Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2012 FBO #4037
SOURCES SOUGHT

A -- ADVANCED TECHNOLOGY AND INTEGRATION CONTRACT

Notice Date
12/11/2012
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BR
 
ZIP Code
00000
 
Solicitation Number
NNNJ13ZBR001L
 
Response Due
1/10/2013
 
Archive Date
12/11/2013
 
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, Contracting Officer, Phone 281-244-5903, Fax 281-244-5331, Email cynthia.w.maclean@nasa.gov
 
E-Mail Address
Chrystal D. Nevels
(chrystal.d.nevels@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, including Small (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)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition for the Advanced Technology & Integration Contract (ATIC). The Government reserves the right to consider a Small, 8(a), Economically Disadvantaged Woman-owned (EDWOSB), Service Disabled Veteran Owned (SDVOSB), Historically Underutilized Business Zone (HUBZone) businesses, or Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) set-aside based on responses hereto. This notice is issued by NASAs Lyndon B. Johnson Space Center (JSC) as a Request for Information seeking capabilities from industry. 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, subject to FAR Clause 52.215-3, entitled Requested for Information or Solicitation for planning purposes. It does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and is not to be construed as a commitment by the Government to enter into a contract. The NAICS Code for the proposed acquisition is 541511 and the small business size standard is $25,000,000. The maximum award value is anticipated to be under $25,000,000 over a 5-year period of performance. 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 responsibility of potential offerors to monitor these sites for the release of any solicitation or synopsis. Summary: It is anticipated that JSC will issue a solicitation for the Advanced Technology & Integration Contract (ATIC). NASA/JSC is seeking potential Offerors/Contractors to provide managerial, administrative, and technical support needed to provide the functions, products, and services in support of the Mission Operations Directorate (MOD) and NASAs human spaceflight programs at JSC in Houston, Texas.The work will involve project integration, configuration and data management (CDM) support, information technology (IT) resource management (ITRM) planning, and office automated systems (OAS) support. The contractor shall establish and maintain a comprehensive working knowledge of MODs project information system. This may include, but is not limited to: -data management and administration, analysis and reporting, -maintenance of all database tables, fields, and correlations, -upload of data files, -configuration and data management, -documentation archiving and records management, -Configuration Management (CM) of MOD control board (CB), -IT planning and investment management, (e.g. Exhibit 300, MOD IT budget planning support, baseline drawings (computer-aided design and drafting (CADD) and engineering processes), -enhanced desktop or workstation support not provided by JSCs Information Resources Directorate (IRD) IT services, and -strategic floor space planning and CM of space utilization of MOD offices, laboratories, and other facilities. This may include, but is not limited to allocation, move coordination, repair, restoration, rehabilitation, and modification of MOD space. The work will also include the design, development, testing, integration and delivery of advanced technologies and highly specialized custom software engineering and research development of applications and solutions into mission operations systems and other systems within the MOD as it pertains to NASA programs. This highly specialized research explores new technologies for improving the effectiveness and efficiencies for NASA as it relates to mission operations systems. This includes, but is not limited to situational awareness displays, web-based workflow systems, computer simulation and modeling, data visualization and virtual reality, intelligent systems, training systems, flight crew operations applications, unique technical IT and programming support, computer-based training (CBT) techniques, andweb-based technologies designed to integrate various complex data sources and support for existing manual workflow process using a central data repository for the analysis and reporting of MOD project information. The contractor must possess knowledge of Mission Control Center Systems (MCCS), Crew and Flight Controller Training Systems, spacecraft operations and interactions with spacecraft systems including capabilities and limitations, skills in communicating with numerous highly specialized and different technical disciplines, and the ability to reconcile differences in an operationally practical way. Primary and vital requirements are as follows: -Software engineering and application development (C, C++, C#, JAVA, JAVA Script, Bash, PERL, TCL/TK, GTK) -Web based application development with database backend -Database installation, configuration, programming and administration using Oracle, Structured Query Language (SQL) and MultiTiered Architectures -Open source tools and expertise in using these tools for advanced technology projects -.Net, Active Server Pages (ASP), Winchill, and Extensive Markup Language (XML) -Linux System administration of Unix and Windows platforms to include Red Hat Enterprise Linux (RHEL), Community ENTerprise Operating System (CentOS), Scientific Linux, Windows XP, Windows 7, and Windows server 2003 & 2008 -Linux clustering and directory services -Web administration including Apache and Squid -VMware vSphere (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 Zone configuration, 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)/Cisco Certified Network Professional (CCNP), VMware Certified Professional on vSphere 4 (VCP4)/VMware Certified Professional on vSphere 5 (VCP5), Red Hat Certified System Administrator (RHSCA) -IBM SAN Volume Controller (SVC), and Configuration Management II (CMII) -Brocade Fibre Channel (FC) -MOD project information system and integration with JSC and NASA systems -Configuration management of MOD project information systems, applications, and database maintenance and administration -Requirements specification and analysis, data and configuration management, evaluations, simulations and testing and verification of computer software applications and databases Other requirements not considered primary and vital are as follows: -Design, planning and management of facility and construction related projects -Microsoft products (Access, Excel, Word, Project, and PowerPoint -IT planning and investment resource management -NASA Property (NPROP), JSCs Customer Service System (CSS), and NASA Headquarters IT Planning ProSight database -JSC Work Authorization Database (WAD) -Creation and development of technical drawings, renderings, and graphics visualization with the use of computer software (AutoCAD and Adobe Creative Suite) -Some targeted operating systems are New Technology (NT), Linux, UNIX and Windows. Examples of developed functionality are a portal search feature, edit windows, and regular expression parsing and replacement. An Example of a development environment is C; hosted on a personal computer (PC). Small business concerns that are capable of performing as prime contractors that meet the requirements of the synopsis are asked to submit capability statements. Capability statements must include the following information: Name and address of firm Company 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 Historically Black Colleges and/or Universities (HBCU/Minority Institutions (MIs) Number of years currently in business Affiliate information such as parent company or joint venture partners for this requirement In addition, capability statements must address the following: 1) A list of customers covering the past three years. Highlight relevant work, contract numbers, role (prime or subcontractor), contract type, dollar value of each procurement, and point of contact (address and phone numbers). If work was performed as a subcontractor, please indicate percentage of work/subcontract dollar value. 2) If the requirement is a small business set-aside, show ability to meet the 50% requirement of work to be performed by the prime contractor as set forth in FAR 52.219-14 Limitations on Subcontracting. RESPONSES DUE: Interested parties having the capabilities necessary for the primary and vital functions are invited to submit appropriate documentation and references as requested. Responses are required by 2:00 p.m. Central Time on January 10, 2013. Please reference NNJ13ZBR001L in any response. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this synopsis. The Government will not pay for any information solicited. No evaluation letters and/or results will be issued to the respondents. Potential offerors are responsible to monitor these sites for the release of any future solicitations or synopsis. The Government intends to review the responses submitted by Industry. This data will not be shared outside the Government. The Government may use this data to refine requirements and develop a request for a proposal. Data that is submitted as part of Industrys response that is marked Proprietary will not be reviewed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNNJ13ZBR001L/listing.html)
 
Record
SN02946720-W 20121213/121211234753-3ca307487744bad8efcb293d6221ac26 (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.