Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 02, 2017 FBO #5853
SOURCES SOUGHT

99 -- Program Analysis & Control (PAAC V) Support Services - Statement of Work

Notice Date
11/30/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Goddard Space Flight Center, Greenbelt, Maryland, 20771
 
ZIP Code
20771
 
Solicitation Number
PAACV18644575
 
Archive Date
12/30/2017
 
Point of Contact
Keisha Willingham, Phone: 3012863010
 
E-Mail Address
Keisha.S.Willingham@nasa.gov
(Keisha.S.Willingham@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft-Statement of Work (SOW) The National Aeronautics and Space Administration (NASA)/Goddard Space Flight Center (GSFC) is soliciting information from industry regarding an upcoming follow-on to the Program Analysis and Control (PAAC), under contract No. NNG14VI00C. NASA/GSFC is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), 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 and/or small business subcontracting goals for Program Analysis and Control (PAAC) Support Services Procurement. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. A draft Statement of Work (SOW) is provided for information purposes only. The scope of the PAAC contract may further increase or decrease as NASA further defines and/or assesses its Program Planning & Control (PP&C) requirements. The resulting contract will also include an Organizational Conflict of Interest (OCI) clause that will place firmed restrictions on a company's ability to pursue additional NASA work. Specifically, The Contracting Officer has determined that this acquisition may give rise to a potential organizational conflict of interest. Accordingly, prospective Offerors are directed to FAR Subpart 9.5 - Organizational Conflicts of Interest. The nature of the work under this contract will require the Contractor and its employees to have access to data and systems, which contain sensitive business information, and/or proprietary data. Potential Offerors are requested to submit information in the form of a Capabilities and Qualifications Statement that includes: (1) Addressing all of the functional areas outlined in the attached draft PAAC Statement of Work (including a compliance matrix); and, (2) Summarizing relevant past experience. Capabilities Statements shall not exceed 10 pages. Companies also must be registered in the System for Award Management (SAM) (www.sam.gov) to be considered as potential sources. The statement of capability shall be UNCLASSIFIED. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Your responses will not be returned nor will respondents be notified of the results of the evaluation. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and a future RFP (if applicable). Responses must also include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; 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 Government contracts covering 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). Technical questions should be directed to Stephanie Gray Procurement related questions should be directed to: Keisha.S.Willingham@nasa.gov. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov/ It is the potential offeror's responsibility to monitor https://www.fbo.gov/ website for the release of any solicitation or synopsis. 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Keisha S. Willingham, no later than December 15, 2017 via email Keisha.S.Willingham@nasa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/PAACV18644575/listing.html)
 
Place of Performance
Address: NASA/GSFC, Greenbelt, Maryland, 20771, United States
Zip Code: 20771
 
Record
SN04753328-W 20171202/171130231843-17d26fa3a23b47f809f9f89826d80a24 (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.