SOURCES SOUGHT
A -- RESEARCH DEVELOPMENT AND ADVANCED TECHNOLOGY SUPPORT "RDATS"
- Notice Date
- 4/24/2012
- Notice Type
- Sources Sought
- 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
- NNJ12426521LA
- Response Due
- 5/14/2012
- Archive Date
- 4/24/2013
- Point of Contact
- Cynthia W. Maclean, Contract Officer, Phone 281-244-5903, Fax 281-483-3694, Email cynthia.w.maclean@nasa.gov - Chrystal D. Nevels, Contract Specialist, Phone 281-792-7842, Fax 281-244-5331, Email chrystal.d.nevels@nasa.gov
- E-Mail Address
-
Cynthia W. Maclean
(cynthia.w.maclean@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC)is seeking capability statements from all interested small business parties, includingSmall (SB), Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB),Service Disabled Veteran Owned (SDVOSB), Historically Underutilized Business Zone(HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/MinorityInstitutions (MI) for the purposes of determining the appropriate level of competitionfor the Research Development and Advanced Technology (RDATS) procurement.The Government reserves the right to consider a Small, Small Disadvantaged (SDB), 8(a),Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SDVOSB),Historically Underutilized Business Zone (HUBZone) businesses, or Historically BlackColleges and Universities (HBCU)/Minority Institutions (MI) set-aside based on responseshereto.This notice is issued by NASAs Lyndon B. Johnson Space Center (JSC) as a Request forInformation seeking capabilities from industry. This document is for information andplanning purposes and to allow industry the opportunity to verify reasonableness andfeasibility of the requirement, as well as promote competition, subject to FAR Clause52.215-3, entitled Requested for Information or Solicitation for planning purposes. It does not constitute a Request for Proposal, Invitation for Bid, or Request forQuotation, and is not to be construed as a commitment by the Government to enter into acontract.The NAICS Code for the proposed acquisition is 541511 and the small business sizestandard is $25,000,000. The maximum award value is anticipated to be under $15,000,000over a 5-year period of performance. 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 responsibility of potential offerors to monitor these sitesfor the release of any solicitation or synopsis.Summary:It is anticipated that JSC will issue a solicitation for the Research Development andAdvanced Technology Support (RDATS) contract. NASA/JSC is seeking potentialOfferors/Contractors to provide managerial, administrative, and technical support neededto provide the functions, products, and services in support of the Mission OperationsDirectorate (MOD) and NASAs human spaceflight programs at JSC in Houston, Texas. Thework will include custom software engineering and development applications and advancedtechnology solutions into mission control operations, computer simulation and modeling,data visualization and virtual reality, intelligent systems, training systems, flightcrew operations, and information technology. The work will also include the infusion of advanced information technologies into themission operations Mission Control Center (MCC) infrastructure for improving theinformation sharing effectiveness and efficiency as it relates to performing missionoperations as it pertains to NASA programs. This includes unique technical informationtechnology (IT) and programming support, computer-based training (CBT) techniques andcrew on-orbit support system (COSS) development, and web-based technologies 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.The contractor must possess knowledge of spacecraft operations and interactions withspacecraft systems including capabilities and limitations, skills in communicating withnumerous highly specialized and different technical disciplines, and the ability toreconcile differences in an operationally practical way.Technical expertise is required in the following areas: -Knowledge of spacecraft operations and interactions with spacecraft systems including capabilities and limitations-Skill in communicating with numerous highly specialized and different technicaldisciplines and the ability to reconcile differences in an operationally practical way-Web based application development with database backend-Software engineering and application development (C, C++, C#, JAVA, JAVA Script, Bash,PERL, TCL/TK, GTK)-Database installation, configuration, programming and administration using Oracle,Structured Query Language (SQL) and MultiTiered Architectures-Ability to find open source tools and expertise in using these tools for advancedtechnology projects-Expertise in.Net, Active Server Pages (ASP), Winchill, and Extensive Markup Language(XML)-Linux System administration of Unix and Windows platforms to include Red Hat EnterpriseLinux (RHEL), Community ENTerprise Operating System (CentOS), Scientific Linux, WindowsXP, Windows 7, and Windows server 2003 & 2008-Linux clustering and directory services -Web administration including Apache and Squid -VMware vSphere experience (machine creation, Vmotion, High Availability (HA), Vcenter,Data Recovery, and Update Manager)-Network switching and routing, including multicast with Cisco and Fortinet Solutions-Configuration and management of next generation firewalls-Storage Area Network (SAN) and Fiber Channel (FC) experience to include Zoneconfiguration, logical unit number (LUN) management and Multipathing-Troubleshooting complex network and storage issues-Data visualization-Process automation-Automated testing-Operations orchestration-Materials acquisition and property management-Preferred certifications include Cisco Certified Network Associate (CCNA)/CiscoCertified Network Professional (CCNP), VMware Certified Professional on vSphere 4(VCP4)/VMware Certified Professional on vSphere 5 (VCP5), and Red Hat Certified SystemAdministrator (RHSCA) -IBM SAN Volume Controller (SVC) familiarity-Brocade Fibre Channel (FC) familiaritySome targeted operating systems are New Technology (NT), Linux, UNIX and Windows. Examples of developed functionality are a portal search feature, edit windows, andregular expression parsing and replacement.The development environment is C; hosted on a personal computer (PC).Small business concerns that are capable of performing as prime contractors that meet therequirements of the synopsis are asked to submit capability statements. Capability statements must include the following information: Name and address of firmAverage annual revenue for past 3 yearsNumber of employeesOwnershipCompany size and note each category: Small Business (SBs), Small Disadvantaged Businesses(SDBs) 8(a), HUBZones, Woman-Owned Small Business (WOSBs), Veteran-Owned Small Businesses(VOSBs), Service Disabled Veteran Owned Small Businesses (SDVOSBs), and HistoricallyBlack Colleges and/or Universities (HBCU/Minority Institutions (MIs)Number of years currently in businessAffiliate information such as parent company or joint venture partnersIn addition, capability statements must address the following: 1) A list of customers covering the past five years. Highlight relevant work, contractnumbers, role (prime or subcontractor), contract type, dollar value of each procurement,and point of contact (address and phone numbers). If work was performed as asubcontractor, please indicate percentage of work/subcontract dollar value. 2) Ability to meet the 50% requirement of work to be performed by the prime contractor asset forth in FAR 52.219-14 Limitations on Subcontracting. Provide examples of three 3) past projects of relevant work experience with emphasis on work performed on a Federalinstallation. The provided examples are to indicate that the potential offeror is capableof performing the primary and vital functions of the contract in accordance with theOstensible Subcontractor Rule, 13 C.F.R.121.103(h)(4)(2005).In order to facilitate teaming arrangements, NASA intends to release the names, addressesand points of contacts of all respondents on the NASA website for this acquisition,unless specifically requested not to do so by the respondent. Again, this is a requestfor information only.RESPONSES DUE: Interested parties having the capabilities necessary to meet or exceedstated requirements are invited to submit appropriate documentation and references asrequested. Responses are required by 2:00 p.m. Central Time on May 14, 2012 Pleasereference NNJ12426521LA in any response.In accordance with FAR 15.201(e), responses to this notice are not offers and cannot beaccepted by the Government to form a binding contract. The Government is under noobligation to issue a solicitation or to award any contract on the basis of thissynopsis. The Government will not pay for any information solicited. No evaluationletters and/or results will be issued to the respondents. Potential offerors are responsible to monitor these sites for the release of any futuresolicitations or synopsis. The Government intends to review the responses submitted byIndustry. This data will not be shared outside the Government. The Government may usethis data to refine requirements and develop a request for a proposal. Data that issubmitted as part of Industrys response that is marked Proprietary will not bereviewed. NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is Lauri N.Hansen, (281) 483-2823, or lauri.n.hansen@nasa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12426521LA/listing.html)
- Record
- SN02729590-W 20120426/120424235039-9768072b8c6532beab15d8d3fdb08457 (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 |