Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2014 FBO #4466
SOURCES SOUGHT

D -- COMMUNICATIONS OUTREACH MULTIMEDIA AND INFORMATION TECHNOLOGY "COMIT"CONTRACT

Notice Date
2/13/2014
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ14498840L
 
Response Due
3/7/2014
 
Archive Date
2/13/2015
 
Point of Contact
Steven D. Fletcher, Contract Specialist, Phone 281-483-5401, Fax 281-244-2931, Email steven.d.fletcher@nasa.gov
 
E-Mail Address
Steven D. Fletcher
(steven.d.fletcher@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged Business (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 Communications, Outreach, Multimedia & Information Technology (COMIT) Contract. The Government reserves the right to consider a Small, SDB, 8(a), WOSB, VOSB, SD-VOSB, HUBZone, or HBCU/MI business set-aside based on responses hereto. NASA JSC is planning to recompete the contract requirements under the current Information Technology and Multimedia Services (ITAMS) contract at the JSC. Note, however, that the COMIT contract will not contain requirements for the Information Technology (IT) Security services portion of the ITAMS contract Statement of Work (SOW). The draft SOW for the COMIT contract can be viewed at: http://procurement.jsc.nasa.gov/comit/. This draft SOW is for information and planning purposes only and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. Do not request documents referenced in this draft SOW as they will not be provided at this time. The Government will create the technical library that will provide access to these documents at a later date. Products and services provided by this contract are required for general information technology, multimedia services, general customer support, information management services, business management and integration and external relations support services supporting NASAs human space flight programs, exploration and science programs, and institutional organizations. Major activities include: General IT Systems Engineering, Management, and Operations; IT Applications Services including full-system life-cycle support for new and existing application capabilities as well as database and database product administration; Information Management Services including document and data management; Library and Multimedia Services and Repository Management; Writing and Editing; Graphics and Graphics Services; Multimedia Engineering, Installation, Maintenance, Operations and Services; External Relations, Outreach and Communications Facility Management of IT Support Facilities; and Business Management, integration, and technical support of the above. To assist the Government in development of its acquisition strategy, industry input is sought in the following areas: 1) order management strategy and cost reporting/billing methodology to be utilized when offering required services at an enterprise level, 2) contract type, 3) recommendations on potential task order content or other ordering approaches, and 4) any other technical, business or contractual issues that should be considered by the Government. Specifically, the Government is considering moving away from a 100% task order contract and is requesting input on which portions of the requirements might be performed by your firm on a completion form basis versus a separate task order. Any information provided in response to these items will not count towards the page limitation provided below for the capability statements. The preliminary North American Industry Classification System (NAICS) code for this procurement is 518210, DATA PROCESSING, HOSTING, and RELATED SERVICES, with a size standard of $30 Million. The estimated award date for this contract is September 1, 2015, and estimated start date is January 17, 2016. Interested offerors/vendors having the required specialized capabilities to meet the above requirements should submit a capability statement of 10 pages or less, indicating the ability to perform directly, or through a subcontractor, the requirements of this contract. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; their small business status (large, small, SDB, 8(a), WOSB, VOSB, SD-VOSB, HUBZone, or HBCU/MI); number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); and a 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). This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation of the information submitted. All responses shall be submitted to NASA Contracting Officer Steven D. Fletcher no later than 2:00 pm Central Standard Time, March 7, 2014 via email at JSC-COMIT-SEB@ndc.NASA.gov. Please reference NNJ14498840L Response to RFI in the subject line of any response. Any questions regarding this Request for Information should also be submitted to JSC-COMIT-SEB@ndc.NASA.gov and reference RFI NNJ14498840L. The government will not respond to inquiries submitted via fax or regular mail. No solicitation exists; therefore, do not request a copy of the solicitation or submit a proposal. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. The requirements of the COMIT contract are not considered a commercial or commercial-type product or service. A commercial item is defined in FAR 2.101. NASA Clause 1852.215-84, Ombudsman, is applicable. The center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html.Any future solicitation and documents related to this procurement will be available via website. The website, or URL, for the NASA/JSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. It is the offeror's responsibility to monitor the website for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading from the website the solicitation and amendments, if any. Any referenced notes may be viewed at the following URL: http://procurement.jsc.nasa.gov/comit/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ14498840L/listing.html)
 
Record
SN03288435-W 20140215/140213234201-28734f5ce99b4a838aa5f8f91f276d33 (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.