SOURCES SOUGHT
R -- RFI - AMES PROFESSIONAL ADMINISTRATIVE SUPPORT SERVICES
- Notice Date
- 7/30/2014
- Notice Type
- Sources Sought
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
- ZIP Code
- 94035-0001
- Solicitation Number
- APASS-RFI-2014-L
- Response Due
- 8/27/2014
- Archive Date
- 7/30/2015
- Point of Contact
- Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
- E-Mail Address
-
Marianne Shelley
(marianne.shelley@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA) Ames Research Center (ARC),is hereby soliciting information about potential sources for Ames Professional Administrative Support Services (APASS) for onsite support services to be provided at ARC, Moffett Field, CA 94035. The requirements will include providing general administrative and office support to branch and division-level offices throughout the Center, including program and directorate-level support. Support may vary from basic level to senior/ executive level administrative expertise. The effort will also include general administrative and office support for the following Center organizations and activities: 1.The Office of Diversity and Equal Opportunity; 2.ARC Library services and documentation/ subscriptions; 3.Facilities Engineering and Real Property Management Division, including facility utilization, property management, facilities engineering administrative support, and energy conservation; 4.Office of Human Capital, including employee development and training support; 5.ARC Acquisition Division; 6.NASA Research Park; 7.New Technology Reporting; 8.NASA Technology Tracking System (NTTS); 9.Software Release Program (SRP); 10.Space Act Agreements administration. Daily tasks may include general office services, data entry and management, creation and maintenance of files, spreadsheets, databases, records and correspondence; web page maintenance, preparation of travel documentation, planning/coordination of meetings and conferences, management of technical data and document archival activities, marketing support, and other miscellaneous activities. All support will require exceptional communication and organizational skills for work in a complex and technical environment. Currently, most contractor administrative support at ARC is provided under the Business Operations and Technical Services (BOATS) contract by Deltha-Critique NSS JV, under contract NNA10DE58C, which is scheduled to end on October 17, 2015, if all options are exercised. The general administrative and office support tasks under BOATS are expected to move to APASS. ARC 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 APASS. 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. Interested offerors/vendors having the capabilities to meet the requirements described above are requested to submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort. Responses shall include the following (as applicable):name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether your business is large, or any category of small business listed above, 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). Provide a list of relevant work performed in the past five (5) years, including contract type, contract number, technical description and how it is relevant to this work, dollar amount, period of performance, and a customer reference name/ email and telephone number. Include your firms DUNS and CAGE code that are registered at the System for Award Management (www.sam.gov). ARC is soliciting comments and suggestions on contracting approaches to this effort that will enhance competition and provide business opportunities. Therefore, we are requesting feedback in any or all of the following areas for consideration during acquisition planning: 1.For small businesses that cannot perform the entire scope of effort stated above, indicate what portion(s) of this scope your company could perform. 2.Socio-economic considerations are a priority at ARC. Given the general scope of work stated above, please submit suggested percentages and types of the proposed requirements that could be subcontracted to each of the following types of businesses: Small Business concerns, Small Disadvantaged Business (SDB) concerns, Woman-Owned Small Business (WOSB) concerns, HUBZone Small Business concerns, Historically Black Colleges and Universities (HBCU) (includes other minority institutions), Veteran-Owned Small Business concerns, and Service Disabled Veteran-Owned Small Business concerns. This information may be used to establish subcontracting goals for any future procurement. 3.Besides Past Performance and Price, what other evaluation factors, if any, do you believe should be included in the RFP, and why? 4. Does the selection of NAICS code 561110, (Office Administrative Services, with size standard $7.5M) seem appropriate?If not, what alternative NAICS code do you suggest, and why? 5.On-site support service contracts at ARC normally have a five-year period of performance. What combination of base period and options do you recommend for the duration of the contract, and why? 6.A commercial item is defined in FAR 2.101. ARC is considering solicitation, evaluation, and award using the policies unique to the acquisition of commercial services, FAR Part 12, in conjunction with Part 15, Contracting by Negotiation. Please advise if you consider the requirement to be a commercial or commercial-type service. 7.The Government is considering an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract type with firm fixed price task orders to satisfy its requirements. Please comment on what type of contract provides the best approach for this type of work, how risk should be shared by the Government and Contractor, and how the contract type you propose would incentivize a Contractor to perform high quality work at a reasonable price. 8.If an IDIQ contract type (FAR 16.504) is selected for the procurement, would a single award IDIQ contract or multiple award IDIQ contracts be most appropriate for the requirement, and why? 9.What is your recommendation for length of a Phase-In period, and what reasoning supports that recommendation? 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. No solicitation exists; therefore, do not request a copy of the solicitation. 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. 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 responses shall be submitted to Marianne.Shelley@nasa.gov via email, no later than August 27, 2014. Please reference APASS-RFI-2014-L in any response.Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/APASS-RFI-2014-L/listing.html)
- Record
- SN03442607-W 20140801/140730234649-3ff05c624f8570cfeae591845f72c19a (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 |