Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2016 FBO #5321
SOURCES SOUGHT

A -- CARGO MISSION CONTRACT 3 (CMC3)

Notice Date
6/16/2016
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BG, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
NNJ16591116L
 
Archive Date
7/21/2016
 
Point of Contact
Sophia Mo, , David J. Wilson,
 
E-Mail Address
JS-CMC3@mail.nasa.gov, JS-CMC3@mail.nasa.gov
(JS-CMC3@mail.nasa.gov, JS-CMC3@mail.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Lyndon B. Johnson Space Center (JSC) is planning to re-compete the Cargo Mission Contract (CMC) 2, NNJ10GA35C. This future requirement will constitute the Cargo Mission Contract 3 (CMC3). This synopsis is a Request for Information (RFI) to solicit comments from industry for acquisition strategies and capability statements from qualified companies. Industry is invited to provide feedback on the specific areas below. The CMC provides critical support to the International Space Station (ISS) and Orion Programs by providing: • Analytical integration and physical processing of pressurized cargo manifested for launch and return on ISS visiting vehicles or manifested on the Orion Multi-Purpose Crew Vehicle (MPCV). Pre-packed cargo will be shipped to launch sites within the United States and Japan. Pre-packed cargo will also be shipped to the ISS Russian Partner in Moscow, Russia. • Flight Crew Equipment (FCE) processing activities to support flight and training requirements for the ISS and Orion Programs. • Provision, sustaining, and logistics functions for Stowage Accommodations (i.e. Cargo Transfer Bags (CTBs), M-bags, lockers, dividers, etc.) and FCE. • Production of hardware decals, placards, and graphics. • Design, manufacture, assembly and certification of flight and training hardware as required to support pressurized and unpressurized cargo transportation and FCE requirements. • Infrastructure tasks required to implement the above scope (i.e. Program Management, Business Management, Configuration Management, Information Technology, Safety and Mission Assurance, etc.). Integration with Hardware Providers, International Partners and Commercial Visiting Vehicles providers (including Commercial Resupply Services (CRS) providers (CRS-1 and CRS-2) and Commercial Crew Transportation Capability (CCtCap) providers) is required to accomplish the required scope of CMC3. Typical pressurized cargo processing activities include but are not limited to the following: • Developing cargo bag layouts • Analytical and physical integration of cargo and packing material into packed bags • Analyses and physical development of protective packing provisions for sensitive cargo items • Hardware receiving and inspection and requirements verification • Shipping packed bags to the launch sites • Developing integrated bag level hazard assessments • Retrieval and turnover of returned cargo Typical FCE under this procurement includes but is not limited to the following: • Crew clothing • Personal hygiene items • Housekeeping items • Audio/video equipment and associated cabling • Laptop computers and support equipment • Batteries • Crew survival equipment (Orion unique requirement) • ISS payload locker shells Note: FCE functions for Food and EVA hardware are not included as part of this procurement. Cargo processing for these items is a part of this procurement. The current CMC2 contract is a Cost Plus/Award Fee (CPAF) contract. The majority of work is covered under the base contract; however, there is an Indefinite Delivery, Indefinite Quantity (IDIQ) component for discrete tasks within the general scope of the contract, including hardware/software development, identification of commercial-off-the-shelf products that meet programmatic needs, hardware certification, implementation of process improvements, and initial integration of new ISS Program participants. The current CMC2 Statement of Work and other pertinent documents are located at the procurement website: http://procurement.jsc.nasa.gov/CMC3. It is anticipated that the scope of work for CMC3 will be similar to the current CMC2 http://www.nasa.gov/centers/johnson/news/contracts/index.html. The current North American Industry Classification System (NAICS) Code for the CMC3 contract is 541690 - Other Scientific and Technical Consulting Services with a Size Standard of 1,000. It is anticipated that the NAICS code and size standard will be the same for CMC3. Industry is invited to review the questions listed below and provide feedback on the specific areas requested. The information received will not be released in its submitted form, but may be used in developing the best approach for follow-on strategies, and therefore may be recognizable to the interested party. 1. What changes from the current CMC2 contracting approach (contract type, period of performance, etc.), if any, would you suggest for the follow-on CMC3 contract and why? 2. Provide feedback regarding incentive arrangements. For instance, how should risks versus rewards be shared by the Government and contractor? What types of incentives would you consider to be most effective to encourage the contractor to perform high quality work at a reasonable price? 3. Identify barriers to competition that could be mitigated to foster a more competitive environment for this procurement. 4. Discuss ways in which NASA could design/structure this procurement to maximize synergy between the labor skills needed for employees across the contract, and how to best cross-utilize the workforce. Discuss all alternatives you would like NASA to consider. 5. Identify any areas of the CMC2 Statement of Work (SOW) that you believe could be performed by a small business and provide rationale. 6. Identify any areas of the CMC2 SOW and/or Data Requirements Descriptions (DRDs) that could be eliminated/modified to reduce the price of the contract. 7. Identify any areas of the CMC2 SOW and/or Data Requirements Descriptions (DRDs) that need additional clarification. 8. Contract Transition: suggest ideas for executing a transition from the current CMC2 to the follow-on contract while ensuring continuity of operations (without interruption) for the ISS Program, based on the current ISS visiting vehicle launch. How long should the transition period be? SOURCES SOUGHT: NASA/JSC is also soliciting information from all interested parties/potential offerors, including large businesses, Small Businesses (SBs), Small Disadvantaged Businesses (SDBs), 8(a), HUBZones, Women-Owned Small Businesses (WOSBs), Veteran-Owned Small Businesses (VOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and Historically Black Colleges and Universities/Minority Institutions (HBCUs/MIs) that are potential sources for this requirement. Interested parties are requested to submit their capabilities and qualifications to perform the effort. Responses shall include the following: a. Name and address of firm and point of contact information. b. Size of business. c. Average annual revenue for past three years. d. Number of employees. e. Whether the firm is Large, SB, SDB, HUBZone, WOSB, VOSB, SDVOSB, HBCU/MI and/or 8a. f. Number of years in business. g. Affiliate information: parent company, joint venture partners, and potential teaming partners. h. If you plan to propose as a prime or a sub-contractor. i. A list of contracts covering the past three years with emphasis on work performed on a Federal installation. Please provide contract numbers, if your 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. j. From the above list, please identify those contracts that you consider most relevant to the work of the CMC3 effort. Please provide a brief summary of similar work accomplished as compared to the CMC2 scope (including, but not limited to packing and Continental United States/international shipping of unique / hazardous / sensitive cargo items, and effectively communicating large amounts of data). You are requested to provide electronic responses to questions 1 through 8 and a through j above. The total page count is limited to 10 pages for questions 1 through 8, and 5 pages for questions a through j, for a total page count of 15 pages using no less than 12 point Times New Roman font. Please send all responses via e-mail to JS-CMC3@mail.nasa.gov. Your response is requested no later than 4:00 p.m. Central Standard Time (CST) on July 6, 2016. Questions may be submitted separately to the same email address. The Government intends to review the responses submitted but will not respond to individual submissions. NASA reserves the right to share all information received in response to this RFI with any NASA's civil servants and to use all information submitted in response to this RFI in developing a future acquisition strategy. This data will not be shared outside the Government nor released in its submitted form. Confidential, proprietary, competition sensitive, or business information should not be submitted in response to this RFI. Such information will not be reviewed and will be returned to the respondent. Any communications in reference to this RFI shall cite the RFI number in the subject line and be directed to the point of contact identified above. 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. This information will be provided on the CMC3 procurement website as an Interested Parties List. 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. No evaluation letters and/or results will be issued to the respondents. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. 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 potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. The Government intends to review the responses submitted by industry. 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/notices/e384cff9feb13d85f359d156c21b0540)
 
Record
SN04151718-W 20160618/160616234316-e384cff9feb13d85f359d156c21b0540 (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.