Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
SOURCES SOUGHT

R -- BUSINESS MANAGEMENT SERVICES CONTRACT

Notice Date
8/6/2015
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BR
 
ZIP Code
00000
 
Solicitation Number
NNJ15554115L
 
Response Due
8/13/2015
 
Archive Date
8/6/2016
 
Point of Contact
Jalisa Sims, Contract Specialist, Phone 281-792-7522, Fax 281-244-5331, Email jalisa.c.sims@nasa.gov - Craig Burridge, Contracting Officer, Phone 281-792-7419, Email craig.g.burridge@nasa.gov
 
E-Mail Address
Jalisa Sims
(jalisa.c.sims@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Johnson Space Center is seeking efficiencies in combining business services contract support. As such, a new contract strategy is being contemplated to combine the Office of Chief Financial Officer support contract- Financial Business Management Services (FBMS) - NNJ12JB33B and the Office of Procurement support contracts - Procurement Support Contract (PSC) - NNJ11JA02B and JSC Office of Procurement Support (JOPS) - NNJ13RA29Z (BPA). This combined effort will provide JSC users and other NASA entities as required, professional and technical services. Support will consist of assessments, scheduling, estimating, resources management, general ledger maintenance, accounting, earned value management, pre-award and post-award procurement operations support, data systems entry and maintenance, data analysis, data verification and validation, report generation, and administration of the JSC Bankcard Program. Service providers shall possess knowledge of Federal, Agency and Center Accounting, Appropriations and Procurement policies. For the BMS Contract, NASA is considering a 100% Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with Firm-Fixed- Price (FFP) task orders. A five-year base period of performance is contemplated.A $35M IDIQ maximum is anticipated. The acquisition is expected to be conducted in accordance with FAR Part 12, Acquisition of Commercial Items. The National Aeronautics and Space Administration (NASA) Johnson Space Center 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. 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 required specialized capabilities to meet the above requirement should submit a capability statement of no more than 7 pages or less. Responses must include the following: 1. Name and address of firm and Point of Contact information. 2. Size of business. 3. Average annual revenue for past three years. 4. Number of employees. 5. Whether the firm is a SB, SDB, HUBZone, WOSB, VOSB, SDVOSB, HBCU/MI and/or 8a. 6. Number of years in business. 7. Affiliate information: parent company, joint venture partners and potential teaming partners. 8. If you plan to propose as a prime or as a subcontractor. 9. A list of contracts covering the past three years with emphasis on work performed on a Federal installation. Please provide contract numbers, if you firm was a prime or subcontractor, contract type, dollar value of each procurement, and point of contact (address and phone number). If work was performed as a subcontractor, please indicate percentage of work/subcontract dollar value. 10. From the above list, please identify those contracts that you consider most relevant to the work of the BMS effort. Please provide a brief summary of similar work accomplished as compared to the BMS scope. In addition, industry is encouraged to submit any information on the contemplated type of contract, NAICS code selected or any other feature that may improve the BMS acquisition strategy. These pages are included in the total page count. If any submitted data is stamped as proprietary data, the Government will not evaluate it. All written comments, questions, and responses shall be submitted to Jalisa Sims at jalisa.c.sims@nasa.gov and Craig Burridge at craig.g.burridge@nasa.gov no later than 4:00pm CST on August 13, 2015.Please reference NNJ15554115L in any comment, question, and response. 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. An Interested Parties list will be compiled and posted to allow potential offerors the opportunity to network. Companies showing interest in this acquisition will be included on the list, unless a request is made not to be included on the posting. Please send your contact information to Jalisa Sims by clicking the following link to enhance networking opportunities: https://baforms.typeform.com/to/k3529c. A website for this contemplated acquisition has been developed and can be found at http://procurement.jsc.nasa.gov/bms/ Statements of Works and other information related to existing contracts can be found in the technical library at this site. Interested parties are responsible for checking this website for further information and updates. THIS IS A SOURCES SOUGHT NOTICE ONLY. This synopsis is for Market Research and serves to solicit comments from industry and to solicit capability statements from qualified companies. This synopsis is for information and planning purposes only 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. 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. Any referenced notes may be viewed at the following URLs linked below. 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/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 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/JSC/OPDC20220/NNJ15554115L/listing.html)
 
Record
SN03827099-W 20150808/150806235539-81fab43fa17f64f0cc75f5cae41f655b (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.