MODIFICATION
A -- MISSION OPERATIONS DIRECTORATE SUPPORT CONTRACT
- Notice Date
- 2/1/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
- ZIP Code
- 00000
- Solicitation Number
- NNJ12364358R
- Archive Date
- 2/1/2013
- Point of Contact
- Chrystal D. Nevels, Contract Specialist, Phone 281-792-7842, Fax 281-244-5331, Email chrystal.d.nevels@nasa.gov - Cynthia W. Maclean, Contract Officer, Phone 281-244-5903, Fax 281-483-3694, Email cynthia.w.maclean@nasa.gov
- E-Mail Address
-
Chrystal D. Nevels
(chrystal.d.nevels@nasa.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This is modification 1 to the synopsis entitled MISSION OPERATIONS DIRECTORATE(MOD) SUPPORT CONTRACT, NNJ12364358R, which was posted on December 19, 2011. The purposeof this modification is to address questions asked in response to the original synopsisposting. Question 1: Can the Government provide a basis or justification for its choice of NAICS541712? The NAICS code 541511 for Custom Computer Programming Services is moreappropriate.Answer1: After further review, we have determined that the NAICS code 541511 is thecorrect NAICS code for this procurement. The preponderance of the work falls under thisdescription. This U.S. industry comprises establishments primarily engaged in writing,modifying, testing, and supporting software to meet the needs of a particular customer.This also includes programming support services.Question 2: Please provide me the current contract number and incumbent.Answer 2: The current contract number is NNJ08HB13C and titled Program ControlConfiguration Management Support (PCCMS). The incumbent is Bastion Technologies.Question 3: Can you confirm that this contract will be awarded via a streamlinedprocurement process? (The synopsis did not explicitly stipulate.)Answer 3: This procurement will be awarded via a streamlined procurement process. Seelink http://procurement.jsc.nasa.gov/geninfo.html for Streamlined Procurement BriefingCharts for further description of process.Question 4: When do you think the PCMMS contract will be posted on the FOIA website?Answer 4: Contracts are posted to the FOIA website after there are requests to see thecontract.Question 5: The synopsis states 100% set aside for 8A, does this mean that the 8A cannotpartner with a large company like Booz Allen for part of it?Answer 5: An 8a contractor can partner with a large company. The restrictions for thisprocurement are outlined in FAR 52.219-14, Limitations on Subcontracting (Nov 2011),which states that by submission of an offer and execution of a contract, theOfferor/Contractor agrees that in performance of the contract for Services (exceptconstruction),at least 50 percent of the cost of contract performance incurred forpersonnel shall be expended for employees of the concern. JSC defines costs of contractperformance incurred for personnel to mean direct labor, labor overhead (includingpayroll taxes and benefits), and G&A. Question 6: What organization within MOD is responsible for managing the contract?Answer 6: The Management Integration Office (DA3) is responsible for managing thiscontract.Question 7: Could you please expand on 'Project Information Systems' and 'OfficeAutomated Systems' if different than what are already described in the notice? Also, ifthey consist of commercial software packages or tools, could you please identify all ofthem? Answer 7: The Mission Operations Directorate (MOD) project information system consistsof the following computer software applications and databases:1) Athena MODs primary project information system/database application.2) Integrated Enterprise Management (IEM) Core Financials (includes SAP)3) IEM Business Warehouse (BW)4) Space Program Integrated Contract Environment (SPICE)5) Orion Integrated Resources Reporting (OIRR)6) JSC Internal Task Agreements (ITAs)7) Integrated Budget Office Toolbox (IBOT)Office Automated Systems (OAS) within MOD are the desktop or workstations (bundledcomputing platform (hardware and software) to meet most general computing needs of MODpersonnel to accomplish their work. These desktop workstations are loaded withcommercial software packages (Microsoft Office) products.Question 8: Is it OK to assume that most required Configuration Management (CM) supportuses a Government furnished CM tool? Could you please identify the CM tool, if so? Answer 8: The Mission Operations Directorates (MODs) primary project informationsystem/database application is Athena.Athena is a web-based data repository designed tointegrate various complex data sources and support for existing manual workflow processusing a central data repository for the analysis and reporting of MOD projectinformation. Athena is the cost integration tool that links cost to schedules ascorrelated by the MOD Work Breakdown Structure (WBS). The Operating Plan Revision Form (OPRF) is a module within Athena that documents proposedbaseline changes or modification to technical (including DA level process, plans, anddocumentation), schedule, risk, or budget items. It is also the mechanism used tomaintain configuration management of a change process within a control board. An OPRF isthe initial request form that identifies the type of change required (i.e., general,technical/risk, and schedule. On occasion, there will be OPRFs that will have multipleimpacts, and will be identified as such on the OPRF form. When approved, the OPRF is theauthority for implementing the change and release of associated documentation. Question 9: What tool(s) are being used now for IT resource management at the MOD now? Are the Government furnished or contractor owned?Answer 9: The Mission Operations Directorate (MOD) uses the government furnished NASAHeadquarters IT Planning ProSight database. This database is an Agency-wide web-basedapplication established to maintain capital planning and investment control (CPIC) forNASA. The JSC CPIC process implements multiple Federal and NASA IT management andreporting requirements. It establishes an end-to-end JSC IT planning and reportingprocess, with emphasis on integrating funding, planning, architecture, standards,security, procurement, and associated metrics.Question 10: Does the subject procurement contains any additional requirements thanthose for the current PCCMS contract?Answer 10: No, the requirements for the MSC contract are unchanged from the PCCMScontract.Question 11: Is there a Statement of Work (SOW) that can be posted?Answer 11: Yes, we will post a draft SOW.Question 12: Can you post an organizational chart of MOD and identify where the supportis provided by organization?Answer 12: See MSC web page for MOD organizational chart.Question 13: Can you provide an estimated value of the 60 month contract?Answer 13: The current total estimated cost plus fixed fee for the PCCMS contract is$4.1M for the performance period November 25, 2008 through November 31, 2012. Inaddition, the RFP will detail the Governments Direct Labor Resources Estimate (staffinglevel and skill mix) and information for non-labor resources. These estimates areprovided solely to assist Offerors in assessing the general overall scope of thecontract. Question 14: Does the requirements specification and analysis work all related tosoftware?Answer 14: The requirements specification and analysis support is all related tosoftware. The MSC acquisition website can be accessed at http://procurement.jsc.nasa.gov/msc/Documents related to this procurement will be available over the Internet. Thesedocuments will reside on a World Wide Web (WWW) server, which may be accessed using a WWWbrowser application. The Internet site, or URL, for the NASA/JSC Business Opportunitieshome page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 Offerors are responsible for monitoring this site for the release of the solicitation andany amendments. Potential offerors are responsible for downloading their own copy of thesolicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12364358R/listing.html)
- Record
- SN02665592-W 20120203/120201234745-ead187de4abdcb4d5d7f2feeeb7e4a4a (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 |