Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 25, 2024 SAM #8368
SOLICITATION NOTICE

R -- Presolicitation Program and Analysis Control (PAAC VI) Support Services

Notice Date
10/23/2024 10:41:51 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80GSFC24R0042
 
Response Due
11/7/2024 1:00:00 PM
 
Archive Date
11/22/2024
 
Point of Contact
Sherry Barbour, Phone: 3012866164
 
E-Mail Address
sherry.barbour@nasa.gov
(sherry.barbour@nasa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
NASA/GSFC plans to issue a Request for Proposal (RFP) for a follow-on contract to the Program Analysis and Control (PAAC V), Contract Number 80GSFC20D0001. The PAAC VI contract will primarily provide Project Planning and Control (PP&C) and associated functions for NASA Headquarters (HQ), Langley Research Center (LaRC) and Goddard Space Flight Center (GSFC) Installations and Facilities. In addition, the PAAC VI contract will allow for work to be performed at the vendor's facility and/or other NASA Facilities and Installations as delineated under individual task orders. The requirement under this contract encompasses a wide range of PP&C services necessary to assist NASA in its planning and managing of missions/projects and programs. Specifically, the PAAC VI contract will provide the following contractor support services: a) General Project Support, b) Planning and Scheduling, c) Earned Value Management, d) Configuration Management, and e) Documentation Management. It is anticipated that the subject contract will be a Cost-Plus-Fixed-Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) Single-Award contract with a five-year ordering period, with a potential additional 6 months per FAR Clause 52.217-8, Option to Extend Services.� The maximum ordering value will be $745M. Potential Offerors shall possess a Secret level facility security clearance by the due date for receipt of proposals. No Offeror will be considered for award who does not have a Secret level facility security clearance in place by the due date for receipt of proposals. For proposals submitted as joint ventures, the facility clearance must be granted in the name of the joint venture and the joint venture CAGE code shall be provided. The Government does not intend to acquire a commercial item using FAR Part 12. This competitive procurement is anticipated to result in a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) Cost Plus Fixed Fee (CPFF) contract with a 5-year effective ordering period. This is a 100% set-aside for competition among firms certified by the Small Business Administration as 8(a) Small Business. The NAICS Code is 541330 and $25.5, respectively. All qualified responsible sources may submit an offer which shall be considered by the agency. The anticipated release date of the Draft RFP is early December 2024; and the anticipated release date of the Final RFP is mid-to-late April 2025. Once the Draft RFP is issued, industry will be requested to submit questions in writing by the date specified in the Draft RFP. The Government will not accept proposals in response to the DRFP. The Government intends to perform the evaluation in accordance with FAR Part 15. All responsible sources may submit an offer which shall be considered by the agency. 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 If a solicitation is released, then it and any additional documents will be available on www.Sam.gov. It is the offeror's responsibility to monitor this �website for the release of the solicitation and amendments (if any).� Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).� Prospective offerors are encouraged to notify this office of their intent to submit an offer. All contractual and technical questions must be submitted electronically via email to Sherry Barbour at Sherry.Barbour@nasa.gov not later than 4:00pm Eastern Standard Time, November 7, 2024. Telephone questions will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e185873ca2944758a03ad4988dc57229/view)
 
Place of Performance
Address: Greenbelt, MD 20771, USA
Zip Code: 20771
Country: USA
 
Record
SN07247205-F 20241025/241023230103 (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.