Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOURCES SOUGHT

A -- INTELLIGENT SYSTEMS RESEARCH AND DEVELOPMENT SUPPORT

Notice Date
8/30/2007
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA07205346R-NRL
 
Response Due
9/20/2007
 
Archive Date
8/30/2008
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC is hereby soliciting information about potential sources for Intelligent Systems Research and Development Support (ISRDS). The Intelligent Systems Division (hereafter, referred to as Code TI or the Division) is part of the Exploration Technology Directorate (Code T) at NASA Ames Research Center. Code TI conducts scientific research, develops technologies, builds applications, and infuses and deploys advanced information systems technology into NASA missions and other federal government projects. This procurement is for research, development and infusion support services to assist that effort. The work will be performed primarily at Ames Research Center (ARC), Moffett Field, California. In this synopsis, NASA ARC is soliciting information about potential sources and preferred contracting approaches for the above services, which are described in more detail in Appendix A (See separate Appendix A document posted August 30, 2007). The Government is contemplating using the Government-wide Acquisition Contract (GWAC), "Alliant". I. PURPOSE OF THIS SYNOPSIS This notice has two purposes: 1) To request information on capabilities of potential offerors to provide the services described in Appendix A in order to determine if this will be a small business set-aside. Information received as a result of this notice will be considered by the Government and used for acquisition planning purposes only. 2) To request information from interested parties regarding their preferred contracting approach to provide the services described in Appendix A. II. SUMMARY OF PROPOSED WORK BACKGROUND: Code TI is a major contributor to enabling technology research and development of NASA's programs in Aeronautics Research Mission Directorate (ARMD), Exploration Systems Mission Directorate (ESMD), Science Mission Directorate (SMD), and Space Operations Mission Directorate (SOMD). The programs include ESMD?s Robotics, Operations and Supportability, ESMD?s Constellation, ESMD?s Exploration Technology Demonstration Program (ETDP), ARMD?s Aviation Safety program, ARMD?s Subsonic fixed-wing, SOMD?s ISS Training system and ScMD?s Landsat data and mission operations. Laboratories are operated by Code TI for many of the scientific and engineering disciplines under the purview of the Division. Code TI maintains strong relationships with other U.S. government agencies, industrial organizations, and academic partners for the purposes of joint research and rapid technology transfer. Code TI is composed of technology-based groups, each with expertise to support the above-listed missions. The technologies currently emphasized are described in Appendix A. TECHNICAL AREAS: The following lists the technical activities that may be required under ISRDS during the period of performance. These activities are summarized in Appendix A. 1) Research Infrastructure, 2) Program Support, 3) Autonomous Systems and Robotics (ASR), 4) Collaborative & Assistant Systems (CAS), 5) Discovery and Systems Health (DaSH), and 6) Robust Software Engineering (RSE). III. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES Interested Offerors having the required specialized capabilities/qualifications to support some or all of the work described in Appendix A are asked to submit a capability/qualification statement of 10 PAGES or less. There is no required font size and/or type designated for this ?Capability/Qualification Statement.? Figures, exhibits, and diagrams should be readable. Submit your response electronically in PDF format. The Government requests separate files for the ?Statement of Capabilities? response and the ?Contracting Approach? response. The response must include the following: 1) Company name, address, point of contact, phone, fax, e-mail, and website (if applicable). 2) Whether your company is Large business, Small business, Small Disadvantaged Business, 8(a)set-aside small business, HUBZone small business, Woman-owned small business, Veteran-owned small business, HBCU/MI, Service-Disabled Veteran-owned small business for NAISC code 541710 size standard 500 employees. 3) Whether your company is on the Government-wide Acquisition Contract (GWAC), "Alliant". 4) Your company?s capability in each of the technical areas. For each technical area, indicate what percentage of the technical area you would perform. 5) A list of relevant work performed in the past five (5) years, including contract type, contract number, technical description, dollar amount, period of performance, and a customer reference name and telephone number. Please include relevant work in collaboration with any high performance computing organization. The Government reserves the right to consider a small business or 8(a) set-aside based on responses. IV. RESPONSES REGARDING THE CONTRACTING APPROACH The Government is soliciting contracting approaches to the NASA ISRDS procurement that will enhance competition and provide business opportunities. Therefore, the Government is requesting feedback in the following areas for consideration during acquisition planning: a) Socio-economic considerations: ARC is interested in your comments on establishing subcontracting goals for Small Business, Service-Disabled Veteran-owned small business, Small-Disadvantaged Business, Women-owned small business, Veteran-owned small business, Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), and HUBZone small business. b) Performance-Based Contracting (PBC): ARC is interested in your comments on Performance-Based Contracting (PBC). If you have specific experience with PBC in support of similar contracts, please include your experience and opinion of measurable performance standards as it relates to the technical areas described in Appendix A. c) Use of Cost Plus Award Fee: ARC is considering the use of a cost plus award fee structure to evaluate technical performance, schedule, and cost. In an attempt to determine the feasibility of a cost plus award fee approach for this particular procurement, the Government is soliciting input from interested parties and asks that responses include answers to the following questions: 1) Performance incentives: Please provide your view regarding award fee, award term, and/or other appropriate incentives for contractor performance. 2) Here are some sample incentive evaluation factors. How would you propose to measure factors such as the technical/cost/schedule performance, risk mitigation, employee and asset safety and security, innovative best practices, quality of service to users, responsiveness to changing requirements and budget, or identifying opportunities for technical and administrative improvement? 3) What type of award fee evaluation factors would you recommend for this type of procurement? d) Data: What type of technical information along with the Statement of Work would you like to see with a potential solicitation (e.g., sample tasks)? e) Contract Content/Structure: Do you have any suggestions or examples of restructuring, simplifications, and clarity in the description of technical areas (Appendix A) as well as other types of additional information that would improve understanding or clarity of requirements and terms and conditions? There is no limit on the page length to your response to PART IV. RESPONSES REGARDING THE CONTRACTING APPROACH. V. YOUR RESPONSE TO THE SYNOPSIS All responses to: 1) the Statement of Capabilities and 2) Contracting Approach shall be received no later than Thursday, September 20, 2007. Please respond via electronic mail (e-mail) to the Contracting Officer, Natalie LeMar, at the following address: Natalie.R.LeMar@nasa.gov. Written questions should also be directed to the Contracting Officer, Natalie LeMar, at the following address: Natalie.R.LeMar@nasa.gov. If an interested party requests confirmation of receipt, the Contracting Officer will confirm receipt. In all responses, please reference solicitation number NNA07205346R-NRL. Verbal questions will not be accepted. 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. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#126818)
 
Record
SN01391333-W 20070901/070830223204 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.