for the release of any solicitation or synopsis. 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.

The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. The applicable NAICS Code is 541710, Size standard: 500 employees or less. All responses shall be submitted to Lupe Velasquez no later than 3:00pm, March 2, 2004. In responding, reference RFP2-38307(LMV). The format for the response is: EMAIL ONLY (no Fax or paper copies) PDF Format with ‘Changes Restricted’ Security (Allow Printing) 10Pt font (minimum) with 1? margins

Original Point of Contact

Lupe M. Velasquez, Contracting Officer, Phone (650) 604-4522, Fax (650) 604-3020, Email Lupe.M.Velasquez@nasa.gov

Email your questions to Lupe M. Velasquez at Lupe.M.Velasquez@nasa.gov

SpaceRef staff editor.