Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2010 FBO #3014
SOURCES SOUGHT

R -- LOGISTICS SERVICES

Notice Date
2/22/2010
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
RFI-294404B
 
Response Due
3/8/2010
 
Archive Date
2/22/2011
 
Point of Contact
Michelle D McIntyre, Contracting Officer, Phone 301-286-7985, Fax 301-286-0247, Email Michelle.D.McIntyre@nasa.gov
 
E-Mail Address
Michelle D McIntyre
(Michelle.D.McIntyre@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/GSFC is soliciting ideas, strategies or methods that validate whether costsavings are available by having a contract longer than 5 years (with one five-yearoption) for the Logistics Services acquisition. This procurement will be conducted underfull and open competition procedures for the award of a cost-plus-incentive fee contract. The incentive fee will be measured against cost and technical performance requirements. The anticipated performance is a five-year base period with one 5-year option.This contract will make available the opportunity for the contractor to pursue commercialbusiness activities. The Government believes this opportunity, as well as otherinnovative savings approaches, may reduce the non-proposed cost estimates that areprovided in this notice. Enclosure 1 contains the approximate annual workload associatedwith NASA/GSFC Institutional and Project support. Enclosure 2 contains the Governmentsestimate of Non-Proposed costs for the dollar value of Institutional and Project suppliesand materials purchased during a 5-year base period and a possible 5-year option period.Interested parties shall submit ideas, strategies or methods to the Government thatvalidate whether cost savings are available by having a contract longer than 5 years (upto 10 years) and through the use of provisions allowing for commercial activities. Yoursubmission shall address if cost savings approaches exist that would substantiate theaward of a 5-year option. If the Government decides there are substantial savingsopportunities, the Request for Proposal (RFP) will include the estimated non-proposedcosts for the base period as well as the 5-year option. In response to the RFP, offerorswill be required to submit a commercialization/savings plan with their proposal.During contract performance, the Contractors final commercialization/savings plan shallbe delivered within 3 years after contract award. This plan will be used to assess theContractors progress in their commercialization/savings plan and validate the potentialcost savings. If the commercialization/savings plan is feasible, the projected costsavings are realistic and the actual costs to date are at or below estimated costs todate, the option will be exercised. If Contractor performance and Governmentexpectations are inconsistent with the commercialization/savings plan, the option willnot be exercised.Each firm shall provide the name and address of their firm and a point of contact. Forfirms that did not previously respond to previously issued requests for information forthe Logistics Services acquisition, your submission shall also include the size ofbusiness: large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned, etc.;average annual revenue for past 3 years and number of employees; ownership; number ofyears in business; affiliate information: parent company, joint venture partners,potential teaming partners, prime contractor (if potential sub) or subcontractors (ifpotential prime); list of customers covering the past five years (highlight relevant workperformed, contract numbers, contract type, and dollar value of each procurement). If not previously provided, firms shall also address the overall approach and experiencein accomplishing the procurement and management of technical parts, transport of criticaland sensitive spaceflight hardware, export control/ITAR reviews, and ISO 9001/AS9100compliance. The page limit shall not exceed eight (8) pages.The major contract functions are highlighted as follows:1. PROGRAM AND BUSINESS MANAGEMENT --This area involves the management and oversight ofcontractor personnel, other contract resources, contract performance, deliverables andcosts for institutional and project support.2. INFORMATION SYSTEMS --This area involves the operation, maintenance, and upgrading ofexisting information systems necessary to support the functional areas of the contract. The Contractor shall develop or purchase additional systems through the contract tosupport new requirements, automate existing requirements, and pursue opportunities toutilize information systems to enhance integration across functions, in addition toproviding support for the hardware and software; preparation, maintenance, and issuanceof original and revised documentation, users manuals and training materials.3. PROJECT LOGISTICS -- This area involves all phases of acquisition and operationallogistics services, including planning, coordinating, and implementation, for NASAprograms and projects.The major categories of project logistics support providedinclude: logistics planning and coordination, transportability engineering, packing andcrating, project storage, and export control. 4. SUPPLY MANAGEMENT -- This area involves supply support (customer order processing,research and cataloging, purchasing, receiving, warehousing, and inventory management)for a wide variety of technical parts (e.g., electrical, electronic, andelectromechanical (EEE) parts and flight grade fasteners), cryogenics and compressedgases, industrial/office supplies, furniture equipment, hazardous materials and otheritems.The management and processing of technical parts is a critical service to GSFCand involves extensive coordination with customers and suppliers. 5. TRANSPORTATION -- This area involves support for a variety of transportationrequirements that include but are not limited to: traffic management; material handling,vehicle and equipment maintenance; dispatch operations, vehicle management, and interiordesign. Services include operation of a vehicle maintenance facility and motor pool;pickup/delivery services; deliveries of supplies, mail, and items from receiving; officeand laboratory moves, shuttle buses, and support for tours and VIP/special events(including events attended by the public) and transport of critical and sensitive spaceflight hardware.6. EQUIPMENT MANAGEMENT - This area involves equipment management support for a varietyof items, including technical and laboratory equipment, information technology equipment,and spaceflight hardware. Services include equipment accountability and inventories,capital equipment management, property disposal, reutilization and sales. 7. MANAGEMENT SERVICES -- This area involves support for several functions, including theCenter's mail processing and distribution operation, records management, and thereview/processing of scientific and technical information (STI) prior to dissemination. The mail services work will be a directed subcontract to a company participating in theAbility One Program. 8. CREATIVE SERVICES -- The creative services area includes support at Greenbelt for avariety of communications media and products supporting the Centers scientific,engineering, and operations support communities to include photography, graphics and webdesign, videography, technical editing, duplicating, publications development, and videoconferencing.9. AUDIO VISUAL SERVICES --This area involves audio visual services at Greenbelt,including operations support for specific Center meetings and teleconferencing facilitiesas well as special events. The services are audio visual operations, videoteleconferencing operations, events coordination, facilities scheduling, and multimediaIT technical support. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released, it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sites forthe release of any solicitation or synopsis.Technical questions should be directed to: Thomas Weisz, via email:thomas.a.weisz@nasa.gov; Procurement related questions should be directed to: Michelle D.McIntyre, via email: Michelle.D.McIntyre@nasa.govThis requirement is not considered to be a commercial or commercial-type product. This synopsis is for information and planning purposes ONLY and is not to be construed asa commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.All responses shall be submitted to Michelle D. McIntyre via email no later than March 8,2010. Please reference RFI-294404B in any response. Any referenced notes may be viewed atthe following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/RFI-294404B/listing.html)
 
Record
SN02071732-W 20100224/100223000335-d1b433d917fb121cd9e3887c6b9e4492 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.