SOURCES SOUGHT
R -- CENTER-WIDE ADMINISTRATIVE SUPPORT SERVICES
- Notice Date
- 6/20/2007
- Notice Type
- Sources Sought
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM07AA00L
- Response Due
- 6/29/2007
- Archive Date
- 6/20/2008
- Small Business Set-Aside
- 8a Competitive
- Description
- Description: This notice is issued by the NASA/MSFC to post a draft statement of work via the internet and solicit responses from interested parties. 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. This is a RFI to identify Contractors with the technical capability and experience to provide administrative support services within MSFC. These support services currently encompass (see enclosed draft Performance Work Statement/Attachment 1) the following areas: 1) Program Management; 2) Core Administrative Services: General Administrative Services, Office Files/Records Maintenance, Desktop Processing, TDY/Travel Support, Human Resources Transactional Processing, Human Resources Technical Support, Temporary Management Support Assistance and; 3) NASA STARS Resume Operations Support Center: Resume Processing, Forms Processing, Files Maintenance (Automated/Manual) and Data Entry. The following list of labor categories are representative of labor categories anticipated under this requirement. Program Manager Deputy Program Manager Key Data Entry II Personnel Assistant II Personnel Assistant III Secretary I Secretary II Secretary III The ensuing contract will contain both Service Contract Act covered positions as well as exempt positions. Retaining qualified personnel is of utmost importance to MSFC. Compensation Packages and Contractor?s strategy to retain employees will be evaluated in the resultant solicitation. The successful service provider will be selected on the basis of best value selection criteria under a competitive Source Selection Process. A Firm Fixed Priced contract with Indefinite Delivery/Indefinite Quantity (IDIQ) Provisions is contemplated. The period of performance will include a Base Period (12 Months) and four Option Periods (12 Months each), for a total of 5 years in duration. A separate purchase order will be issued for the Phase-in Period (NTE 30 days). The NAICS code for the proposed effort is 561110, Office Administrative Services, and the small business standard is $6.5M. The Federal Supply Code is: R699 entitled: ?Other Administrative Support Services?. The Government will use responses from this Request for Information to assist in making appropriate acquisition decisions. A decision will be made to issue this solicitation as a competitive set-aside for 8(a) companies. The total 5-year estimated cost for this effort is between $20,000,000 and $25,000,000. The Government invites contractors with the capabilities necessary to meet or exceed the stated Performance Work Statement requirements to submit the following documentation for each completed project/contract as set forth below: a) Capability Statement: The Contractor?s capability statement shall contain a list of projects by contract numbers, project titles, dollar amounts and evidence of the following capabilities: Recent and relevant past performance experience within the last 3 calendar years for projects of similar size, scope and complexity of the requirements delineated in the draft statement of work. In addition, provide proof of Small Business Administration Certification for 8(a) status. b) References: The Contractor shall provide a reference for each contract/project that shall include the Federal agency name (or company name) and title, contract administrator name and telephone number, and technical representative name and telephone number. c) Employee Turnover History: The Contractor, including subcontractor?s, shall provide voluntary turnover history for the past 3 years for exempt and nonexempt employees (or other major categorizations used by the Contractor?s) for the corporate entity for each contract or project comparable to this requirement. d) Lost Time Case Rate: The Contractor shall provide in chart form, Attachment 2, the Lost Time Case (LTC) rate for the last 3 calendar years for each contract/project comparable in magnitude and scope (same NAICS code: 561110) to this requirement. Include the LTC, number of injuries, and illnesses that resulted in days away from work or the total lost workday cases, the total number of employees, and the total hours worked on each referenced contract/project. The NAICS is also required for each referenced contract/project. The appropriate documentation shall not exceed seven pages and shall include at least two completed contracts/projects within the last 3 years that are similar to the work (i.e. major support services), contract type (i.e., Firm Fixed Price/IDIQ), and within the same dollar value magnitude (adjusted for inflation) of this notice. The MSFC Small Business Industry Assistance Officer in conjunction with the Offices of Human Capital and Procurement will conduct market analysis by reviewing the data submitted above in response to this RFI. The information requested above will allow the Government to advise the contractors about their potential to be viable competitors. All responses will be evaluated in accordance with the criteria stated in this RFI and will advise each respondent either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. In addition, respondent considered not to be viable competitor will be advised of the general basis for that opinion. Notwithstanding the advice provided by the Government in response to their submissions, they may participate in the resultant acquisition. Any Contractor responding to this RFI should ensure that its response is complete and sufficiently detailed to allow the Government to determine the Contractor?s qualifications to perform. This is an RFI announcement only. This is not a Request for Proposal and in no way commits the Government to award a contract. The Government does not intend to award a contract(s) based solely on submissions to this RFI nor does it intend to pay for any costs incurred in response to this announcement. Any information submitted by respondents to this RFI is strictly voluntary and will be used only for the purpose of this analysis. Proprietary and Confidential Information will not be accepted. Interested Contractors should submit the stated above data packages no later than 3:00 p.m. Central Daylight time, June 29, 2007 as follows: a) Via email to the MSFC Small Business Industry Assistance Officer, David E. Brock, at: David.E.Brock@nasa.gov or; b) Via mail to: National Aeronautics and Space Administration Attn: PS14/David E. Brock/Bldg 4202, Room Number: 210 George C. Marshall Space Flight Center Marshall Space Flight Center, AL 35812 [OMBUDSMAN STATEMENT IS REQUIRED] An ombudsman has been appointed -- See NASA Specific Note "B". 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/MSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 It is the offeror's responsibility to monitor the Internet cite 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. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#125396)
- Record
- SN01324147-W 20070622/070620222302 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |