SOLICITATION NOTICE
R -- Sole Source Harlan Brown KSC LSP Customer Assessment - Package #1
- Notice Date
- 11/17/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541613
— Marketing Consulting Services
- Contracting Office
- NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK17609040Q
- Archive Date
- 12/14/2016
- Point of Contact
- Allen J. Miller, Phone: 3218673308
- E-Mail Address
-
allen.j.miller@nasa.gov
(allen.j.miller@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Redacted Sole Source SOW This combined synopsis/solicitation is a sole source acquisition notice for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The Kennedy Space Center (KSC) has a requirement for customer relationship assessments through the use and interpretation of customer surveys for the Launch Services Program (LSP). This notice is being issued as a Sole Source Request for Quotation to Harlan Brown & Company, Inc., Crozet VA. 22932, for the LSP 2016, Customer Survey requirements listed in the attached Statement of Work. Harlan Brown & Company, Inc. provided this same assessments in 2010, 2012, and 2014. Harlan Brown & Company, Inc. has unique mission perspective and knowledge gained of NASAs culture, history, and customer organizational relationships as a result of compiling the previous assessments. The 2016 assessment must utilize the results of the last survey in 2014 and previous surveys to compare with the results of the 2016 assessment. The 2016 assessment must allow LSP to better understand its customer needs, concerns, and how to tailor the mission support it provides to meet mission milestones. Harlan Brown & Company, Inc. will be requested to provide a refresher and continuance to the assessment presentation provided to the LSP management team throughout the performance period. With respect to the current assessment under consideration at this time, Harlan Brown & Company, Inc., participated in the previous evaluations and has expertise in the design needs of the 2016 survey/assessment instruments. Based on Harlan Brown & Company's, Inc. unique technical expertise and prior familiarity and work experience on the project, competition is impractical. It is in the best interest of the Government to procure customer relationship assessments from Harlan Brown & Company. The contractor shall propose: Line 1: Customer Survey Development. Upon award and completed survey development, the survey must be approved by Government prior to billing. Line 2: Final Report and Presentation including travel cost. Contractor shall invoice upon Government acceptance of the Final Report and Presentation. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their detailed capabilities and qualifications to perform this effort in writing to the identified point of contact no later than 10:00 am EST on November 22, 2016. Such detailed capabilities and qualifications must demonstrate in writing the ability to meet this requirement and will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Questions must be received in writing (email) by 10:00 am EST on November 22, 2016 to Allen Miller, email: Allen.J.Miller@nasa.gov Offers for the items described above are due by 8:00am EST on November 29, 2016 to Allen Miller via email above. Travel must adhere to Federal Travel Regulation. Offers must include solicitation number, FOB destination to KSC, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note "B". In accordance with FAR 19.502-1(2), this acquisition is set aside for small business. The NAICS Code and the small business size standard for this procurement are 541613, $15 (in millions of dollars) respectively. The offeror shall state in their offer their size status for this procurement. If an offer is submitted in response to this synopsis, it must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer representations and certifications will be incorporated by reference in any resultant contract. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following this Internet site for the release of solicitation amendments (if any): Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). The DPAS rating for this procurement is DO-C9.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK17609040Q/listing.html)
- Place of Performance
- Address: KSC, FL, KSC, Florida, 32899, United States
- Zip Code: 32899
- Zip Code: 32899
- Record
- SN04331409-W 20161119/161117234756-30c40892be039e40dd56dafe6edfe74a (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 |