Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2008 FBO #2467
SPECIAL NOTICE

D -- NASA I3P - MSFC ACQUISITION REQUEST FOR INFORMATION

Notice Date
8/26/2008
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
4200263608-A
 
Archive Date
8/26/2009
 
Point of Contact
Jeffrey S. Jackson, Contracting Officer, Phone 256-544-8935, Fax 256-544-8993, - Walter S. Melton III, Contracting Officer, Phone 256-544-0299, Fax 256-544-8993, />
 
E-Mail Address
Jeffrey.S.Jackson@nasa.gov, walter.s.melton@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
George C. Marshall Space Flight CenterAcquisitions Related to the NASA Information Technology (IT) Infrastructure ImprovementProgram (I3P) REQUEST FOR INFORMATIONTHIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION TO BID NOTICEA. BackgroundIn conjunction with the Agency Chief Information Officer's (CIO) NASA InformationTechnology (IT) Infrastructure Improvement Program (I3P) as outlined at the NASA IndustryBriefing conducted on July 23, 2008 at the Ronald Reagan International Building inWashington, D.C., the George C. Marshall Space Flight Center (MSFC) is tasked withproviding the following services: - NASA Integrated Communications Services (NICS): Consist of Wide Area Network (WAN)services, Local Area Network (LAN) services, Telecommunications Services, Video Services,and Data Services. These requirements are currently provided by the Unified NASAInformation Technology Services (UNITeS) contract (#NNM04AA02C), the Outsourcing DesktopInitiative for NASA (ODIN) contract (NAS5-98140 thru NAS5- 98146), and various NASACenter IT/Communications contracts. - Enterprise Applications Service Technologies (EAST): Consist of applications servicesassociated with the Enterprise Applications Competency Center. These requirements arecurrently provided by the UNITeS contract (#NNM04AA02C).- Marshall Information Technology Services (MITS): Consist of IT services specific toMSFC and the Michoud Assembly Facility (MAF). These requirements are currently providedby the UNITeS contract (#NNM04AA02C). MSFC WILL BE ISSUING A SEPARATE RFI FOR THESESERVICES.The UNITeS contract expires December 31, 2008 and is a Cost-Plus-Award-Fee contract withan Indefinite Delivery-Requirements portion. An extension to the contract is beingprocessed that will extend the period of performance through November 30, 2009. Theindividual ODIN Delivery Orders are Firm-Fixed-Price with various end dates throughmid-2010.Freedom of Information Act (FOIA) inquiries relating to UNITeS contract and the MSFC ODINDelivery Orders may be requested from:Judi Hollingsworth, CS20Freedom of Information Act OfficeNASA, George C. Marshall Space Flight CenterMSFC, AL 35812Phone: (256) 544-1837Fax: (256) 544-0007Information regarding other Center-specific ODIN Delivery Orders may be obtained bycontacting that Centers FOIA office.The following preliminary acquisition schedule is provided below. It is subject torevision as requirements evolve (Industry feedback is solicited in this RFI):ActivityAnticipated DateResponses to RFI DueSeptember 12, 2008Publication of Draft PWSSeptember 30, 2008Industry One-on-One MeetingsOctober 6-10, 2008Draft RFP IssuedNovember 20, 2008Industry Briefing/Site ToursDecember 4-17, 2008Final RFP IssuedJanuary 7, 2009Proposals ReceivedMarch 18, 2009Competitive Range EstablishedJune 30, 2009Source Selection DecisionSeptember 19, 2009Contract AwardSeptember 25, 2009Phase In StartOctober 1, 2009Contract Full AssumptionDecember 1, 2009NASA has implemented an I3P acquisition portal which can be accessed at the followinglocation:http://i3p-acq.ksc.nasa.govNASA/MSFC has also implemented a Marshall IT Acquisition Portal to provide informationrelated to the three (3) acquisitions for which MSFC will have primary responsibility. This site can be accessed via the I3P portal referenced above.The purpose of the siteis to provide supplemental information of use to industry. However, interested partiesshould continue to monitor both the NASA Acquisition Internet Service (NAIS) andFedBizOps as the official sites for information/notices to industry regarding theacquisitions. B. Description of Anticipated Requirement ScopeThe following information is included as a description of the current ANTICIPATEDrequirement scope: NASA Integrated Communications Services (NICS) - Communications Management and Operations: Asset management; availabilitymanagement; capacity management; configuration management; contingency planning; securitymanagement; service desk management; service level management.Network Services: Domain name services; remote access services; shared services.Voice Services: Mission voice services; telephone services; Voice over IPservices; calling cards.Video Services: Video over IP services.Data Services: Routed data; custom data.Collaboration Services: Video teleconferencing services (ViTS); Voiceteleconferencing services (VoTS).Enterprise Applications Service Technologies (EAST) - Includes support of existingoperational applications and systems, as well as improvements and additions to existingcapabilities. Service Level Management: Remedy services; service requests; Service LevelAgreements(SLA)/Operational Level Agreements (OLA); root cause analysis.Application Business Process & Application Functional Support: Enterprise releasemanagement; data mining; service requests; integration; business architecture.Business Readiness: Event planning; communications; project management support;training; course development; Enterprise Performance Support System (EPSS), System forAdministration, Training, and Educational Resources for NASA (SATERN), i-View.Module Project & Operations Integration: e-Travel; Integrated Asset Management;Human Capital Information Environment (HCIE); etc.Performance Management: Tuning; capacity planning; vendor support.Quality Assurance: Requirement management; test management; test automation;agile project management.Application Development: Business intelligence; web applications; applicationintegration; Commercial-Off-The-Shelf (COTS) enhancements.Infrastructure Support: Agency-wide services; enterprise architecture; technologyrefresh; storage management; disaster planning; systems monitoring.Security/Audits: User profiles; account management; systems; security planning. C. Information RequestedNASA invites potential offerors to submit feedback on the stated scope, schedule,technical requirements, and procurement approach by September 12, 2008. The feedbackshould be no more than 25 pages in length per anticipated acquisition (NICS or EAST). Each 25-page submission shall include responses to both the general andacquisition-specific questions listed in the following paragraphs. The response formatis 8.5" x 11", 12 pt, Times New Roman font. NASA is seeking capabilities from largebusinesses, as well as from small, small disadvantaged, 8(a), HUBZone, women-owned smallbusinesses, veteran-owned, service-disabled veteran-owned, and/or Historically BlackColleges and Universities (HBCU) for the purposes of determining the appropriate level ofcompetition. In addition to the 25-page submission, responses shall also include the following(limited to three (3) pages or less, formatted as above): name and address of firm, sizeof business, average annual revenue for past three (3) years and number of employees,ownership, business category as described above; number of years in business; affiliateinformation: parent company, joint venture partners, potential teaming partners, primecontractor (if potential sub) or subcontractors (if potential prime); and point ofcontact position, address and phone number.RFI responses should be directed as follows, marked as either NICS or EAST:NASA, George C. Marshall Space Flight CenterAttn: Jeffrey S. Jackson, Code PS31-JBuilding 4200, Room G-11AMSFC, AL, 35812Phone:(256) 544-8935Email- Jeffrey.S.Jackson@nasa.gov For purposes of the NICS acquisition, please provide 15 hard copies of your response,plus two electronic (CD) copies.For purposes of the EAST acquisition, please provide 7 hard copies of your response, plustwo electronic (CD) copies.Interested firms should provide answers/comments to any or all of the following generalquestions and acquisition specific questions delineated below.Answers which demonstrateclear benefit to performance, schedule and/or cost are of particular value and interestto the Government. The following areas may be addressed for each MSFC acquisition:1.Provide a list of similar contracts of comparable scope, magnitude, andcomplexity to these acquisitions that NASA should consider in developing the procurementstrategy and solicitation. Identify the contract number, brief description of scope,contract type, customer, approximate value and number of personnel, Government/CustomerContracting Officer and technical points of contact with telephone numbers and E-mailaddresses.2.Provide comments relating to the acquisition milestone schedule and the length oftime needed to perform an acquisition of this magnitude, including the length of time andinformation necessary to conduct due diligence and assemble a comprehensive and accurateproposal for the work to be accomplished. 3.NASA is anticipating replacing the current contract financial reporting andservice delivery management systems utilized on current contracts. These systems providecost reporting/forecasting, planned vs. actual cost reporting, cost analysis, PurchaseRequest (PR) tracking, Full Time Equivalent (FTE) analysis, etc. Describe the type ofsystem your business has used on similar efforts that could be used to successfullymanage the effort.4.NASA anticipates implementation of Information Technology Infrastructure Library(ITIL) V.3 compliant processes to manage the consolidated effort. Describe how yourbusiness has applied the ITIL process to similar efforts, the advantages anddisadvantages, as well as any lessons learned.Interested parties are also requested to address any or all of the following itemsspecific to the particular acquisition:NASA Integrated Communications Services (NICS) -1.Given the anticipated requirement scope, the Government is very interested inindustry comments and recommendations for the most effective contract structure(s)/type,scope(s), and contract term. Provide a recommended contract structure(s), scope ofcontract(s), and term for the anticipated requirement scope. Describe the reasoningbehind your recommendations. Further, describe both risks and mitigations the Governmentshould consider in procurement strategy and solicitation development.2.As the technology and approach for providing the described services evolve,opportunities arise for increased efficiency and effectiveness. Recommend a contractincentive approach that would lead the successful contractor to strive for theseefficiency improvements. Consider contract type in this recommendation and discussion.3.Recommend an approach for working with international partners and serviceproviders. Describe your companys experience working with international requirementse.g. Export Control, Technical Assistance Agreements, International laws & regulations,exchange rates, etc. 4.Describe your recommendations for integration of services between I3P contracts(Data Center, Web, End User Services, Communications, etc), as well as integration ofoperations.5.Describe your companys experiences (e.g. lessons learned) with similar types ofconsolidation efforts and your recommendations for transition of existing NASA centercontracts to NICS. Also describe what support would be needed from the Government toaffect a successful transition. 6.Describe potential opportunities for corporate investment and how industry wouldrecoup this investment. Note that NASA intends to retain ownership of all network assetsand there will be no buyout of contractor infrastructure assets at end of contract. 7.NASA is still defining the specific scope to be delivered in each of the I3Pcontracts. NICS may include Center-unique services such as cable plant, PBX systems,local video distribution, and miscellaneous voice systems. Please provide your companysopinion on the services that should be provided by NICS and the efficiencies and impact.Enterprise Applications Service Technologies (EAST) 1.Given the fact that a significant portion of the proposed EAST contract work isvery well defined (i.e., sustaining operations of known Agency applications) and part ofthe future work may include new applications and/or enhancements to existing applications(i.e., unknown new projects), what contract type would you recommend?a.Describe the types of information that the Government would need to providepotential offerors in order for them to accurately price such a contact type.b.Based on your response to the above, describe objective standards that could beused to measure the contractors performance.c.Based on your response to the above, describe potential methods to incentivizeinnovations and cost savings throughout the life of the contract.d.Describe a set of priceable service delivery components that could be banded insuch a way to allow for incremental acquisition of these services as new work isidentified.2.Currently, enterprise applications are managed and maintained within anorganization based on the Gartner Competency Center Model. This model comprises businessprocess support, application functional support, application development support,application operations support, and infrastructure support. The Government is interestedin your companys perspective on the following:a.Describe your companys experiences and recommendations surrounding theeffectiveness of the Gartner Competency Center Model.b.Describe your companys experiences and recommendations regarding an applicationoperations model that would facilitate an efficient cost and delivery relationshipbetween the contractor and the Government.c.Describe your companys experiences and recommendations regarding the type ofinfrastructure services that should be part of the Enterprise Application CompetencyCenter.3.The Government is interested in your companys experience and recommendations fora Work Breakdown Structure (WBS) that is best suited to perform and manage the work underthe proposed EAST contract. The Government will use the information provided as recommended inputs that will lead theGovernment to develop a comprehensive procurement strategy and to develop a resultingsolicitation.Any information used will be on a non-attribution basis. Restrictionsthat would limit the Governments ability to use the information for these purposes areof limited value to the Government and are discouraged.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=266216bf126bb547ba6310869f9be6d8&tab=core&_cview=1)
 
Record
SN01651321-W 20080828/080826224916-266216bf126bb547ba6310869f9be6d8 (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.