Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2020 SAM #6723
SOLICITATION NOTICE

A -- Software Engineering Services (SES III)

Notice Date
4/24/2020 10:22:45 AM
 
Notice Type
Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80GSFC20R0019
 
Response Due
5/6/2020 11:00:00 AM
 
Archive Date
06/15/2020
 
Point of Contact
Lakeshia Robinson, Phone: 301-286-8602, Fax: 301-286-1720
 
E-Mail Address
Lakeshia.M.Robinson@nasa.gov
(Lakeshia.M.Robinson@nasa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
April 6, 2020 TO:����������������� All Potential Offerors SUBJECT:����� DRAFT Request for Proposal (DRFP), Solicitation No. 80GSFC20R0019 �����������������������Software Engineering Services (SES III) You are invited to review and comment on the National Aeronautics and Space Administration (NASA) Goddard Space Flight Center�s (GSFC�s) Systems Engineering Services (SES III) draft solicitation to support the Engineering Technology Directorate (ETD).� The principal purpose of this requirement is to develop and acquire engineering of software and information systems support through all phases (formulation through on-orbit operations/decommissioning) of NASA�s programs and projects for the Engineering and Technology Directorate�s (ETD) Software Engineering Division (SED) and related organizations throughout GSFC, as required. These systems include: flight, ground, and science data software monitoring, control, on-orbit performance management and operations; spacecraft data processing and analysis, information management; and, science data analysis and management.� The Statement of Work, Attachment A, describes the scope of the requirement. Potential offerors are encouraged to comment on all aspects of the draft solicitation, including the requirements, schedules, proposal instructions, and evaluation approaches.� Potential offerors should identify unnecessary or inefficient requirements.� Potential offerors are encouraged to comment on any perceived safety, occupational health, security (including information technology security), environmental, export control, and/or other programmatic risk issues associated with performance of the work.� Potential offerors are also encouraged to comment on the clarity of the Task Order Scenarios. This acquisition will be conducted as an 8(a) set-aside competition.� The North American Industry Classification System (NAICS) code for this acquisition is 541715 and the small business size standard is 1000 employees.� This competitive procurement will result in a Cost-Plus-Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) requirement with the ability to issue CPFF task orders.� The contract will have an effective ordering period of 5 years from the contract effective date. �Phase-In will be conducted under a separate contract or purchase order during the 60-day period prior to the effective date of the contract. The contract will be performed onsite at Goddard Space Flight Center, Contractor�s facilities, and other NASA Centers or as specified in task orders.� The Government will make available existing Installation-Accountable Government Property (IAGP) for onsite contract performance and Government Furnished Property (GFP) for offsite use at the Contractor�s facility. Please note, a Top Secret/SCI facilities clearance is required for this procurement in accordance with the DD Form 254, Contract Security Classification Specification.� Interested vendors shall have an established Top Secret/SCI facilities clearance by due date for receipt of proposals and this clearance shall be maintained throughout the life of the contract. For proposals submitted as joint ventures, without a facility clearance granted in the name of the JV, each of the JV members must possess a Top Secret/SCI facilities clearance in place by the due date for receipt of proposals. All Offerors will be required to submit an OCI Plan with proposal submission in response to the Final RFP. Due to potential organizational conflicts of interest, NASA will provide potential offerors the opportunity to submit their OCI mitigation strategies after the draft RFP is released.� Offerors are encourage to provide mitigation strategies addressing potential Organizational Conflicts of Interests (OCI) identified in L.24, Notice of Potential Organizational Conflicts of Interest, of the Draft RFP. The current planned release date for the Final Request for Proposal (RFP) is on or about, May 21, 2020, with proposals being due approximately 45 calendar days later.� All documents related to this procurement, including this letter, the solicitation, attachments, exhibits, and any amendments will be attainable electronically from the World Wide Web through the Government wide point of entry website at https://www.beta.sam.gov.�� Additional information can also be found on the SES III online Reference Library at: https://elibrary.gsfc.nasa.gov/. Potential offerors are requested to periodically monitor the website for updates.� NASA FAR Supplement (NFS) 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. This DRFP is not a solicitation and NASA GSFC is not requesting proposals.� This request does not commit GSFC to pay any proposal preparation costs, nor does it obligate GSFC to procure or contract for this requirement.� This request shall not be construed as authorization to proceed with, or be paid for charges incurred by performing any of the work called for in this DRFP. Any comments regarding the DRFP should be submitted via e-mail to the Contracting Officer at Lakeshia.M.Robinson@nasa.gov, within 30 calendar days after the release of this DRFP. The Government will consider all comments received in preparation of the Final RFP.� To the extent a comment leads the Government to revise the acquisition approach or requirements, the change will be reflected in the Final RFP.� Some DRFP questions and comments may receive a posted response via beta.sam.gov if the Contracting Officer determines that a response would facilitate additional understanding of the solicitation.� Lakeshia M Robinson Contracting Officer
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d323cc8bef044d7b8e60ff9dd5a17e1f/view)
 
Place of Performance
Address: Greenbelt, MD 20770, USA
Zip Code: 20770
Country: USA
 
Record
SN05635186-F 20200426/200424230148 (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 |
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.