Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2008 FBO #2574
SOURCES SOUGHT

A -- SOFTWARE ENGINEERING SUPPORT

Notice Date
12/11/2008
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG09276134
 
Response Due
12/26/2008
 
Archive Date
12/11/2009
 
Point of Contact
Kelly Jonas, Contract Specialist, Phone 301-286-4240, Fax 301-286-1720, />
 
E-Mail Address
kelly.d.jonas@nasa.gov<br
 
Small Business Set-Aside
8a Competitive
 
Description
THE PURPOSE OF THIS RFI IS TO CLEARLY SEPARATE THE REQUEST AND REQUIREMENTS FOR THESES PROCUREMENT FROM THE METSII PROCUREMENT. METSII information can continue to be found under RFI#NNG08269474L.GSFC plans to compete and award an 8(a) contract for Software Engineering Support (SES).This RFI will include the work of the Software Engineering Division, Code 580, includingflight and ground software development, science processing, and mission ground, flightand science system development/engineering. The Software Engineering Support (SES) contract will provide support for the corebusiness of the Division which encompasses the design, development, test, deployment andmaintenance of software, data and information systems that support aerospace missionsboth in development and on-orbit. The scope of the contract will also include supportfor Division managed development/test labs, test facilities, and the technical operationsof the Division.GSFC currently expects to award the contract as cost-plus-fixed-fee level-of-effort(LOE); however, we are soliciting industry feedback on the appropriateness of our choiceof contract type. GSFC anticipates release of the SES draft RFP in February 2009.Industry comments to the draft RFP would be due 2 weeks after draft RFP release. FinalRFP has an anticipated release 7 weeks after the draft RFP. We anticipate that the RFPwill require submission of proposals within 45 days. The anticipated award date for thecontract is February 2010, after completion of 30-60 day phase-in purchase order. NASA/GSFC requests industry feedback related to the procurement strategy elements thatare included in this RFI. Interested 8(a) organizations are requested to submit theircapabilities and qualifications to perform the effort. Responses (30-page maximumincluding attachments) must include the following: name and address of firm, size ofbusiness; average annual revenue for past 3 years and number of employees; ownership;8(a) status (e. g., time remaining in 8(a) program); number of years in business;affiliate information, if any: parent company, joint venture partners, potential teamingpartners, prime contractor (if potential sub) or subcontractors (if potential prime);list of customers covering the past five years (highlight relevant work performed,contract numbers, contract type, dollar value of each procurement; and point of contact -address and phone number). Specific engineering examples of relevant experience,including detailed descriptions, are recommended. To facilitate a prompt review by theNASA team, a one-page summary shall be included with your capability statement(s), whichidentifies your companys specific capabilities that are relevant to the requirement. Thesummary page will not count against the maximum page limit. It is insufficient to provideonly general brochures or generic information. Industry feedback related to theprocurement strategy set forth in this RFI will be excluded from the 30-page limit forcapability statements. All other non-8(a) interested parties may submit there interest(including point of contact, phone, address, and e-mail) to the procurement contact;however, capabilities statements will not be reviewed. Capability statements submitted under the previous RFI#NNG08269474L for SES will have tobe resubmitted in response to this RFI.We intend to release the names, addresses, and points of contact of all respondentsunless specifically requested not to do so by the respondent. SES questions should be directed, as follows, to: Technical: Michael Oben 301-286-8540 (michael.f.oben@nasa.gov) or Jerome Bennett301-286-8623 (Jerome.d.bennett@nasa.gov). Procurement: Ms. Kelly Jonas, 301-286-4240(Kelly.d.jonas@nasa.gov). This sources sought synopsis is for informational and planning purposes only and is notto be construed as a commitment by the Government; nor will the Government pay for anyinformation solicited. Since this is a sources sought announcement, no evaluation lettersand/or results will be issued to the respondents. You are requested to provide electronicresponses via e-mail to the Procurement Point of Contact (POC) listed above indicatingyour organizations interest. Your response is required by 1:00 p.m. local time onDecember 26, 2008. 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. The Government does not intend to acquire a commercial item using FAR Part 12. See Note26. To assist industry in reviewing this division of work, attached is a statement of scopefor this contract. Note that this statement of scope includes some flight softwaredevelopment and maintenance and mission operations software engineering developmentcurrently obtained on a large business contract. We will supplement the SES statement ofscope with additional details as they are developed. Those supplements will be linked tothis site as soon as they are available. The NAICS Code and Size Standard for this procurement is 541712 and 1000 employees (seeexceptions). This notice separates SES from the previous RFI #NNG08269474L. RFI #NNG08269474L willremain for METS II only. Companies should submit (or resubmit) capabilities statementsfor this procurement as detailed in the above paragraphs even if the new submittal islargely or wholly the same as the previously submitted capability statement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=47c73df2b4d83988823d47b94b97ea2f&tab=core&_cview=1)
 
Record
SN01717817-W 20081213/081211220926-2d0616887832eb18666850f394c0296a (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.