Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2011 FBO #3533
MODIFICATION

R -- PROCESS ADVANCEMENT AND CONFIGURATION ENHANCEMENT

Notice Date
7/26/2011
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ12395182L
 
Response Due
7/29/2011
 
Archive Date
7/26/2012
 
Point of Contact
Christian C. Gaspard, Contract Specialist, Phone 281-483-0034, Fax 281-244-5331, Email christian.c.gaspard@nasa.gov - Adrian D. Clayton, Contracting Officer, Phone 281-483-8498, Fax 281-244-0995, Email adrian.d.clayton@nasa.gov
 
E-Mail Address
Christian C. Gaspard
(christian.c.gaspard@nasa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is Modification 2 to the synopsis entitled Process Advancement andConfiguration Enhancement (PACE), NNJ12395182L, which was posted on July 15, 2011. Thefollowing questions were posed and in reference to this synopsis: Q1: Although we are not 8(a) and do not fit the $7M size standard, should we submit ourqualifications or is your RFI simply issued to find out how many businesses meet the 8(a)$7M size standard?A1: The purpose of this sources-sought synopsis is to gather market information to insurethat the Government will have adequate SBA 8(a) competition for the requirement. Q2: Should an adequate number of 8(a) $7M companies respond, will you make their namesand size standards public (on your website)? Also, what is the threshold of the numberof qualified businesses that would determine whether the procurement actually remains atthe $7M size standard?A2: The Government's regular practice is to post the names of interested parties afterthe formal Industry Day.The number of responses does not affect the North American Industry Classification System(NAICS) code or size standard. Small business size standards are determined by the SBA. If a change is made to the size standard before the Request for Proposal (RFP) isposted, the change will be adopted in the solicitation. Q3: Do you know why the Government elected to depart so drastically from the currentNAICS code and is the $7M size standard cast in concrete so to speak?A3: FAR Section 19.102, Size standards, requires the contracting officer to make aNAICS code determination based on the share of the work that reflects the majority of theanticipated contracted effort.After completion of our analysis, the current NAICS codewas determined to be the best description of the majority of work to be acquired underthis acquisition. Q4: Also, can you tell me why the Government chose to describe the configurationmanagement portion of the contract as: Configuration Enhancement? The termenhancement does not seem to reflect the real work being done on the current contract.A4: The Directorate is facing a changing business environment due to changes in theaerospace business environment. Programs are ending or transitioning and the core workof the Directorate will be transitioning from flight-certification of products toresearching, rapid-prototyping, and testing of developmental products.With thesechanges the Directorate will need reduced rigor in configuration management but stillneeds a means to capture and archive design concepts so as to enable ease and accuracy ofrepeatability without placing concepts under baseline control.The term configurationenhancement was selected to reflect the expected changes in the configuration managementapproach.The PACE procurement website has been updated to add the statements of work for theProcess Improvement & Project Services (PIPS) and Engineering Directorate ConfigurationManagemenet (EDCM) contracts. http://procurement.jsc.nasa.gov/pace/ 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/JSC Business Opportunitieshome page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 Offerors are responsible for monitoring this site for the release of the solicitation andany amendments. Potential offerors are responsible for downloading their own copy ofthe solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12395182L/listing.html)
 
Record
SN02510251-W 20110728/110726234744-65c7c2414c337fe1860cd8dbb5ccbf0d (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.