MODIFICATION
R -- CENTER SAFETY AND FIRE OPERATIONS CONTRACT
- Notice Date
- 3/25/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
- ZIP Code
- 00000
- Solicitation Number
- NNJ1361974L-1
- Response Due
- 4/8/2013
- Archive Date
- 3/25/2014
- Point of Contact
- Roger M. Roberts, Contracting Officer, Phone 281-483-2916, Fax 281-483-7890, Email roger.m.roberts@nasa.gov - Tumarrow J. Iglehart, Contract Specialist, Phone 281-244-2824, Fax 281-483-7890, Email tumarrow.iglehart-1@nasa.gov
- E-Mail Address
-
Roger M. Roberts
(roger.m.roberts@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is Modification 2 to the synopsis entitled 'Center Safety and Fire Operations (CSFO) Contract,' which was posted on February 22, 2013 under the Reference Number NNJ1361974L-1 The purpose of this modification is the following: (1) The CSFO Interested Parties List has been updated on the CSFO website. (2) NASA/JSC is requesting information from industry regarding potential organizational conflicts of interest (OCI) arising from the Center Safety and Fire Operations (CSFO) Contract. The nature of the work anticipated under the CSFO may create a situation where there could be the potential for OCI as currently described in FAR Subpart 9.5. Each potential offeror should review FAR Subpart 9.5 in light of NASAs anticipation of OCI issues and consider carefully the extent to which an OCI may arise before making the decision to compete for the CSFO. Specifically, NASA anticipates that the effort under the CSFO will include the following types of tasks which could lead to potential OCI issues. This list is not all inclusive. Assessment of ground-based hardware designs, analysis, and models developed for the JSC by Contractors, and Space Act Agreement Participants; Assessment of new technology disclosures (aka invention disclosures) including, for example, new and novel hardware, software, and processes; Access to Government Sensitive or Privacy Act Information such as pre-decisional information associated with on-going or future NASA projects that may result in future competitive procurements or personal injury data and rates of other contractors; Access to a Contractor, or Space Act Agreement Participants proprietary information where said Contractor, and Space Act Agreement Participant is not the CSFO Contractor; Safety oversight for test and evaluation of hardware and procedures. Safety surveillance of construction and facility operations, facility inspections, safety reviews of facility design and modification, and preliminary mishap investigations. These types of tasks could lead to the following categories of OCI issues depending on the composition of the team selected for the CSFO contract: Unequal access to nonpublic information of the type that may provide the CSFO Contractor an unfair competitive advantage in a later competition for a government procurement contract; Potential impaired objectivity if the CSFO contractor or its subcontractors are assessing data developed by themselves, related companies (e.g., affiliates, joint ventures, partnerships, etc.), or subcontractors; Potential impaired objectivity if the CSFO contractor or its subcontractors or related companies are responsible for assessing or performing safety assurance for hardware or data generated by the CSFO contractor, its subcontractors, or related companies under another JSC contract, grant, cooperative agreement, or Space Act Agreement; Potentially creating biased ground rules by providing technical assessments and advice to NASA personnel on specific technologies and methodologies that may affect NASAs preparation of a specification of work, other contractual requirements, or NASAs evaluation of proposals in a future competitive procurement. Potential offerors are requested to address the following questions: 1. What type of OCI issues would your company or potential team identify, if any, should you choose to propose on the CSFO contract? 2. What strategies would you anticipate proposing to mitigate the OCI issues that you identified (if any)? Please provide strategy details, previous examples/experience with other contracts with NASA or other agencies, etc. 3. Are there any other types of potential OCI issues with the proposed CSFO that were not identified in this RFI? 4. Does your company foresee any OCI issues associated with the CSFO that would cause you to decide not to propose on the potential CSFO RFP? A link to the NASA Guide on Organizational Conflicts of Interest has been posted to the CSFO procurement website at: http://procurement.jsc.nasa.gov/csfo/. Please reference this document for additional information about NASAs policies with respect to OCI issues. You are requested to provide electronic responses via e-mail to the Contracting Officer listed at the end of this synopsis. Your response is requested by 4:00 p.m. CDT on April 8, 2013. Please reference (NNJ1361974L-1) in any response. NASA intends to assess any responses received regarding potential OCI and each offerors proposed OCI mitigation strategy, responding to each company who submits a mitigation strategy in writing. NASAs response will simply be an attempt to preliminarily examine possible circumstances, which might lead to or eliminate an OCI. It will not be a confirmation that, in fact, an OCI will ultimately exist or that an offeror can successfully eliminate or mitigate an OCI. Furthermore, the response in no way alters or interprets the application of FAR 9.5 as it applies to a final statement of work or a final proposal submission, should a potential offeror elect to submit a proposal in response to an RFP issued under a solicitation for CSFO. Subsequent to the initial submission and response, the Government will not consider further information as it relates to this RFI. The documents on the NASA procurement website are for information and planning purposes to allow industry the opportunity to comment and to promote competition only. NASA will not affirmatively release any information received in response to this RFI to the public, but may use information received in developing the best approach for a contract strategy, and therefore such information may be recognizable to the potential offeror who submitted it. Any information submitted in response to this RFI that is marked as Confidential Commercial or Financial Information will be considered as voluntarily submitted in accordance with the Freedom of Information Act. The Government intends to release the names, addresses, and points of contact of all respondents unless specifically requested not to do so by the respondent. All questions should be directed to the point of contact identified below. 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 RFI. The Government will not pay for any information solicited under this RFI. No solicitation exists; therefore, do not request a copy of a 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ1361974L-1/listing.html)
- Record
- SN03019834-W 20130327/130325234122-a2302e1a4dddfd3bf68144c4db34690d (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 |