Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOURCES SOUGHT

99 -- Safety and Mission Assurance Services (SMAS) III - Request for Information

Notice Date
1/5/2023 12:57:39 PM
 
Notice Type
Sources Sought
 
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
GSFC-SMASIII-RFI-001
 
Response Due
2/2/2023 2:00:00 PM
 
Archive Date
08/02/2023
 
Point of Contact
Miranda G. Meyer, Nancy J. Lindsey
 
E-Mail Address
miranda.g.meyer@nasa.gov, nancy.j.lindsey@nasa.gov
(miranda.g.meyer@nasa.gov, nancy.j.lindsey@nasa.gov)
 
Description
NASA/Goddard Space Flight Center (GSFC) is hereby soliciting information from potential sources for an upcoming follow-on to the Safety and Mission Assurance Services (SMAS) II contract 80GSFC17C0015, which provides safety and mission assurance services, independent surveillance, audit, review and assessment of design, development, test and mission operations activities on-site and at supplier facilities for the Safety and Mission Assurance Directorate (Code 300) who is responsible for providing support to GSFC projects. The National Aeronautics and Space Administration (NASA) GSFC 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 SMAS II follow-on. ��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. Interested firms having the required capabilities necessary to meet the Safety and Mission Assurance requirements described herein should submit an UNCLASSIFIED capability statement of no more than 25 pages indicating the ability to perform all aspects of the attached draft Statement of Work including a summary of relevant past experience. ��It is insufficient to provide only general brochures or generic information. Additionally, your responses must include the following: name and address of firm, size of business; whether they are Large, Small, SDB, 8(a), WOSB, SD-VOSB, EDWOSB, HUBZone, and HBCU/MI, and affiliate information: parent company, joint venture partners, and potential teaming partners. State clearly your interest as a prime contractor or subcontractor. NASA continues to embrace the number of ways it engages with industry.� Companies interested in the SMAS II follow-on, may be given the opportunity to engage with the GSFC�s Safety and Mission Assurance Directorate/Code 300 leadership.� Potential vendors interested in the SMAS II follow-on solicitation and will like an opportunity to engage the code 300 leadership should reach out to the SMAS II follow-on Technical Lead, Nancy Lindsey. Additionally, in support of the Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA is seeking to advance equity or remove barriers for members of underserved communities related to this requirement. As defined in the EO, Underserved Communities refers to populations sharing a particular characteristic, as well as geographic communities, that have been systematically denied a full opportunity to participate in aspects of economic, social, and civic life, as exemplified by the list in the preceding definition of ""equity."" Equity means the consistent and systematic fair, just, and impartial treatment of all individuals, including individuals who belong to underserved communities that have been denied such treatment, such as Black, Latino, and Indigenous and Native American persons, Asian Americans and Pacific Islanders and other persons of color; members of religious minorities; lesbian, gay, bisexual, transgender, and queer (LGBTQ+) persons; persons with disabilities; persons who live in rural areas; and persons otherwise adversely affected by persistent poverty or inequality. NASA seeks input in the following areas: 1. To support the requirements identified in this request for information (RFI) notification, what barriers or opportunities exist to engage subject matter experts from industry and academia and how can those barriers be overcome? How can underserved communities be leveraged? 2. To support the requirements identified in this RFI, what barriers or opportunities exist to partner with subcontractors that employ members of underserved communities, as defined above? 3. What other recommendations would you make to enhance diversity and inclusion? 4. What should be considered to encourage full participation and contribution of organizations and individuals (e.g., outreach efforts and innovative partnerships) in performance of this requirement? All responses shall be submitted electronically via email to Miranda G. Meyer at�miranda.g.meyer@nasa.gov and Nancy J. Lindsey at�nancy.j.lindsey@nasa.gov�no later than February 2, 2023 at 5:00PM EST.� Please reference GSFC-SMASIII-RFI-001 in any response.� Technical and procurement questions should be directed to the above point of contacts. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited.� Any information provided by industry to the Government as a result of this RFI is strictly voluntary.� Responses to this SSN will not be returned and respondents will not be notified of the results of the evaluation.� 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. All offerors who provide goods or services to the Government must be registered in the SAM located at https://SAM.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7519c2193fd8409caba1f9ade394f59b/view)
 
Record
SN06557703-F 20230107/230105230111 (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.