Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2016 FBO #5409
SOLICITATION NOTICE

R -- Joint Operations and Integrated Systems Technology (JOIST)

Notice Date
9/12/2016
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BR, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
NNJ17580323R
 
Point of Contact
Audrey C. Montgomery, Phone: 2817927510
 
E-Mail Address
audrey.c.montgomery@nasa.gov
(audrey.c.montgomery@nasa.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
NASA/JSC plans to issue a Request for Proposal (RFP) for the Joint Operations and Integrated Systems Technology (JOIST) procurement. The Government does not intend to acquire a commercial item using FAR Part 12. JOIST has been assigned the North American Industry Classification System code 541512, Custom Systems Design Services, with a Small Business Administration-designated small business size standard of $27.5 million in average gross sales over a 3-year period. The JOIST acquisition will be conducted as a competitive, partial small business set-aside to provide services in three areas of work - two single-award baselines and a multiple-award indefinite delivery, indefinite quantity (IDIQ) vehicle. A "baseline" is a known, continuous requirement. Baseline A and Baseline B are Cost-Plus-Fixed-Fee (CPFF). Authorization to perform work under the multiple-award IDIQ vehicle will be through the issuance of CPFF and Firm-Fixed-Price (FFP) task orders. Baseline B has been set aside for small businesses. Baseline A and the multiple-award IDIQ will be conducted under full and open competition; for IDIQ, the Government may reserve one or more contract awards for small business concerns in accordance with FAR 19.502-4. The Government intends to award the JOIST IDIQ to enough small business companies to solicit competition restricted to small businesses. Offerors may propose to any of the areas of work for which they are qualified. Offerors are not required to propose on all areas of work. There is no requirement to propose on any area of work, nor will proposing on a certain area of work enhance or diminish credibility in another area of work. One proposal is allowed per offeror; alternate proposals will not be accepted. Each area of work will be evaluated individually for all factors. The three areas of work are as follows: • Baseline A - NASA Aircraft Management Information System (NAMIS) Services (Full & Open Competition) • Baseline B - Flight Operations Directorate (FOD) Information Technology (IT) and Planning, Integration, and Control (PIC) Services (Small Business Set-Aside) • Multiple-Award IDIQ (Full & Open Competition) The Government anticipates a 5-year period of performance for both Baseline A and Baseline B, both comprised of a 2-year base period of performance followed by a 2-year option and a 1-year option. The phase-in period will be 60 days for all awardees. The multiple-award IDIQ vehicle will have a five-year ordering period with a phase-in period of 60 days. All responsible sources may submit an offer which shall be considered by the Agency. The government is not obligated to award a contract as a result of the RFP. The anticipated release date of the Draft RFP is on or about September 19, 2016. The anticipated release date of the Final RFP is on or about October 28, 2016. The anticipated proposal due date is on or about November 29, 2016. PRE-PROPOSAL CONFERENCE NASA/JSC will hold a Pre-Proposal Conference for the JOIST procurement on Friday, October 14, 2016. Time: Registration begins at 8:00 a.m. Central time. The Conference will begin at 9:00 a.m. Location: NASA/JSC Gilruth Recreation Center Alamo Ballroom 2101 NASA Parkway Houston, TX 77058 Directions: http://www.nasa.gov/pdf/613625main_Directions-to-Gilruth-JSC_v2.pdf Attendance of the JOIST Pre-Proposal Conference is neither required nor a prerequisite for proposal submission and will not be considered during the evaluation process. Following the Pre-Proposal Conference, Government presentations, a revised list of interested parties that includes Conference participants, and official answers to questions will be posted to the JOIST acquisition website: http://procurement.jsc.nasa.gov/joist/. All questions regarding the JOIST Pre-Proposal Conference shall be directed in writing to the Contracting Officer, Audrey C. Montgomery, at audrey.c.montgomery@nasa.gov. Due to space limitations, representation of any potential Offeror may not exceed 4 company representatives/persons per Offeror. Potential Offerors interested in attending the JOIST Pre-Proposal Conference Presentations shall RSVP by 9:00 a.m. Central Time on Thursday, October 6, 2016. The Government will respond to questions regarding this procurement provided such questions have been received at least five (5) working days prior to the conference. Other questions will be answered at the conference or in writing at a later time. All questions, together with the Government's response, will be transmitted to all solicitation recipients via the government-wide point of entry (GPE). Interested parties are requested to complete their registration for the JOIST Pre-Proposal Conference at the following link: https://baforms.typeform.com/to/CbpwG0. Potential offerors may ask questions, view the acquisition milestone schedule, and locate the technical library by visiting the JOIST website at www.http://procurement.jsc.nasa.gov/JOIST/. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://prod.nais.nasa.gov/pub/pub_library/Omb.html. It is the Offeror's responsibility to monitor the Internet site 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). All contractual technical questions must be submitted in writing via email. Telephone questions will not be accepted. This presolicitation synopsis is not to 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7f50db400f3a03a6acfa91cff3d8b338)
 
Record
SN04266927-W 20160914/160912235038-7f50db400f3a03a6acfa91cff3d8b338 (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.