Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOLICITATION NOTICE

M -- SEMAS-SAFETY ENVIRONMENTAL AND MISSION ASSURANCE SERVICES

Notice Date
4/21/2008
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
SEMAS-Request_for_Information
 
Response Due
5/6/2008
 
Point of Contact
Robin L Wong, Contract Specialist, Phone 650-604-4636, Fax 650-604-3020, - Ronnee R. Gonzalez, Contracting Officer, Phone 650-604-4386, Fax 650-604-0270
 
E-Mail Address
robin.l.wong@nasa.gov, ronnee.r.gonzalez@nasa.gov
 
Description
This is a modification to the synopsis entitled SEMAS- Safety, Environment, andMission Assurance Services which was posted on February 11, 2008. The following changeshave been made: The Government requests information on capabilities of potential offerors, either as asingle operating entity or through a teaming arrangement, to provide ALL the servicesdescribed in the Description of Services, posted on February 11, 2008 and the TechnicalCapabilities Checklist provided with this modification. To ensure the appropriate contract type is used, the Government is soliciting inputregarding the type of contract to be used for this acquisition. Contract types forconsideration include both Fixed-Price and Cost-Reimbursement contracts, such as FFP,FPI, FPAF, CPFF, and CPIF. Please include information regarding why a particular contracttype might be more appropriate (benefits and impediments), how that proposed contracttype would affect costs and how you would propose. Please also address possibleincentives / standards for technical, cost, and schedule performance; risk mitigation;employee and asset safety and security; innovative best practices; quality of service tousers; responsiveness to changing requirements and budget; and identifying opportunitiesfor technical and administrative improvement. Interested Offerors having the required specialized capabilities/ qualifications tosupport some or all of the work described in the Description of Services and TechnicalCapabilities Checklist are asked to submit a capability/qualification statement of 10PAGES or less. The required font type is Arial and font size should be no smaller thansize 12. Figures, exhibits, and diagrams must be readable. Submit your responseelectronically in PDF format. The Government requests separate files for Statement ofCapabilities and Contracting Approach response. The response to Capability/Qualification Statement must include the following: 1) Company name, address, point of contact, phone, fax, e-mail, and website (ifapplicable). 2) Whether your company is Large business, Small business, SmallDisadvantaged Business, certified 8(a) small business (include anticipated graduationdate), HUBZone small business, Woman-owned small business, Veteran-owned small business,HBCU/MI, Service-Disabled Veteran-owned small business for NAICS code 561210, sizestandard $32.5M. 3) Whether your company is on any Government-wide Acquisition Contract(GWAC) for these services. 4) Your companys capability in each of the technical areas.For each technical area, indicate what percentage of the technical area you would performand what percentage would be performed by a subcontractor, if applicable. Please use theTechnical Capabilities Checklist provided in this posting to supplement your response. 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 acustomer reference name and telephone number. The small business goals that may be incorporated into the contract are to be determined,but may include the following categories: Small Business Concerns; Small DisadvantagedBusiness (SDB) Concerns; Woman-Owned Small Business (WOSB) Concerns; HUBZone SmallBusiness Concerns; Veteran-Owned Small Business Concerns; Historically Black Colleges andUniversities (HBCU) (includes other minority Institutions); Veteran-Owned BusinessConcerns; and Service Disabled Veteran-Owned Business Concerns. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses. The Government is soliciting contracting approaches to this potential procurement thatwill enhance competition and provide business opportunities. There is no limit on thepage length to your response to Contracting Approach. The required font type is Arialand font size should be no smaller than size 12. The Government is requesting feedback inthe following areas for consideration during acquisition planning: a) Socio-economic considerations: ARC is interested in your comments on establishingsubcontracting goals, if small business goals are incorporated into the contract, forSmall Business, Service-Disabled Veteran-owned small business, Small-DisadvantagedBusiness, Women-owned small business, Veteran-owned small business, Historically BlackColleges and Universities/Minority Institutions (HBCU/MI), and HUBZone small business. b) Use of Incentives: ARC is considering the use of an incentive structure to evaluateperformance. In an attempt to determine the feasibility of incentive approaches for thisparticular procurement, the Government is soliciting input from interested parties andasks that responses include answers to the following questions: 1) Performance incentives: Please provide your view regarding appropriate incentives forcontractor performance. 2) How would you propose to measure factors such as the technical/cost/scheduleperformance, risk mitigation, employee and asset safety and security, innovative bestpractices, quality of service to users, responsiveness to changing requirements andbudget, identifying opportunities for technical and administrative improvement, or cost? 3) What type of evaluation criteria would you recommend for this type of procurement? c) Technical Information: What type of technical information along with the Statement ofWork would you like to see with a potential solicitation (e.g., sample tasks)? d) Contract Content/Structure: Do you have any suggestions or examples of restructuring,simplifications, and clarity in the Description of Services as well as other types ofadditional information that would improve understanding or clarity of requirements andterms and conditions? All responses to: 1) the Statement of Capabilities and 2) Contracting Approach shall bereceived no later than 4:00PM (PST), Tuesday, May 6, 2008. Please respond via electronicmail (e-mail) to the Contract Specialist, Ms. Robin Wong, at the following address:Robin.L.Wong@nasa.gov. All questions MUST be in writing and should also be directed toMs. Wong. If an interested party requests confirmation of receipt, the ContractSpecialist will confirm receipt. In all responses, please reference SEMAS-Request_for_Information in the subject line andon all attachments. Verbal questions will not be accepted. This synopsis is forinformation and planning purposes only and is not to be construed as a commitment by theGovernment nor will the Government pay for information solicited. Respondents will not benotified of the results of the evaluation. All other requirements remain unchanged. Companies that responded to the SEMAS-Request for Information posted February 11, 2008may submit revised responses. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sites forthe release of any solicitation or synopsis. Documents related to this procurement will be available over the Internet. Thesedocuments will reside on a World Wide Web (WWW) server, which may be accessed using a WWWbrowser application. The Internet site, or URL, for the NASA/ARC Business Opportunitieshome page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 Offerors are responsible for monitoring this site for the release of the solicitation andany amendments. Potential offerors are responsible for downloading their own copy of thesolicitation and amendments (if any).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6aaadfb0d1d5510465ff563266f6b98a&tab=core&_cview=1)
 
Record
SN01557651-W 20080423/080421214523-8915e3a0fc417b02313ba666fe4acbb5 (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.