SOURCES SOUGHT
D -- Kennedy Infrastructure, Applications and Communications Support Services
- Notice Date
- 3/31/2016
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK17ZOC001L
- Point of Contact
- Regina M. Clifton,
- E-Mail Address
-
regina.clifton@nasa.gov
(regina.clifton@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) is hereby 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 the acquisition of Kennedy Infrastructure, Applications and Communications (KIAC) support services. This follow on acquisition will succeed the current Information Management and Communication Support (IMCS) contract which will expire in September of 2017. The Government reserves the right to consider a Small, 8(a), WOSB, SD-VOSB, or HUBZone business set-aside based on responses hereto. The North American Industry Classification System (NAICS) code for this procurement is 541512, Computer Systems Design Services, with a size standard size of $27.5M. The interested parties shall state in their response their size status for this procurement. The KSC requirements include delivery of products and services in the following areas: Application Operations and Software Development Includes maintenance and end user support services for web and client-based software applications, forms and unique systems in support of KSC requirements. Applications and systems are primarily security, scientific and business in nature but can include other areas such as outreach or engineering. The existing portfolio includes Commercial off-the-shelf (COTS), Modified off-the-shelf (MOTS), Government off-the-shelf (GOTS) and custom developed applications that range in size and complexity from small, single-user tools to large applications with users across multiple NASA Centers. This requirement also delivers new application development and enhancements to existing applications and systems. Data Center Operations Delivers equipment housing, managed platform, private cloud and managed storage services capable of supporting high-performance, scalable platforms for application hosting requirements at KSC. The requirement includes facility management of the 16,600 square-foot, purpose-built Kennedy Data Center (KDC) on premise at KSC. Voice Communications Includes support for operational and institutional voice requirements at KSC and NASA occupied facilities at Cape Canaveral Air Force Station (CCAFS). These services include operational intercom systems, public address and area warning, two-way radio, astronaut communications, voice recording, sound reinforcement and mission low bandwidth voice and data transmission. Imaging Services Includes support for operational and institutional visual and timing requirements at KSC and NASA occupied facilities at CCAFS. These services include operational television, security cameras, cable television, timing and countdown services, high-speed film cameras, a content management system, video teleconferencing and motion and still imagery (visible and infrared) to support photogrammetric and journalistic purposes. Data Communications Includes support for operational and institutional transport of voice, data and video across KSC with uninterruptible power protection. These systems include T-Carrier/ Synchronous Optical Networking (SONET), digital video, Ethernet and fiber optic along with support for the fiber optic plant and copper plant both internal and external to the buildings. Multimedia Support Services Provides integrated multimedia production and distribution services for KSC to both public and internal audiences for the purpose of conveying the NASA message. This includes live broadcast of content during launch events, special event and multimedia broadcast productions along with the delivery of professionally written products and digital publications. These services also maintain web content, support exhibit design and create and edit graphics, photographs, videos and audio. Documentation and Reproduction Manages engineering and technical documentation as well as printing, binding and distribution services for Center-wide duplicating and color copying requirements to include coordination for commercial printing requirements through the Government Publishing Office (GPO). Research and Library Management Includes support for KSC’s informational needs including research, circulation, acquisition, interlibrary loan, documents, specifications and standards and archive support. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the responsibility of prospective offeror’s to monitor this site for the release of any solicitation or synopsis. Interested parties having the required specialized capabilities to meet the above requirement should submit a capability statement of 20 pages or less including attachments, indicating the ability to perform all aspects of the effort described herein. 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, SDB, 8(a), WOSB, VOSB, SD-VOSB, HUBZone or HBCU/MI; 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 customers 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). Questions should be submitted electronically to: regina.clifton@nasa.gov no later than Monday, April 11, 2016. Telephone calls will not be considered. This Sources Sought Notice is for information and planning purposes and shall not be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results and no information contained in the responses will be released publically. Responses may be utilized in formulating the Government’s acquisition strategy and requirements. Responders should not submit proprietary/confidential information. All responses should be provided electronically in Microsoft Office compatible document format. Responses should not exceed 20 pages (format: 8.5” x 11,” 12-point, Times New Roman font) and should reference NNK17ZOC001L. Interested parties are requested to submit their capability statements electronically to Regina Clifton by e-mail: regina.clifton@nasa.gov no later than 9:00 am, April 18, 2016. Please reference NNK17ZOC001L in any response. It is insufficient to provide only general brochures or generic information. Any referenced notes may be viewed at the following URLs linked below. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK17ZOC001L/listing.html)
- Place of Performance
- Address: NASA/John F. Kennedy Space Center, FL 32899, United States
- Zip Code: 32899
- Zip Code: 32899
- Record
- SN04069650-W 20160402/160331235626-1615c716cd745df6d5307663086dab62 (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 |