Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2016 FBO #5216
SOURCES SOUGHT

99 -- Joint Operations & Integrated Systems Technology (JOIST) Request for Information (RFI) / Sources Sought Synopsis - RFI/Sources Sought Attachments

Notice Date
3/3/2016
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BR, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
NNJ16580323LA
 
Point of Contact
Audrey C. Montgomery, Phone: 2817927510
 
E-Mail Address
audrey.c.montgomery@nasa.gov
(audrey.c.montgomery@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NSOC SOW NAMIS SOW FDOC SOW ATIC SOW Draft JOIST SOW Capabilities Matrix The Flight Operations Directorate (FOD) of the National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC) is considering a new contract, Joint Operations & Integrated Systems Technology (JOIST), which combines elements from the following contracts in their entirety or in part: The following contracts may be combined into JOIST in their entirety: 1. The NASA Aircraft Management Information System (NAMIS), NNJ15JA06B 2. The Advanced Technology & Integration Contract (ATIC), NNJ14RA02C Sections of the following contracts may be combined into JOIST: 3. The Facilities Development and Operations Contract (FDOC), NNJ09HD46C (including, but not limited to Statement of Work (SOW) Section 2.7) 4. The Neutral Buoyancy Laboratory (NBL)/Space Vehicle Mockup Facility (SVMF) Operations Contract (NSOC), NNJ10HD35C (including, but not limited to SOW Section 2.9) The JOIST contract may include other specialized Information Technology (IT) work needed by other organizations at JSC who are interested in using services provided by the JOIST contract to gain efficiency within their organization. The anticipated North American Industry Classification System (NAICS) code for this procurement is 541512. The size standard is $27.5 million. This is a combined Request for Information (RFI) and Sources Sought synopsis to solicit comments from industry regarding potential acquisition strategies. For your reference, a summary of content for the proposed JOIST contract includes, but is not limited to, the following: NASA Aircraft Management Information System (NAMIS) The NASA Aircraft Management Information System (NAMIS) and the attendant and related systems are a NASA-wide, Enterprise-class aircraft management system that includes flight scheduling, crew records and proficiency management. NAMIS is available for use by other Government agencies and can be made available to commercial entities. NAMIS is used for all three levels of aircraft maintenance which includes: aircraft-related logistics management, aircraft configuration control, development and support of maintenance and operations manuals to include work cards and technical reference manuals, quality assurance support and trend analysis, and cost tracking and reporting. NAMIS has multiple interfaces that include NASA, Department of Defense, and contractor-owned systems. The NAMIS software is designed to accommodate regulations applicable to both Public Aircraft and the Federal Aviation Administration certificated aircraft. It supports airworthiness certification and certification of crew qualifications and proficiency/currency. NAMIS was developed under the Capability and Maturity Model Integration (CMMI) Level 3 quality assurance standards and independent certification of CMMI-Level 3 or better is a requirement under the JOIST contract. The full suite of software to be supported under this contract, including NAMIS and the ancillary systems, consists of over 1.5 million lines of code involving five different programming languages, over 4,000 database tables, and a user base of approximately 2,000 users. The languages involved are Active Server Pages and Hypertext Markup Language (ASP/HTML), Java Script, C-Sharp (C#), Microsoft SQL Server (SQL), and Extended Markup Language (XML). Modifications to the system cannot adversely impact on-going operations and the modifications must be accomplished on an aggressive schedule requiring a high degree of software team productivity capability. Management and Mission Support Services The Contractor provides mission and specialized office IT support not provided by JSC or NASA Agency Enterprise IT services across FOD, an organization of approximately 2,500 users. This support consists of two-tiered help desk support: 24x7 on-call and standard 8 hours/day x 5 days/week (Monday - Friday) support for office personal computers (PCs) and laptops for FOD user and contractor-installed custom and COTS software tools. This includes supporting users who travel to other NASA locations and other International Space Agency facilities around the world. On occasion the contractor is asked to resolve IT issues for crew members on-board the ISS by way of working with the appropriate ground-based IT organizations. The contractor assists with, and provides FOD-specific Information Resources Directorate (IRD) Support Requests (SRs) coordination & processing, provide asset tracking and support of government owned IT assets, including, but not limited to, end user mobile IT (e.g. laptops, tablets, and smartphones), and manage file, database, SharePoint, and web server space for all FOD Offices and Divisions. NASA Enterprise Office IT, including desktop computers, laptops, and mobile devices, are provided by an NASA Agency contractor which is responsible for support and asset management of said IT. The Contractor develops, installs, and maintains FOD-unique (custom) office applications in accordance with an established Change Control Process, Plan, and Governance. The Contractor procures, installs, administers, and maintains FOD-unique IT Infrastructure, including, but not limited to server hardware and software systems providing file, web, database, SharePoint, and print services spanning development, integration & test, and production environments. The contractor provides quick turnaround multi-media products and distribution services to support ISS program/Astronaut Office training and mission needs. Representative systems include, but are not limited to, Microsoft Windows operation systems, Linux-based operating systems, Microsoft SQL Server, MySQL database systems, Microsoft and Linux-based web servers, SharePoint, and federally-approved (e.g. FedRAMP) cloud solution providers. In addition, the contractor provides facility utilization management and Directorate-Center-Agency IT integration and interface support. The Contractor institutes processes for FOD Information Technology (IT) planning and management (NPD 2800.1B), Information Technology (IT) Security (NPR 2810.1A), and export control (NPR 2190.1B), as defined in the most current versions of the applicable NASA Policy Requirements and Directives, across the entire FOD organization, up to and including non-Enterprise, highly-specialized, and non-highly specialized Mission, Program, and Project IT across all FOD contracts. Advanced Technology Research and Development Technology Support The contractor designs, develops, tests, integrates, and delivers advanced technologies and highly specialized custom software. This also includes software engineering and research development of applications and solutions for mission operations and other systems within the FOD in the pursuit of post-present/next generation design solutions. In addition, this work includes project integration, data management, Configuration Management and Documentation Management (CMDM). Examples of software work and suites to be supported under this contract includes, but are not limited to, software engineering and application development (C, C++, C#, JAVA, JAVA Script, Bash, PERL, TCL/TK, GTK, CSS, CURL, Drupal, GIMP, HTML, Python, Visual Basic, X Motif, XTCE), database installation, configuration, programming and administration using Oracle, Structured Query Language (SQL), MySQL, PostgreSQL, and Multi-Tiered Architectures, and Storage Area Network (SAN) and Fiber Channel (FC) to include zone configuration, logical unit number (LUN) and multi-pathing management. JOIST RFI Questions For your reference, the Draft JOIST Statement of Work (SOW) and the existing NAMIS, ATIC, FDOC, and NSOC/SVMF SOWs are attached to this posting. This information is also located in the JOIST Technical Library. Please limit your response to no more than fifteen, 8.5" x 11" pages (12 pt. Times New Roman font, single spaced, 0.5" margins) and indicate which question(s) you are addressing. 1. Contract & Technical - a. Discuss methodology(ies), strategies, and/or recommendations for the organization, management, and technical content of combining the specified content of the contracts described above into a single- or multiple-award contract vehicle, including consideration for work that may exclusively fall under full and open competition and/or small business set-aside. Provide feedback concerning contract type, along with rationale. b. Describe possible approach(es) of leveraging or integrating government off the shelf (GOTS) or commercial off the shelf (COTS) alternatives to the custom software and services described in this Synopsis and the attached draft JOIST Statement of Work that could lead to cost saving and/or efficiencies. c. Describe your company's overall skills, experience, and capabilities to perform the work of the draft JOIST SOW. Please identify specific draft JOIST SOW sections where your company could provide the stated capability by way of Attachment 1: Draft JOIST SOW Section Vendor Capability Matrix at the end of this RFI. 2. Small Business - Identify any areas of the draft JOIST SOW that you believe could be performed by a small business and provide rationale. 3. General - a. What documents would you like to see on the JOIST contract website or included in the Technical Library? b. Provide feedback and rationale on any other topics, factors, and/or items of interest you would like to address regarding this potential procurement. 4. Company-Specific Information - Responses must include the following: a. Name and address of firm and Point of Contact information b. Size of business i. Average annual revenue for past three years ii. Number of employees iii. Whether the firm is a Large, SB, SDB, HUBZone, WOSB, VOSB, SDVOSB, HBCU/MI, and/or 8a c. Number of years in business d. Affiliate information: parent company, joint venture partners, and potential teaming partners e. If you plan to propose as a prime or as a subcontractor f. A list of contracts covering the past three years with emphasis on work performed for the United States Federal Government. Please provide contract numbers, if your firm was a prime or subcontractor, contract type, dollar value of each procurement, and customer point of contact (address and phone number). If work was performed as a subcontractor, please indicate percentage of work/subcontract dollar value. If the contract(s) were IDIQ, please indicate the number of task orders awarded and the total dollar value of those task orders. g. From the above list, please identify those contracts that you consider most relevant to the work of the JOIST effort. Please provide a brief summary of similar work accomplished as compared to the JOIST scope. h. Highest level of CMMI certification 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. 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. Respondents will not be notified of the results of the evaluation. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI/synopsis. The Government intends to review the responses submitted by industry. No evaluation letters and/or results will be issued to the respondents. The data will not be shared outside the Government, but may be used to develop future requirements, refine requirements, and/or develop the best approach for any contract strategy. Please do not submit proprietary information. Data that is marked "proprietary" will not be reviewed. 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. This information will be provided on the JOIST procurement website as an "Interested Parties List". You are requested to provide electronic responses via e-mail to Audrey Montgomery at audrey.c.montgomery@nasa.gov. All questions shall be submitted no later than 4:00 p.m. CDT on March 11, 2016. Responses to the Government's questions listed in this RFI shall be submitted no later than 4:00 p.m. CDT on March 25, 2016. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential Offeror's responsibility to monitor these sites for the release of any solicitation or synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a30baa9c2e71ec154aaef7a27184047)
 
Record
SN04038798-W 20160305/160303235719-9a30baa9c2e71ec154aaef7a27184047 (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.