Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2012 FBO #3878
SOURCES SOUGHT

D -- HUMAN HEALTH INSTITUTIONAL MANAGEMENT SUPPORT REQUEST FOR INFORMATION

Notice Date
7/5/2012
 
Notice Type
Sources Sought
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ12433276L
 
Response Due
7/19/2012
 
Archive Date
7/5/2013
 
Point of Contact
Cheryl D. Bass, Contract Specialist, Phone 281-483-3476, Fax 281-483-7890, Email cheryl.d.bass@nasa.gov - Perry L. Mueller, Contracting Officer, Phone 281-483-7158, Fax 281-244-0995, Email perry.l.mueller@nasa.gov
 
E-Mail Address
Cheryl D. Bass
(cheryl.d.bass@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/JSC is hereby seeking sources and capability and qualification statements regarding a new effort for the Human Health Institutional Management Support (HHIMS) procurement. The Sources Sought Request is intended for all small businesses to respond and the results of the Sources Sought responses will be used to determine how this acquisition may be set aside. While this request is intended for all small businesses to respond, NASA/JSC is targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to increase SDVOSB participation in FY 2012 and beyond. The HHIMS effort will include some of the requirements from the Program Project/Planning and Management Integration (PPMI) contract, NNJ08HB28C. A Draft Statement of Work is attached. Respondents should address the three functional support areas as listed in the Draft Statement of Work: 1) Contract Management Support, 2) Institutional Management Support, and 3) HHPD Education and Outreach Support. 1) The Contract Management support consists of effort necessary to comply with the JSC safety, health, and environmental management requirements and provide the management and reporting requirements. 2) The Institutional Management support consists of: 1) Foreign National Badging (FNB), 2) Scientific and Technical Information (STI), 3) Foreign Travel, 4) Help Desk Support, 5) Specialized IT Technical Support, 6) Comprehensive IT and GFE Asset Management, 7) IT Security, 8) Configuration Management (CM) Process, and 9) Documentation Management. 3) The HHPD Education and Outreach support consists of: a) HHPD specific Educational and Outreach Conference/Workshops/Exhibits, b) Educational and Outreach Multimedia Programs/Events, c) Education and Outreach Materials, d) Educational and Outreach Promotional Products Development, e) Educational Programmatic Support, f) Educational Programmatic Metrics, g) Human Systems Academy (HSA) Management Support and h) NASA Human Health and Performance Center (NHHPC) Education and Outreach Working Group Management. Tasks performed under this contract will be performed predominately at JSC and the contractors location as required. 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 offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 15 pages or less indicating your ability to perform the effort described herein. Responses must include the following: name and address of firm, size of business; average annual revenue for the past 3 years, and number of employees; ownership; whether they are small, SDB, 8(a), WOSB, VOSB, SDVOSB, HUBZone and HBCU/MI; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering up to 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). In addition to the capabilities statement above, please provide a brief response to each of the questions that follow: a. For the three functional support areas listed above indicate whether your firm would serve as either the prime contractor or a subcontractor. If your firm is planning to perform as prime, please state what percentage, if any, your company would subcontract to other firms if your company was awarded this requirement. b. Given the requirement scope detailed above, what percentage of incumbent workforce does your company typically retain given similar requirements? c. Suggest any portions of this procurement for which fixed price contracting could be utilized. Discuss your rationale for each and your thoughts on the feasibility of each. d. Please provide your view regarding what type of contract provides the best approach for this type of work. How should the 'risks versus rewards' be shared by the Government and contractor? How does the proposed contract type incentivize the contractor to perform high quality work at a reasonable price?Discuss your views specific to this contract regarding incentive fees, award fee, fixed fee, and/or other appropriate incentives for contractor performance in terms of 1) fixed price requirement and 2) cost type requirements. e. In addition to responding to the three functional areas above, please indicate what percentage your firm would serve as either the prime contractor or a subcontractor for each WBS below. WBS Matrix: 1.0Overview 2.0Scope 2.1Contract Management Support 2.1.1 Safety, Health, and Environmental Management Programs 2.1.2 Contract Management Reporting 2.2Institutional Management Support 2.2.1 Foreign National Badging (FNB) 2.2.2 Scientific and Technical Information (STI) 2.2.3 Foreign Travel 2.2.4 Help Desk Support 2.2.5 Specialized IT Technical Support 2.2.6 Comprehensive IT and GFE Asset Management 2.2.7 IT Security 2.2.8 HHPD Configuration Management (CM) Process 2.2.9 HHPD Documentation Management 2.3HHPD Education and Outreach (E&O) Support 2.3.1 Educational and Outreach Conference/Workshops/Exhibits 2.3.2 Educational Multimedia Programs/Events 2.3.3 Education and Outreach Materials 2.3.4 Educational and Outreach Promotional Products Development 2.3.4 Educational Programmatic Support 2.3.5 Educational Programmatic Metrics 2.3.6 Human Systems Academy (HSA) Management Support 2.3.7 NASA Human Health and Performance Center (NHHPC) Education and Outreach Working Group Management 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. All responses shall be submitted to cheryl.d.bass@nasa.gov no later than July 19, 2012. Please reference NNJ12433276L in any response.Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12433276L/listing.html)
 
Record
SN02794561-W 20120707/120705234909-13610ae9b3ad2f4d2367da8bb3e128cc (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.