Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2014 FBO #4670
MODIFICATION

B -- HUMAN HEALTH AND PERFORMANCE CONTRACT

Notice Date
9/5/2014
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ14399614L
 
Response Due
9/19/2014
 
Archive Date
9/5/2015
 
Point of Contact
Roger M. Roberts, Contracting Officer, Phone 281-483-2916, Fax 281-244-0095, Email roger.m.roberts@nasa.gov - J. R. Carpentier, Contracting Officer, Phone 281-244-7254, Fax 281-244-5331, Email john.r.carpentier@nasa.gov
 
E-Mail Address
Roger M. Roberts
(roger.m.roberts@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is Modification 7 to the synopsis entitled Pre-solicitation Synopsis for the Aircraft Maintenance and Operational Support (AMOS) Contract, Solicitation Number NNJ11061911R, which was posted on August 5, 2011. NASA/JSC is requesting information from industry regarding potential organizational conflicts of interest (OCI) arising from the Human Health and Performance Contract (HHPC) procurement. The nature of the work anticipated under HHPC may create a situation where there could be a potential for an OCI as currently described in FAR Subpart 9.5. Each potential Offeror should review FAR Subpart 9.5 in light of NASA's anticipation of OCI issues and consider carefully the extent to which an OCI may arise before making the decision to compete for the HHPC. Specifically, NASA anticipates that the effort under HHPC will include the following types of tasks which could lead to potential OCI issues. This list is not all inclusive. * Regulatory oversight responsibilities for other contractors at Johnson Space Center; * Assessment of component and system designs, analysis, and models developed for the Orion/Multi-Purpose Crew Vehicle (MPCV); * Assessment of component and system designs, analysis, and models developed for the International Space Station (ISS),Extravehicular Activities (EVA), or the newly formed JSC Center Exploration Integration and Science Directorate; * Assessment of component and system designs, analysis, and models developed for the commercial crew or cargo providers; * Assessment of hardware designs, analysis, models developed for the JSC Human Health and Performance Directorate and/or the Engineering Directorate by Contractors, Grantees, and Space Act Agreement Participants other than the HHPC Contractor; * Assessment of new technology disclosures (aka "invention disclosures") including, for example, new and novel hardware, software, processes, and composition of matter submitted by Contractors, Grantees, and Space Act Agreement Participants other than the HHPC Contractor; * Access to Government Sensitive Information such as pre-decisional information associated with on-going or future NASA projects that may result in future competitive procurements; * Access to a Contractor, Grantee, and Space Act Agreement Participant's proprietary information, where said Contractor, Grantee, and Space Act Agreement Participant is not the HHPC Contractor; * Design, development, test and evaluation including certification and fabrication of hardware including flight hardware and software. These types of tasks could lead to the following categories of OCI issues depending on the composition of the team selected for the HHPC contract: * Unequal access to nonpublic information of the type that may provide the HHPC Contractor an unfair competitive advantage in a later competition for a Government procurement contract; * Potential impaired objectivity if the HHPC contractor or its subcontractors are assessing data developed by themselves, related companies (e.g., affiliates, joint ventures, partnerships, etc.), or subcontractors; * Potential impaired objectivity if the HHPC contractor or its subcontractors or related companies are responsible for assessing or performing safety and mission assurance for hardware or data generated by the HHPC contractor, its subcontractors, or related companies under another JSC contract, grant, cooperative agreement, or Space Act Agreement; * Potentially creating biased ground rules by providing technical assessments to NASA on specific technologies and methodologies that may affect NASA's preparation of a specification of work, other contractual requirements, or NASA's evaluation of proposals in a future competitive procurements. A link to the NASA Guide on Organizational Conflicts of Interest has been posted to the HHPC procurement website at: http://procurement.jsc.nasa.gov/hhpc/. Please reference this document for additional information about NASA's policies with respect to OCI issues. You are requested to provide electronic responses via e-mail to the Contracting Officer listed at the end of this synopsis. Your response is requested by 5:00 p.m. local time on September 19, 2014. Potential offerors are requested to address the following questions: 1. What type of OCI issues would your company or potential team identify, if any, should you choose to propose on the HHPC contract? 2. What strategies would you anticipate proposing to mitigate the OCI issues that you identified (if any)? Please provide strategy details, previous examples/experience with other contracts with NASA or other agencies, etc. 3. Are there any other types of potential OCI issues with the proposed HHPC contract that were not identified in this RFI? 4. Does your company foresee any OCI issues associated with the HHPC that would cause you to decide not to propose on the potential HHPC RFP? NASA intends to assess any responses received regarding potential OCI and each Offerors proposed OCI mitigation strategy, responding to each company who submits a mitigation strategy in writing. NASA's response will simply be an attempt to preliminarily examine possible circumstances which might lead to or eliminate an OCI. It will not be a confirmation that, in fact, an OCI will ultimately exist or that an Offeror can successfully eliminate or mitigate an OCI. Furthermore, the response in no way alters or interprets the application of FAR 9.5 as it applies to a final statement of work or a final proposal submission, should a potential Offeror elect to submit a proposal in response to an RFP issued under a solicitation for HHPC. Subsequent to the initial submission and response, the Government will not consider further information as it relates to this RFI. The documents on the NASA procurement website are for information and planning purposes, to allow industry the opportunity to comment, and to promote competition only. NASA will not affirmatively release any information received in response to this RFI to the public, but may use information received in developing the best approach for a contract strategy, and therefore such information may be recognizable to the potential Offeror who submitted it. Any information submitted in response to this RFI that is marked as "Confidential Commercial or Financial Information" will be considered as voluntarily submitted in accordance with the Freedom of Information Act. The Government intends to release the names, addresses, and points of contact of all respondents unless specifically requested not to do so by the respondent. All questions should be directed to the point of contact identified below. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. The Government will not pay for any information solicited under this RFI. No solicitation exists; therefore, do not request a copy of a 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ14399614L/listing.html)
 
Record
SN03498300-W 20140907/140905235539-c59904757955adf682d9979c058c833c (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.