SOURCES SOUGHT
D -- INFORMATION TECHNOLOGY SYSTEMS, ENGINEERING, AND MANAGEMENT SERVICES II
- Notice Date
- 3/8/2005
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- NASA/Goddard Space Flight Center, NASA Headquarters Acquisition Branch, Code 210.H, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- 4200075614
- Response Due
- 3/22/2005
- Archive Date
- 3/8/2006
- Description
- NASA Headquarters is hereby soliciting information from small business sources to provide in-depth information technology systems, engineering and management services to NASA Headquarters in Washington, D.C. This array of support services is, among other factors, for NASA missions and other activities to inspire and motivate the Nation?s students and teachers to engage and educate the public, and to advance the scientific and technological capabilities of the Nation. This requirement is a follow-on to the NASA ISEM task order W-19800 with Science Applications International Corporation (SAIC) (under ITOP contract DTTS59-99-D-00444). The current task order is a cost-plus-award fee arrangement. To be considered a prime contractor source, small businesses must possess real experience in the technical and management areas addressed below and employ experienced staff that have actually managed and worked in these areas. All qualified firms are encouraged to respond. NASA Headquarters is seeking a vendor to provide integrated information technology, systems engineering and operations, and IT-related management support for all mission directorates and mission support organizations at NASA Headquarters. As NASA Headquarters transforms into an organization that will lead the Agency in a One NASA environment, the follow-on to the ISEM task order must provide strategically-oriented services that go beyond those readily and fully available via past IT support contracts. A prime contractor must have successful experience managing a multi-million dollar, multi-year IT contract. If teaming arrangements are used to provide support services, evidence is required of operating under such arrangements in a support environment similar in both scope of work and dollar amount. Evidence is also required that such teaming arrangements are in place today and can be delivered for this effort. The formal transition period from the incumbent vendor to the new vendor is estimated to be 30 days; experience transitioning as the prime contractor under similar circumstances is required. NASA requires a vendor to manage and provide a wide range of IT services, including (quantities noted are approximate indications of current levels): -Application Software and Multimedia Development *Application Software Development: 150 production applications, 160 releases annually, Majority are web based; balance are client server, and mainframe based, Oracle and SQL Server database back ends, Cold Fusion MX front ends, Application documentation, Configuration and release management *Multimedia development: 50 production web sites, 10 CDROM releases annually, 3 DVD releases annually, Usability and accessibilities studies, Creative services relating to various digital media (signage, video, online documents, etc.) -Software integration: *COTS and GOTS *Technical and Management:Schedule coordination, Testing coordination, Outreach -Web Development *50 Web sites *Creative design -IT Security *Incident Prevention: Intrusion detection and computer forensics, Anti-virus, Log monitoring and review, Education *Incident Response: CERT, NASIRC *Security plans: NIST requirements, Major systems, Contingency plans *Life cycle reviews: Hardware, Software *Vulnerability Monitoring: Scanning, Determination, Industry and media secondary research *Security Policy development and review: Penetration testing *Security Reviews: Other contractor systems and facilities -Full realm of systems integration, e.g., *E-Gov implementations *Requirements specifications for contract solicitations *Evaluation, coordination, testing, and integration of Application Service Provider capabilities -Systems engineering and integration -Computer operations -Data Base Administration -Network (wired and wireless) *design *implementation *operation and management -Configuration management -Emergency preparedness -Continuity of Operations planning, preparation and testing -IT training -Project management planning and execution support Systems life cycle management -Telecommunications *Phones *Faxes *Wireless devices: BlackBerry devices, PDAs, Pagers -Collaborative tools analysis, testing, implementation, and operation -Knowledge/Information management -Strategy and planning support -Support for policy development -Life-Cycle Performance/Cost Improvements/Business Process Re-Engineering support -Support for NASA and Federal Enterprise Architecture analysis, development, and maintenance -Support for IT business case preparation, analysis, and maintenance -Support for IT investment portfolio management -Support for IT capabilities value determination -Risk management -Change management support -Analyses and integration of advanced technologies *Continually infuse management, work and technology innovations *Recommend technology upgrades keeping with industry and NASA strategic direction -Special studies and analyses that span virtually all IT-related disciplines In addition, the following qualifications are required: -Must have vendor experience simultaneously managing in the range of 30 separate task orders for approximately 15 customer organizations. The annual value of the individual tasks managed concurrently is expected to range from several hundred thousand dollars to $10 plus million dollars. -Must have technical and management corporate resources to be able to respond quickly and flexibly in a highly dynamic environment. NASA Headquarters is a very demanding environment with requirements for high level technical and management support expertise. Leading edge technology is required to be analyzed, tested, integrated, and delivered on very short notice. Work is directly impacted by the complexities of the environment, the related processes, and the interrelationships of the systems and multi-faceted projects to be supported. Customers are highly knowledgeable in the use of technology, and use various platforms and operating systems including Windows, Macintosh, and Linux based systems. In addition to the core task work (which is in support of all NASA Headquarters organizations) defined in the initial contract statement of work, other separate IT task orders within the contract scope are initiated frequently by various NASA Headquarters organizations to fulfill their unique and new technology and management support requirements. Currently, about one third of the total work is for core support and the other two thirds isare for other IT task orders. The ?service requests? for specific needs within a defined task order require individual tracking and management from outset to completion. There are approximately 500 such service requests per year, and this level is expected to increase in the future. -Must have current use of advanced information technology tools, systems, and methods in managing their own corporate environment to demonstrate their full understanding of such technology in a production environment. NASA HQ may choose to draw upon and benefit from these tools, systems and methods by implementing process changes and operating improvements already proven by the prime contractor. The prime contractor should have in place their own Enterprise Architecture, and be using a portfolio management approach for their IT investment strategies and decision making. The prime contractor should have internally realized process efficiencies through business process reengineering efforts and change management, and should have deployed an internal ?knowledge management? capability. -Must have experience developing and implementing IT products in an environment where the computer desktop environment is managed by another company. Must have experience coordinating extensively with the desktop vendor for project planning and implementing products and solutions. -Must have a management team experienced in supporting a Federal government Headquarters level organization with over 2,000 persons, and experience integrating solutions across a Federal government organization with multiple local and field offices. The Headquarters customer base spans NASA Headquarters, the NASA field centers, special off-site locations for groups such as Presidential appointed commissions and other highly visible activities, and staff assigned at international locations. As a prime contractor, the vendor must have successfully managed an IT contract with a large IT professional workforce utilizing multiple subcontractors. -Must have experience and the capability to produce both aggregate and 30 or more individual task order financial reports equivalent to the NASA ?533 reports? to the COTR and individual task owners each month. -Must have strong financial depth to be able to manage risk and deliver consistent, high quality support under conditions of incremental funding and incremental payments. -Must have configuration management experience for a technically complex hardware and software environment. -Must have experience in supporting E-Gov initiatives commensurate with the President?s Management Agenda. Support is required assisting NASA Headquarters offices in planning for and accomplishing the integration of IT capabilities into programs and projects that span NASA centers and external partners. This support includes planning and deploying major IT initiatives across NASA Centers and the NASA Shared Services Center (NSSC); between NASA and other federal agencies (especially E-Gov initiatives); between NASA and industry and academic partners; and between NASA and foreign space agency partners. -Must have a quality certification, preferably ISO 9001:2000 or a reasonable equivalent. The anticipated period of performance will be five years. The current NAICS Code is 541519. 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. Interested sources should have the required specialized capabilities to meet the above requirement and should submit a capability statement indicating the ability to perform all aspects of the effort described herein. This statement should include the following: 1) Name and address of firm. 2) Size of business; average annual revenue for past 3 years and number of employees for NAICS Code 541519. 3) Ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business. 4) Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime). 5) 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). 6) Names to contact for Technical questions and Procurement related questions. Please limit your responses to no greater than 15 pages total and no smaller than Times New Roman 10 font with a minimum of 1-inch margins on each page. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. 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. No data provided will be returned to the interested source, but all data will be appropriately safeguarded. Five (5) copies of your capability statement, in both hard copy and CD formats, are requested by March 22, 2005, by 3:30 p.m. EST to NASA/GSFC, Attn: Michel? Hull, M/S 210.H, Greenbelt, MD 20771. Please reference #4200075614 in any response. Please submit all questions concerning this procurement in writing via e-mail only. Due to the potential for a large number of phone calls, no phone calls regarding this procurement will be answered.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=04#114520)
- Record
- SN00765012-W 20050310/050308212900 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |