SOURCES SOUGHT
R -- GODDARD LOGISTICS AND TECHNICAL INFORMATION SUPPORT SERVICES FOLLOW-ON
- Notice Date
- 11/4/2015
- Notice Type
- Sources Sought
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- NNG16569107L
- Response Due
- 11/16/2015
- Archive Date
- 11/4/2016
- Point of Contact
- LASHAWN K FEIMSTER, CONTRACTING OFFICER, Phone 301-286-8155, Email lashawn.k.feimster@nasa.gov
- E-Mail Address
-
LASHAWN K FEIMSTER
(lashawn.k.feimster@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) Information and Logistics Management Division 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 Goddard Logistics and Technical Information (GLTI II) Support Services Procurement. 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. The procurement (brief) description is: Provide logistics and technical information services for both institutional and technical organizations. Program Management and information systems support (including the implementation, upgrading and maintenance of information systems) is required for all the areas of the SOW. The SOW includes the following services: 1) Provide project logistics support for technical programs and projects, including: logistics planning and coordination, transportation engineering, packing and crating, project storage and export control; 2) Provide supply management for a variety of technical parts, materials and administrative supplies, including: requisition processing, inventory management, research and cataloging, purchasing and acquisition, receiving, warehousing, and fabrication planning and coordination; 3) Provide transportation services, including: traffic management, fleet management operations (including dispatch, vehicle management, and vehicle and equipment maintenance); and interior design; 4) Provide equipment management services to track and maintain accountability of property, including: Government-owned, loaned and leased equipment, capital property and contractor-held property; 5) Provide management services, including: forms and records management, mail services, duplicating, and support for the review of scientific and technical information; 6) Provide creative services for a variety of communications media and products, including: graphics and multimedia design, editing services, photography, videography, and website design; and 7) Provide audio visual services for meetings and teleconferencing facilities as well as special events. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov/ It is the potential offerors responsibility to monitor https://www.fbo.gov/ website for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 5 pages or less indicating the ability to perform all aspects of the effort described herein. The draft statement of work for the GLTI II procurement is attached. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; 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); list of Government contracts covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Technical questions should be directed to: Thomas.A.Weisz@nasa.gov. Procurement related questions should be directed to: LaShawn.K.Feimster@nasa.gov. Please discuss in your response whether NAICS Code 561110 Office Administrative Services is most appropriate for GLTI II. NAICS Code 561110 Office Administrative Services: This Industry comprises establishments primarily engaged in providing a range of day-to-day logistics and office administrative services, such as financial planning; billing and recordkeeping; personnel; and physical distribution and logistics for others on a contract or fee basis. These establishments do not provide operating staff to carry out the complete operations of a business. 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. All responses shall be submitted to LaShawn K. Feimster, no later than November 16, 2015 via email LaShawn.K.Feimster@nasa.gov. Please reference NNG16569107L 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/GSFC/OPDC20220/NNG16569107L/listing.html)
- Record
- SN03937405-W 20151106/151104234450-d72469e3428bec5c72e8f95de985f180 (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 |