SOLICITATION NOTICE
A -- SOFTWARE AND ENGINEERING SERVICES II SES II
- Notice Date
- 12/31/2013
- Notice Type
- Presolicitation
- 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
- NNG14498942R-2
- Response Due
- 1/21/2014
- Archive Date
- 12/31/2014
- Point of Contact
- Lisa Ann Mullen, Contracting Officer, Phone 301-286-0503, Fax 301-286-1720, Email Lisa.A.Mullen@nasa.gov
- E-Mail Address
-
Lisa Ann Mullen
(Lisa.A.Mullen@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/GSFC is hereby soliciting information about potential sources for Software and Engineering Services II (SES II). The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) plans to issue a Draft Request for Proposal (DRFP) for Software and Engineering Services (SES II)and is hereby soliciting information about potential sources and is seeking capability statements from all interested parties including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the SES II Procurement. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The current SES contract supports the Software Engineering Division (SED). SED provides quality software products, services, and expertise to ensure the success of NASA missions and stakeholders. Products, services and expertise include: flight, ground and science data systems and technologies; mission management, mission operations and mission validation capabilities (see SED's website for complete organization details at http://aetd.gsfc.nasa.gov/code580/ ). SED is responsible for the engineering of software and information systems throughout all phases (formulation through on-orbit operations) of NASA programs and projects. These systems include: flight, ground, and science data software for spacecraft monitoring, control, on-orbit performance management and operations; spacecraft data processing and analysis; information management; and science data analysis and management. The SED focuses on the development of reusable flight and ground architectures and frameworks to reduce mission cost, decrease development time, minimize customer risk, and increase the scientific value of information products. The SED provides expertise in software systems engineering, secure environments, and the software product development lifecycle to ensure the delivery of reliable software and information systems solutions. To improve the quality of the software engineering processes and hence the products produced by them, NASA Headquarters Office of the Chief Engineer (OCE) has mandated significant requirements that effect this contract. Any organization developing, maintaining, or acquiring software for NASA must adhere to NASA Procedural Requirements (NPR) 7150.2 and the Goddard companion Goddard Procedural Requirements (GPR) 7150.x, as applicable for mission success. These NPR and GPRs are directly tied to the Capability Maturity Model Integration (CMMI) for Development from the Software Engineering Institute at Carnegie Mellon or equivalent. These requirements are directly applicable to SED for the in-house products we provide to GSFC flight missions as well as the programmatic oversight for out-of-house missions managed by GSFC. It is anticipated that SES II will be a single award competitively solicited Indefinite Delivery Indefinite Quantity (IDIQ) cost plus fixed-fee contract. Responses to this Sources Sought will be used to determine if the anticipated solicitation will be an 8(a) or a small business set-aside. NASA is seeking capabilities from all categories of Small Businesses for the purpose of determining the appropriate level of competition and /or Small Business Subcontracting goals as a requirement. The NAICS Code for this requirement is 541712, Research and Development in the Physical, Engineering and Life Sciences and the size standard is 1,000 employees. Interested organizations may submit their capabilities and qualifications, in writing, no later than January 21, 2014. Qualified organizations must demonstrate experience and capability in performing the engineering functions described in the SES II Statement of Work. The statement of capability shall include: a) Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. b) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. c) If qualified as an 8 (a) firm, the company must be certified by SBA, and/or Service-Disabled Veteran-Owned Small Business must be listed in the VetBiz Vendor Information Pages. d) DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM) (www.sam.gov) to be considered as potential sources. e) The statement of capability shall be UNCLASSIFIED. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and a future RFP (if applicable). The company's standard format is acceptable; however, the limit for all responses is not to exceed ten (10) single-sided pages. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. Information may be submitted via email or mail to: NASA/GSFC, ATTN: Lisa A. Mullen, Mail Code 210.3, Building 11, Room S215F, 8800 Greenbelt Road, Greenbelt, MD 20771;or via electronic transmission to Lisa.A.Mullen@nasa.gov. When responding, reference Sources Sought NNG14498942R-2. THIS IS *NOT* A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION FOR BID. This Sources Sought is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response to this Sources Sought. The anticipated release date of the Draft RFP is on or about September 27 2014. Interested parties will be given two weeks to provide comments to the DRFP. Comments on the Draft RFP are not mandatory. The anticipated release of the final RFP is on or about December 9, 2014 with proposals due approximately 30 days after the solicitation release date. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51. It is the offerors responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any. All contractual and technical questions must be submitted via e-mail. Telephone questions will not be accepted. The Government does not intend to acquire a commercial item using FAR Part 12. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG14498942R-2/listing.html)
- Record
- SN03259853-W 20140102/131231234827-58fb2e24249fa57b7c7d48061f6638c8 (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 |