Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2014 FBO #4562
SOLICITATION NOTICE

A -- RANGE OPERATIONS CONTRACT II

Notice Date
5/20/2014
 
Notice Type
Presolicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 210.W, WallopsIsland, VA 23337
 
ZIP Code
23337
 
Solicitation Number
NNG14470444R
 
Archive Date
5/20/2015
 
Point of Contact
Amy Strong, Contract Specialist, Phone 757-824-2363, Fax 757-824-1974, Email Amy.K.Strong@nasa.gov - Bernard J Pagliaro, Procurement Manager, Phone 757-824-1277, Fax 757-824-1974, Email Bernard.J.Pagliaro@nasa.gov
 
E-Mail Address
Amy Strong
(Amy.K.Strong@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) Wallops Flight Facility (WFF) plans to issue a Draft Request for Proposal (DRFP) for the Range Operations Contract II (ROC II). This is a Full and Open competitive follow-on contract for the support services currently being provided under contract NNG10WA14C. The Range Operations Contract supports the Range and Mission Management Office under the Suborbital and Special Orbital Projects Directorate. The effort procured will provide the NASA Research Range Services Program required services for Wallops Range instrumentation operations and maintenance; support services; training; command, control, communications, information and computer systems services; testing, modifying, installing, and operating communications and electronic systems, ground support systems, and spacecraft and launch vehicle processing systems at launch facilities, spacecraft processing facilities, launch vehicle processing facilities, launch control centers and test facilities; operating and maintaining suborbital launch systems; and flight and ground systems technology development engineering services. The ROC II acquisition has been defined as a Full and Open competition, hybrid Cost-Plus-Fixed Fee Core and Indefinite Delivery Indefinite Quantity contracting vehicle with a total estimated value of $200M.The anticipated release date of the Draft RFP is around July 2014 and the anticipated release date of the Final RFP is around September 2014. The Government intends to perform the evaluation in accordance with FAR Part 15. The Government anticipates a phase-in transition period of no longer than 60 days. The Government does not intend to acquire a commercial item using FAR Part 12. The DRFP will be posted for information and planning purposes.No proposal is requested and no contract will be awarded as a result of the DRFP. Potential Offerors are invited to comment on all aspects of the solicitation including the requirements, proposal instructions, and evaluation approach.If your comments include recommendations for revisions, you must provide your rationale for such revisions.Comments will be accepted for approximately two weeks after the release of the DRFP, with the final date for communication to be specified in the DRFP cover letter. The NAICS code and size standard selected are 517919 and $30 million, respectively. The subcontracting goals established for this procurement are as follows: Total Small Business: 23%, Small Disadvantages Business 5%, Women Owned Small Business 3.5%, HBCU/OMI $0.5%, HubZone Small Business 0.5%, Veteran Owned Small Business 2.5%, and Service Disabled Veteran Owned Small Business 0.5% (These rates are not aggregate of each other). Reference Library: In order to assist potential offerors in familiarizing themselves with the nature of the services required to support the ROC II procurement, a reference library has been established on the internet. The URL will be provided prior to DRFP release. Draft Statement of Work: Will be released for informational purposes within two weeks after release of this synopsis and prior to DRFP release. 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. All responsible sources may submit an offer which shall be considered by the agency. 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 Business Opportunities home page is http://procurement.na sa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's 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). We appreciated your support in providing useful ideas and comments during our market research phase and we encourage your continued participation. We look forward to receiving any comments or questions to this procurement. All contractual and technical questions must be submitted in writing via e-mail to Amy.K.Strong@nasa.gov.Telephone questions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG14470444R/listing.html)
 
Record
SN03371181-W 20140522/140520234840-c631c78132f50d68ee524f3aaa1d8f3a (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.