SOURCES SOUGHT
99 -- Consolidated Program Support Services (CPSS), Project Planning & Control (PP&C)
- Notice Date
- 8/16/2024 6:43:47 AM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NASA MARSHALL SPACE FLIGHT CENTER HUNTSVILLE AL 35812 USA
- ZIP Code
- 35812
- Solicitation Number
- MSFC-PS22-CPSS-PPC-II
- Response Due
- 8/30/2024 2:00:00 PM
- Archive Date
- 09/14/2024
- Point of Contact
- Charlene Booth
- E-Mail Address
-
charlene.c.booth@nasa.gov
(charlene.c.booth@nasa.gov)
- Description
- The National Aeronautics and Space Administration (NASA)/Marshall Space Flight Center (MSFC) is hereby soliciting information from potential sources for an�anticipated follow-on acquisition to the Consolidated Program Support Services�(CPSS), Project Planning & Control (PP&C) contract. The current contract is a single�award firm-fixed-price (FFP) core mission services contract with an indefinite-delivery, indefinite, quantity (IDIQ) utilizing FFP and time and materials task orders. The contract also has a five-year period of performance. The approximate cumulative contract value of the new award is estimated in excess of $320 million (core mission services and IDIQ). The follow-on effort, entitled �Consolidated Program Support Services (CPSS) Program Planning & Control (PP&C) II,� will provide programmatic and technical�personnel to support NASA�s current and future programs and projects to include PP&C�Integration, Earned Value Management, Cost Estimating, Cost Analysis, Scheduling, and Programmatic Subject Matter Experts. CPSS PP&C II is a consolidated contract approach allowing MSFC and other NASA Centers to acquire services in support of NASA Missions, and therefore will serve the entire agency. The technical requirements for PP&C II are included in Attachment A, CPSS PPC II Sources�Sought Requirements, of this notice, and are provided for informational purposes only.�The scope of the CPSS PP&C II acquisition may change (i.e., increase or decrease) as�NASA continues to assess its requirements. NASA/MSFC 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 CPSS PP&C II. The Government reserves the right to�consider a small, 8(a), women-owned small business (WOSB), serviced-disabled veteran owned small business (SDVOSB), economically-disadvantaged women-owned small business (EDWOSB) or Historically Underutilized Business (HUBZone) business set-aside based on responses received. The North American Industry Classification System (NAICS) code for this�procurement is anticipated to be 541715, Research and Development in the Physical,�Engineering, and Life Sciences (except Nanotechnology and Biotechnology), with a�size standard of 1,000 employees. This request is for sources only as related to market research. No corresponding�solicitation exists for this sources sought. Any subsequent solicitation release will be synopsized on SAM.gov. Interested firms are solely responsible for monitoring this website for the release of any subsequent solicitation or synopsis. Interested firms possessing the required capabilities necessary to meet the above�requirement described herein should submit a capability statement of no more than ten�pages indicating the ability to perform all aspects of the effort. The ten-page submission�excludes Attachment B, CPSS PPC II Workbook. A page is defined as 8.5� x 11� with one-inch margins and text in 12-point Times New Roman font. In addition to the CPSS PPC II Workbook data to be submitted with the response, interested offerors shall address, at a minimum, the following items in their capability statement: � Description of potential business strategies to support multiple Programs and Projects�across multiple NASA Centers. � Comments and recommendations for the most effective incentive and performance�criteria, to include risks and mitigations. � Recommendations with rationale for evaluation approach (e.g., full trade-off, price�performance trade-off (PPTO), or a combination of approaches) the Government�should consider in developing the procurement strategy and solicitation. � Description of programmatic, financial, technical, and administrative lessons�learned from similar efforts. � Prime contract vehicles to include General Services Administration�(GSA): OASIS, ALLIANT II, VETS II, STARS III, Multiple� � �Award� Schedule (MAS) (including applicable SINs, groups, or pools, or any other Government Agency contract vehicle that allows for decentralized ordering). � Description of the type of information needed to submit a credible proposal in�relation to the salient characteristics of the technical requirements. � Statement advising if the requirement is considered to be commercial as defined in FAR 2.101. 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 additional input in the following areas: 1. To support the requirements identified in this sources sought 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 sources sought notification, 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 Charlene Booth at�charlene.c.booth@nasa.gov no later than August 30, 2024, 4:00 p.m., Central Time.�Please reference �CPSS PP&C II� in any response. 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. Respondents will not be notified of the results of the evaluation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c0d8c9e0caa5441f8114a82efabe3b40/view)
- Place of Performance
- Address: Huntsville, AL, USA
- Country: USA
- Country: USA
- Record
- SN07174630-F 20240818/240816230118 (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 |