SOURCES SOUGHT
R -- SOFTWARE ENGINEERING PROCESS IMPROVEMENT-2 (SEPI-2)
- Notice Date
- 1/21/2020 1:02:15 PM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- NASA GLENN RESEARCH CENTER CLEVELAND OH 44135 USA
- ZIP Code
- 44135
- Solicitation Number
- 80GRC020R0008
- Response Due
- 1/29/2020 9:00:00 AM
- Archive Date
- 02/13/2020
- Point of Contact
- David S. Eccleston, Phone: 216-433-2422
- E-Mail Address
-
david.s.eccleston@nasa.gov
(david.s.eccleston@nasa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NASA/GRC is hereby soliciting information about potential sources for Software Engineering Process Improvement-2 (SEPI-2). The purpose of this sources sought notice (SSN), sources sought synopsis (SSS), and request for information (RFI) is for market research, informational and planning purposes only. The National Aeronautics and Space Administration (NASA) Glenn Research Center (GRC) 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 the Software Engineering Process Improvement (SEPI) 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. NASA is seeking capabilities from all categories of small businesses for the purpose of determining the appropriate level of competition and/or small business subcontracting goals for this requirement. This requirement is a follow-on to the Software Engineering Process Improvement (SEPI) contract, NNC13BA09B, with Cepeda System & Software Analysis. The types of services include but are not limited to: Project Formulation, Planning, Coordination, & Control, Educator Professional Development, Student Opportunities, Curriculum Development, and Data Collection Analysis. The North American Industry Classification System (NAICS) code for this procurement is 541519 Software Engineering Process Improvement, with a size standard of $30.0 million dollars. A copy of the DRAFT Statement of Work (SOW) is attached to this posting as Attachment A. Interested parties shall submit a capability statement indicating the ability to perform all aspects of the effort described herein. Responses shall be limited to no more than 10 pages. Responses to this Sources Sought Synopsis (SSS) / Request for Information (RFI) shall include the following: 1. Name and address of firm 2. Size of business as relates to the NAICS Code 3. DUNS number 4. CAGE code 5. Capabilities statement 6. Average annual revenue for past 3 years and number of employees 7. Ownership 8. Whether company is large, or what category of small business 9. Number of years in business 10. Affiliate information 11. Parent company 12. Joint venture partners 13. Potential teaming partners 14. Prime contractor (if potential sub) or subcontractors (if potential prime) 15. List of customers covering the past three years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact � address, email and phone number). CAPABILITIES: Information describing your company�s capabilities to meet the requirements in the DRAFT Statement of Work (SOW). How familiar is the contractor with the CMMI 2.0 model? Can this company provide classes on the CMMI 2.0 model? Has the contractor performed any CMMI 2.0 appraisals at the Maturity Levels 2 and 3? All responses shall be submitted with the e-mail Subject Line of �80GRC020R0008 and your company�s name� to David S. Eccleston at David.S.Eccleston@nasa.gov by 12 p.m. Eastern Standard Time on Wednesday, January 29th, 2020. All Questions shall be directed to the Contracting Officer (CO), David S. Eccleston at the e-mail address stated above. Please reference this Sources Sought Notice number, 80GRC020R0008, in all inquiries. In accordance with FAR 15.201(e), responses to this Request For Information (RFI) 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. This synopsis is for market research, information and planning purposes; it is not to be construed as a commitment to acquire any products or services by the Government, and all information provided by interested offerors/vendors is entirely voluntary. The Government may utilize the information provided by respondents in developing its acquisition strategy. The Government does not intend to award a contract on the basis of this SSN nor will the Government pay for information solicited. Responses to this SSN will not be returned, and respondents will not be notified of the results of the review. NO SOLICITATION EXISTS; THERFORE, DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized on Beta.Sam.Gov. It is the responsibility of potential offerors to monitor the Beta.Sam.Gov website for the release of any solicitation or synopsis.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d0107dde83134ed898960160ecf9e371/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05539754-F 20200123/200121230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |