Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 23, 2024 SAM #8397
SOURCES SOUGHT

R -- JSC Logistics Operations (JLO)

Notice Date
11/21/2024 11:18:25 AM
 
Notice Type
Sources Sought
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC025XJLO
 
Response Due
12/6/2024 1:00:00 PM
 
Archive Date
12/06/2024
 
Point of Contact
Jon Prihoda, Phone: 2812446959
 
E-Mail Address
jon.prihoda@nasa.gov
(jon.prihoda@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT SYNOPSIS The National Aeronautics and Space Administration�s (NASA) Lyndon B. Johnson Space Center (JSC) is issuing this sources sought synopsis as a means of conducting market research to identify parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges & Universities (HBCU)/Minority Institutions (MI) having an interest in and the resources to support this requirement for the follow-on to the Logistics Operations Contract (LOC). The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 493110, General Warehousing and Storage, and NASA JSC intends this procurement to be a small business set-aside. The Government reserves the right to consider a Small, 8(a), Woman-owned(WOSB), Service-Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on the responses hereto. NASA is seeking capabilities from all categories of Small Businesses and HBCU/MSIs for the purpose of determining the appropriate level of competition and/or Small Business and HBCU/MSI subcontracting goals for this requirement. This synopsis is for information and planning purposes, and there is no solicitation at this time. This request for capability information does not constitute a request for proposals, and the submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred nor will the respondents be notified of the results of the evaluation. If a solicitation is released it will be synopsized in a Governmentwide point of entry (GPE). It is the potential offeror�s responsibility to monitor GPE sites for the release of any solicitation or synopsis. The elements of the Statement of Work may include but not be limited to the following: 1. Project Management 2. Redistribution and Utilization 3. Supply Management 4. Packing and Shipping Services 5. Furniture Operations 6. Receiving and Inspection Services 7. Moving and Hauling Services 8. Vehicle and Fleet Management 9. Bicycle Program and Maintenance 10. Export Control Support Services 11. Equipment Management 12. Indefinite Delivery/Indefinite Quantity Special Support Services If your organization has the potential capacity to perform the contract services listed above, please provide the following information to the best of your ability. Partial responses are also accepted. 1) Organization name, address, email address, Web site address, telephone number, DUNS number, size & type (large, small, women-owned�) of ownership for the organization, and the number of years in business. 2) Discuss your company�s ability to perform each of the services listed above. 3) If subcontracting, or joint venture, is anticipated in order to deliver technical capability, organizations should address the anticipated administrative and management structure of such arrangements (if this information is known at this time). Also, address what elements of work would be performed by the prime or joint venture and which elements would be performed by subcontractors. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; and 2) determine whether to conduct a competition with full and open competition or through a small business set-aside. To assess the market capacity, the government will review potential offeror�s past performance with respect to this type of work (provide in the relevant Past Performance template provided in APPENDIX 1) and experience providing services under a performance-based service acquisition contract. If the Government issues a Request for Proposal (RFP) the government reserves the right to restrict the procurement to a small businesses set-aside. Telephone inquiries will not be accepted or acknowledged, and no feedback, or evaluations, will be provided to companies regarding their submissions. NASA 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. Submission Instructions: Interested parties who consider themselves qualified for one, or more, elements of the Statement of Work are invited to submit a response to this Sources Sought Notice by 5:00 PM Central on December 06, 2024. All responses under this Sources Sought Notice must be emailed to the Contracting Officer (CO) Jon Prihoda at Jon.Prihoda@nasa.gov, and not exceed five pages. Please reference 80JSC025XJLO in any response. An Interested Vendors List will not be enabled within this posting. If you have any questions concerning this opportunity, please contact: jon.prihoda@nasa.gov APPENDIX 1: Relevant Past Performance Template # Contract NAME/Number Agency Contract Value Dates of Performance Prime or SUBCONTRACTOR Service(S) Provided under contract
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3fb9480c05b54c35a0db2f1502305059/view)
 
Place of Performance
Address: Houston, TX 77058, USA
Zip Code: 77058
Country: USA
 
Record
SN07272658-F 20241123/241121230117 (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.