SOLICITATION NOTICE
R -- Program and Analysis Control (PAAC VI) Support Services - Final Request for Propopsal (RFP)
- Notice Date
- 9/3/2025 1:33:07 PM
- Notice Type
- Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
- ZIP Code
- 20771
- Solicitation Number
- 80GSFC24R0042
- Response Due
- 10/1/2025 10:00:00 AM
- Archive Date
- 12/31/2025
- Point of Contact
- Sherry Barbour, Phone: 3012866164
- E-Mail Address
-
sherry.barbour@nasa.gov
(sherry.barbour@nasa.gov)
- Small Business Set-Aside
- 8A 8a Competed
- Description
- September 3, 2025, Replaced the Final RFP GPM Exhibits 2-10 All IDIQ by CY excel spreadsheet that was uploaded on September 2, 2025 with the correct exhibit. -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- September 2, 2025 - The purpose of this notification to the Program and Analysis Control (PAAC VI) Support Services Solicitation, 80GSFC24R0042, is to post the Final Request for Proposal. You are invited to submit a proposal in response to the National Aeronautics and Space Administration (NASA) Goddard Space Flight Center�s (GSFC) Program Analysis and Control (PAAC) VI solicitation. The principal purpose of this requirement is to provide a wide range of services necessary to support NASA in its planning and managing of missions/projects and programs, and related services for the NASA/GSFC�s Flight Projects Directorate. The contractor shall provide Project Planning and Control (PP&C), Financial Services, and associated functions for NASA Headquarters (HQ), Langley Research Center (LaRC), and 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 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, e) Documentation Management, f) Risk Management, and g) Resource and Financial Management. This procurement may support other NASA Centers� requirements as needed. The Statement of Work, Attachment A, describes the scope of the requirement. NASA will conduct this acquisition as an 8(a) set-aside competition. The North American Industry Classification System (NAICS) code for this acquisition is 541330 and the small business size standard is $25.5M. This competitive acquisition will result in an Indefinite Delivery Indefinite Quantity (IDIQ) with the ability to issue Cost-Plus-Fixed-Fee (CPFF) task orders. The contract will have an effective ordering period of 5 years from the contract effective date. The anticipated contract award date is June/July 2026, with an August 1, 2026 contract effective date. The contract will be performed onsite at NASA Headquarters (HQ), Langley Research Center (LaRC), and Goddard Space Flight Center (GSFC) Installations and Facilities, and offsite at the Contractor�s facilities. Potential offerors should pay close attention to all solicitation instructions; however, the following requirements list is summarized to assist in proposal development. Please note that this list is not exhaustive, and the solicitation terms and conditions and provisions in sections L and M take precedence: 1. A Phase-in period will be conducted. Phase-In will be conducted, under a separate Firm-Fixed-Price contract or purchase order, during the 45-day period prior to the effective date of the contract. 2. The Government will make available existing Installation-Accountable Government Property (IAGP) for onsite contract performance and Government Furnished Property (GFP) for offsite use at the Contractor�s facility as described in the RFP. 3. NASA has determined that this acquisition may give rise to a potential organizational conflict of interest (OCI). Offerors should refer to NFS clause 1852.209-71 Limitation of Future Contracting, for a description of the potential conflict(s) and any restrictions on future contracting. Accordingly, the attention of prospective Offerors is invited to Federal Acquisition Regulation (FAR) Subpart 9.5, Organizational Conflicts of Interest. Offerors are required to submit an acceptable OCI Plan in accordance with the requirements of the Data Requirements Description (Attachment H.1). The proposed OCI Plan shall be consistent with all other areas of the proposal. The proposed OCI Plan is not page limited and shall be included as a separate proposal Attachment under Offer Volume I. 4. Please note a SECRET facilities clearance is required for this acquisition in accordance with the DD Form 254, Contract Security Classification Specification. For proposals submitted as Joint Ventures, the facility clearance must be granted in the name of the Joint Venture. 5. NASA GSFC appreciates the comments received in response to the release of the Draft RFP. These comments resulted in improvements to the quality and content of the overall RFP. Offerors should review the RFP in its entirety, as its content has changed from the Draft RFP version. The following list identifies some areas where significant changes or clarifications have been made from the Draft RFP to this Final RFP that may not have been addressed in the Draft RFP questions and responses; Reduced the contract estimated value from $745M to $393.7M. Added the Limitations of Subcontracting Report as deliverable #25 to the GSFC Clause 52.211-90, Supplies and/or Services to be Provided. In Section L and M, reorganized Subfactor A and B. Subfactor A is now Management Approach and Subfactor B is now Technical Approach. In Section L, revised Subfactor B � Technical Approach, B.1 Requirements Approach to change the Statement of Work critical elements to 2.4, 4.4.6, 4.6.7, 4.7.2, 4.8.3, and 4.9.6. In Section L and M, revised Subfactor B � Technical Approach. Added B.3 Innovations. In Section L and M, revised the past performance average annual cost/fee for a significant subcontractor from $25M to $10M. Attachment A � Statement of Work was revised and dated August 2025. Attachment J was renamed to Contract Data Requirements List (CDRL) and the Data Requirements Descriptions (DRDs) that were listed in Attachment J will be in separate attachments (e.g., Attachment H.1 - OCI DRD, Attachment L � Security Requirements for Unclassified IT DRD, Attachment M � CITAR DRD). In addition, a new DRD, Limitations of Subcontracting Report, Attachment N was added. Revised Enclosure 1 � Government Pricing Model to make modifications to the labor categories/position descriptions and reduce labor hours. Replaced Enclosure 3 � Government Quality Assurance Surveillance Plan in its entirety. Revised Exhibits 1A and 1B to make modifications to the labor categories and reduce labor hours. This list is not intended to cover all changes nor describe all RFP requirements. Offerors should carefully review the RFP in its entirety. 6. Be advised, in accordance with provision GSFC 52.215-230, Past Performance Volume, offerors need to encourage their references to submit their Past Performance Questionnaires directly to the Contracting Officer prior to proposal due date. 7. Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the corporate address submitted with its proposal. 8. All reference material (i.e, sample task orders) will be uploaded to SAM.gov. 9. Offerors are encouraged to include Innovative Approaches to maximize the effectiveness and efficiency in their Mission Suitability Technical and Management Approaches. Offerors are encouraged to refer to Federal Acquisition Regulation (FAR) provision 52.215-1, INSTRUCTIONS TO OFFERORS�COMPETITIVE ACQUISITION, in particular paragraph (f)(4) which discusses the Government�s right to award a contract without discussions. In order to control and protect sensitive data owned by the Government and its Contractors, NASA policy required all acquisition-related documents be released in Adobe Portable Document Format (PDF). Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, any amendments and links to online reference/technical/bidders library will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov. Potential offerors are requested to periodically monitor the websites for updates. When issuing new solicitations, Contracting Officers shall include the following notice: �System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. NASA FAR Supplement (NFS) 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 This RFP does not commit NASA Goddard Space Flight Center to pay any proposal preparation costs, nor does it obligate NASA Goddard Space Flight Center to procure or contract for these services. This request is not an authorization to proceed and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation. Proposals submitted in response to this solicitation shall be due no later than 1:00pm EST on October 1, 2025. Proposals for this solicitation are required to be submitted through NASA�s Enterprise File Sharing and Sync Box (EFSS Box), a FedRAMP Moderate certified platform. Potential offerors, especially those that have not previously submitted a proposal utilizing NASA�s EFSS Box, are encouraged to review the solicitation instruction entitled �Electronic Proposal Delivery - Proposal Marking and Delivery Through NASA�s EFSS Box� which provides instructions related to the submission of proposal via EFSS Box. Offerors are encouraged to check with their corporate IT staff to determine if there are firewall restrictions that would need to be addressed prior to the submission of proposal files through NASA�s EFSS Box. In accordance with NFS 1815.201(f), a �Blackout Notice� has been issued to NASA personnel. All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Officer listed below. All questions regarding this RFP should be submitted in writing, electronically to Sherry Barbour, Contracting Officer, at Sherry.Barbour@nasa.gov on or before September 15, 2025. Offerors are encouraged to submit questions as soon as possible for consideration. -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- The purpose of this notification to the Program and Analysis Control (PAAC VI) Support Services Solicitation is to inform industry that the Final Request for Proposal (RFP) will be posted on Tuesday, September 2, 2025. -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- The purpose of this notification to the Program and Analysis Control (PAAC VI) Support Services Solicitation is to inform industry that the Final Request for Proposal (RFP) estimated release date is being revised to late August 2025. In addition, the maximum ordering limitation is anticipated to be revised downward by approximately 35% to 45%. -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- The purpose of this notification to the Program and Analysis Control (PAAC VI) Support Services Solicitation is to inform industry that the Final Request for Proposal estimated release date is being revised to late June 2025. -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- The purpose of this update to the Program and Analysis Control (PAAC VI) Support Services Draft Request for Propopsal (DRFP) notice is to post the Industry Day Charts and the Draft RFP Questions and Answers. -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- The purpose of this amendment is to: 1) revise Section B, Supplies or Services and Prices/Costs; 2) revise Section I, Contract Clauses; 3) revise Section L, Subfactor B � Management Approach; 4) replace in its entirety Enclosure 1 - GPM; 5) replace in its entirety Enclosure 2 - Historical Data; 6) revise Exhibits 1A-1B; and 7) provide Industry Day information and supporting documents. Industry Day Information To facilitate open communication with industry, NASA Goddard Space Flight Center (GSFC) plans to conduct a Virtual Industry Day on March 28, 2025 for the Program and Analysis Control (PAAC) VI acquisition. The Industry Day will commence at 10:00AM via Microsoft Teams. The Industry Day is restricted to three (3) representatives per company. RSVP Interested vendors are to submit all required registration documentation/information to the Government by 4:00 PM, March 24, 2025. Note: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. --------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- You are invited to review and comment on the National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC)�s Program Analysis & Control (PAAC) VI solicitation. The contractor shall provide Project Planning and Control (PP&C), Financial Services, and associated functions for NASA Headquarters (HQ), Langley Research Center (LaRC) and Goddard Space Flight Center (GSFC) Installations and Facilities. NASA will conduct this acquisition as an 8(a) set-aside competition. This competitive acquisition will result in a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract with the ability to issue Cost Plus Fixed Fee (CPFF) task orders. The contract will have an effective ordering period of 5 years from the contract effective date. Any comments or questions regarding the DRFP should be submitted electronically in writing, to Sherry Barbour, Contracting Officer, at Sherry.Barbour@nasa.gov, no later than March 24, 2025. Please note that we will be conducting an Industry Day on March 28, 2025. All industry day related forms will be posted shortly. Please see the attached DRFP cover letter for additional information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c1aeefe37ae54c1b837337066a5646ae/view)
- Place of Performance
- Address: Greenbelt, MD 20771, USA
- Zip Code: 20771
- Country: USA
- Zip Code: 20771
- Record
- SN07576152-F 20250905/250903230041 (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 |