SOURCES SOUGHT
R -- ACQUISITION AND BUSINESS SUPPORT SERVICES AT MSFC
- Notice Date
- 2/19/2015
- Notice Type
- Sources Sought
- NAICS
- 541219
— Other Accounting Services
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM14534124_1L
- Response Due
- 3/6/2015
- Archive Date
- 2/19/2016
- Point of Contact
- Rita R. James, Contracting Officer, Phone 256-961-0037, Fax 256-544-8993, Email rita.r.james@nasa.gov - Sherry K Fenn, Contracting Officer, Phone 256-544-0285, Fax 256-544-8353, Email sherry.k.fenn@nasa.gov
- E-Mail Address
-
Rita R. James
(rita.r.james@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/MSFC is hereby soliciting information from potential sources for Acquisition and Business Support Services (ABSS) at MSFC. The existing effort is currently being performed under NASA/MSFC Contract NNM11AA30C by the incumbent contractor, Al Razaq Computing Services, Houston, TX. The current period of performance for this contract expires April 30, 2016. THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE.THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS RFI IS BEING USED TO OBTAIN INFORMATION FOR PLANNING PURPOSES ONLY. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is subject to FAR 52.215-3. The intent is to award as a Small Business Set-Aside. The Solicitation, Evaluation, and Award will reflect that intention. NASA/MSFC is seeking capabilities from Small Businesses to satisfy the governments requirements under a follow-on procurement. This solicitation will utilize the North American Industry Classification System (NAICS), Code 541219. Provide your companys socio-economic categories for market research to determine whether or not a specific socio-economic set-aside is in the best interest of the Government. (See Attachment 1, Market Research Questionnaire) At this time, the Government is also determining the feasibility of soliciting via a General Services Administration (GSA) Federal Supply Schedule.Provide a list of your GSA schedules which are applicable to this requirement. If your company has an interest in this acquisition, you are advised that in order to be eligible to compete as a prime contractor under this re-competition your company is required to be a Small Business, within the requisite size standard, under the above NAICS code. Note: This contract will contain MSFCs Limitation of Future Contracting Clause as follows: Performance of this contract involves (1) participation in all phases of the acquisition process (i.e., from acquisition planning through closeout of the contract) at MSFC, (2) access to and use of highly sensitive information belonging to both the Government and third parties and (3) analysis and document preparation in support of the Governments decision-making processes. Thus, to avoid any conflict of interest related to unequal access to information, biased ground rules, and/or impaired objectivity with respect to future contracting opportunities, the Contractor or any subcontractor (including any affiliate as defined in FAR 2.101) under this contract shall not perform nor assist with the performance of any other contract/agreement under the cognizance of MSFC during the performance of this contract. The preliminary requirements for the proposed procurement are outlined in Attachment 2, Performance Work Statement (PWS). It is anticipated that the potential contract period of performance will be five (5) years. Interested Small Business firms having the required specialized capabilities to meet the ABSS requirements should submit a capabilities statement, of 10 pages or less, describing their capability to perform the effort. Responses shall include the following: 1)Name and address of firm including the names of two points of contact to include their titles, address, telephone number, fax number, and e-mail address. 2)Current business size, annual revenue for the past three (3) years, customers covering the last five (5) years for the NAICS Code 541219 and the current number of employees. 3)Affiliate information: Parent company, joint venture partners, and potential teaming partners. 4)Number of years in business. All responses received, to include the Market Research Questionnaire submittal, will be carefully reviewed and considered. However, respondents will not be notified of the results of the review. NASA/MSFC will not publicly disclose proprietary information obtained as a result of the RFI. To the full extent that it is protected by law and regulations, information identified by a respondent as proprietary will be kept confidential. Receipt of your capabilities is requested on or before 12:00 PM CST March 6, 2015. Submission by e-mail is preferred. Please include the RFI reference number shown above on all submittals. Name: Rita R. James; Title: Contracting Officer; NASA Marshall Space Flight Center; Email: rita.r.james@nasa.gov. For further information please contact Ms. James by email or at 256-961-0037. Enclosures: Attachment 1/Market Research Questionnaire Attachment 2/Performance Work Statement 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. 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/MSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 It is the offeror's responsibility to monitor the Internet cite 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM14534124_1L/listing.html)
- Record
- SN03645652-W 20150221/150219234723-38aed0addc75f992c9544a4d6822e7a8 (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 |