Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2009 FBO #2725
SOURCES SOUGHT

R -- HUMAN RESOURCE MANAGEMENT OPERATIONS AND DEVELOPMENT SUPPORT SERVICES

Notice Date
5/11/2009
 
Notice Type
Synopsis
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
77058-3696
 
Solicitation Number
NNJ09ZBJ011L
 
Response Due
5/28/2009
 
Archive Date
5/11/2010
 
Point of Contact
Rose A. Herrera, Contracting Officer, Phone 281-244-5811, Fax 281-333-0459
 
E-Mail Address
Rose A. Herrera
(rose.a.herrera@nasa.gov)
 
Small Business Set-Aside
8a Competitive
 
Description
This is a Sources Sought Synopsis only.This procurement is planned to be a total 8(a) set-aside. The National Aeronautics and Space Administrations (NASA) Johnson Space Center (JSC) isseeking capabilities information from 8(a) concerns for a Human Resource Support ServicesIndefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Priced Contract. The purposeis to determine the appropriate level of competition in accordance with FAR 19.10 SmallBusiness Competitiveness Demonstration Program. The Government reserves the right toconsider a Small, Small Disadvantaged, 8(a), Woman-owned, Service Disabled Veteran, orHUBZone business set-aside based on responses hereto.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 responsibility of potential offerors to monitor these sitesfor the release of any solicitation or synopsis. It is anticipated that JSC will issue a solicitation for human resources technical,analytical, administrative, and consulting services that will support JSC. The plannedeffort will support the JSC Human Resources Office (HRO) and will consist of theplanning, execution and operations of technical, analytical, and consulting duties,administrative support, data maintenance, and HR systems support. Specific activitieswill include support to, but not limited to Staffing, Organizational Development,Training Needs Assessments, Center-wide Training Curriculum Planning & Coordination,Training Vendor Research & Contact, Center & Agency Development Programs, Safety LearningCenter, Engineering Academy, Astronaut Selection, NASA College Scholarship Program,StarPort Operations, Awards & Recognition, Classification, Employee & Labor Relations,Inclusion & Innovation Activities, Performance Management, Workforce Planning & Analysis,Human Resources Systems, HR Policies, Recruiting, Cooperative Education Program,Expatriate Program, and other Human Resources management and operations activities.The NAICS Code for the proposed acquisition is 541612 and the small business sizestandard is $7.0 Million/year. The maximum award value is anticipated to be $15.0 Millionover a 5 year period of performance. Certified 8(a) companies that are capable of performing as prime contractors that meetthe requirements of this synopsis are asked to submit capability statements in no morethan seven (7) pages. Capability statements must include the following information: Name and address of firm Size of business Average annual revenue for past 3 years Number of employees Ownership Number of years in business Affiliate information: parent company, joint venture partners, potential teamingpartners, etc In addition, capability statements must address the following: 1) Past projects with proven administrative and clerical services experience with anemphasis on work performed on a Federal installation, including three (3) references.These references must include a description of relevant work performed, contract numbers,contract type, dollar value of each procurement, and a point of contact - address andphone numbers. 2) Ability to meet the 50% requirement of work to be performed by the prime contractor asset forth in FAR 52.219-14, Limitations on Subcontracting. Provide examples of three (3)past projects with emphasis on work performed on a Federal installation. The providedexamples are to indicate that the potential offeror is capable of performing the primaryand vital functions of the contract in accordance with the Ostensible Subcontractor Rule,13 C.F.R. 121.103(h)(4)(2005). NOTE: Projects that satisfy the requirements of both items 1 and 2 of the synopsis onlyneed to be submitted once. RESPONSES DUE: Any questions related to this Sources Sought Synopsis shall be submittedto Rose A. Herrera, no later than 2:00 p.m. Central Time on Thursday, May 28, 2009.Questions received after this date will not be considered. Questions may be emailed tothe contracting officer at rose.a.herrera@nasa.gov. Please reference NNJ09ZBJ011L. Interested parties having the capabilities necessary to meet or exceed the statedrequirements are invited to submit appropriate documentation and references as requested.All responses shall be submitted to Rose A. Herrera no later than 2:00 p.m. Central Timeon Thursday, May 28, 2009. Responses may be emailed to the contract officer atrose.a.herrera@nasa.gov. Please reference NNJ09ZBJ011L in any response. This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited.Respondents will not be notified of the results of the evaluation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ09ZBJ011L/listing.html)
 
Record
SN01813885-F 20090513/090511233022 (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.