SOURCES SOUGHT
R -- Request for Information Supporting Acquisition Strategy Development for Administrative Services
- Notice Date
- 9/9/2022 9:44:08 AM
- Notice Type
- Sources Sought
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
- ZIP Code
- 23681
- Solicitation Number
- 80LARC23RFIADMNSVS
- Response Due
- 9/23/2022 11:00:00 AM
- Point of Contact
- LAKHASSIA MCCOY, JOSEPH JANUS
- E-Mail Address
-
LARC-NEAS@MAIL.NASA.GOV, LARC-NEAS@MAIL.NASA.GOV
(LARC-NEAS@MAIL.NASA.GOV, LARC-NEAS@MAIL.NASA.GOV)
- Description
- The National Aeronautics and Space Administration�s (NASA) Langley Research Center (LARC) is hereby soliciting information from potential sources for NASA�s Enterprise-Wide Administrative Services procurement. The intent of this Request for Information (RFI) is to obtain information on industry�s capabilities to provide clerical and administrative support services that ensure effective and efficient office operations in a variety of administrative functional areas such as routine office operations, meeting support, correspondence and records management, human resource support, travel support, small purchase support, and organizational financial support. NASA is currently undergoing a major initiative pursuant to Procurement�s Transformation Initiative to transform how it will strategically procure administrative services to meet the Agency�s evolving needs in the decades to come. Critical elements of the initiative are to: (1) establish clearly defined enterprise requirements/deliverables; (2) streamline acquisition practices and business processes; and (3) reduce redundant and duplicative contracts and other instruments across the Agency. NASA is pursuing an enterprise operating model that would most effectively acquire its administrative services across the agency.� The existing efforts are currently being performed under separate contracts at multiple NASA centers to include Ames Research Center (ARC), Armstrong Flight Research Center (AFRC), Glenn Research Center (GRC), Goddard Space Flight Center (GSFC), Headquarters (HQ), Johnson Space Center (JSC), Kennedy Space Center (KSC), Langley Research Center (LaRC), Marshall Space Flight Center (MSFC), Stennis Space Center (SSC), and White Sands Test Facility (WSTF). For more information about each Center, visit: https://www.nasa.gov/about/org_index.html. NASA is in the early stages of developing a procurement strategy for the enterprise operating model for its administrative services across the agency. No specific procurement strategy has been established and NASA is looking to industry to help shape the overall approach. Due to the early state of NASA�s procurement planning, a detailed procurement schedule is not available. All information provided in response to this RFI will help NASA develop its potential procurement strategy. NASA is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the agency-wide Administrative Services Contract. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. Please note that this RFI is not complete in terms of requirements but is being used in assisting NASA in refining requirements to maximize competition. NASA is open to taking advantage of modernization of services to address the skills needed to address future needs, including increasing dependence on IT systems/tools and we invite firms to suggest best practices pertaining to Administrative Services. NASA is seeking responses to this RFI to help the agency understand the competitive environment. We invite firms that are or may be interested in competing for this opportunity to respond to this RFI by informing NASA of your company�s interest and to comment, question, or recommend on the areas elaborated below. Interested firms having the required capabilities necessary to meet the above requirements described herein should submit a capability statement of no more than 15 pages indicating the ability to perform all aspects of the effort. The effort will be in support of numerous NASA organizations including general office, executive staff, programs/projects and administrative, with office management responsibilities, to interact and coordinate frequently with staff, customers and other contractor personnel performing duties required for operational functions. The following list has been organized into areas which have been identified as Administrative Services that are needed but are not limited to: Office Operations Meeting/Special Event Support Communication/Correspondence/Records Management Travel Coordination/Support Small Purchase Support Human Resource Administration Support (performance management, staffing, classification, etc.) Financial Administration Support Program/project management support SharePoint Administrator Services � Update SharePoint sites The Government is still reviewing the strategic rationale for encompassing the above requirements into the broader definition of administrative services for this upcoming requirement and would appreciate your insights on how these services are procured on similar requirements obtained by your firm. Interested firms are requested to provide a submission addressing the areas listed above. The categories are subject to change at any time. Interested firms should also include GSA Schedules or best in class contracts that could be used to procure administrative services. It is the vendor�s responsibility to monitor SAM.gov for any updates. NASA also seeks input in the following areas: 1. To support the requirements identified in this request for information (RFI)/sources sought notification, what barriers (i.e., competition among small businesses) or opportunities exist to engage in an agency wide or regional contract for industry and how can those barriers be overcome? What experience do you have managing and staffing administrative services of similar size, scope, and complexity? How do you handle being geographically distributed across states? What type of contract arrangements should be considered (i.e., regional, requirements, teaming arrangements, etc.)? What are the risks and/or challenges to the transition from separate contracts in different locations to an enterprise operating model for administrative services where employees are located in different states? 2. In a hybrid work environment, what kind of requirements are emerging? Are there any other kind of changes? What kind of flexible work arrangements are available (i.e., onsite vs. offsite support)? What kinds of functions are provided onsite vs. offsite? What kinds of changes have been necessary to adapt to the current work environment? 3. What technological advances and modernization software tools are predominantly used to manage the work functions? NASA currently uses Microsoft 365 including Teams, Edge, and SharePoint. Other than these software tools, what should NASA be using to help manage the work functions? � 4.� What kinds of innovative techniques are employed for sharing a work function between organizations? Have standard processes and procedures been established and what has been successful or needs improvement? How are temporary surge requirements handled? Is there any capability to handle backup when resources are absent? 5. Describe employee onboarding process and training program. 6. What other recommendations would you make to enhance Administrative Services at the Agency-Wide level? Are there any requirements that should be included or excluded? 7. Describe the contract type and duration (i.e., period of performance (PoP)) that will be the best fit for an agency-wide or regional procurement, including a single award for all services, multiple awards based on services/locations, contract/performance incentives, etc.� Please provide your rationale. Separate from the capability statement and associated page limit identified above, NASA is also seeking input form industry in support of NASA�s commitment to Diversity, Equity, Inclusion, and Accessibility (DEIA) and Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA is seeking input to advance DEIA and remove barriers for members of underserved communities related to this requirement.� Interested firms are highly encouraged to gain a full understanding of the EO and NASA�s strategic plans to meet the EO. The following is provided for reference only https://www.nasa.gov/press-release/nasa-launches-mission-equity-seeks-public-input-to-broaden-access. Input is sought for strategies to advance DEIA which includes, but not limited to: Provide input regarding potential barriers to equity and approaches/input that will contribute to the success of the NASA mission in an equitable environment in the performance of the Administrative Services contract. Approaches that NASA can take to foster and advance reaching underserved or underrepresented communities for this procurement opportunity, Strategies NASA should consider fostering a more diverse and inclusive contractor/subcontractor workforce, Considering the cumulative scope of the Administrative Services requirements, what challenges and opportunities should be considered by NASA to maximize opportunities for small business concerns? Novel/innovative contracting strategies that NASA should consider making it more conducive for small businesses to participate in this procurement, including approaches to streamline the pre-award competitive process (e.g., industry conferences, proposal instructions) and post-award activities/requirements (e.g., reporting). All responses shall be submitted to: �https://nasagov.app.box.com/f/9d5803c1034445258da632be86d4f301. The interested firm shall follow instructions regarding capability statement submission found at: https://www.hq.nasa.gov/office/procurement/other/EFSS-Box-Offeror-Proposal-Submission-Instructions.pdf. ��Although, the link indicates proposal submission this is NOT A SOLICITATION, and the instructions are strictly for RFI submissions.� The interested firm shall submit all capabilities statements no later than 2:00 pm EDT on September 23, 2022. Any questions can be submitted to Lakhassia McCoy at LaRC-NEAS@mail.nasa.gov. Please reference 80LARC23RFIADMNSVS in any response. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis This request for information is for planning purposes only 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. NASA intends to publicize a listing of respondents in order to facilitate teaming arrangements. Should your firm desire not to be included in this listing, clearly indicate this desire in your response. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a33ee086867940c899d1272d4996efa0/view)
- Place of Performance
- Address: Hampton, VA 23666, USA
- Zip Code: 23666
- Country: USA
- Zip Code: 23666
- Record
- SN06459933-F 20220911/220909230133 (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 |