Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOURCES SOUGHT

D -- Web Services Technical Expertise and Support (WSTES) - Statement of Work

Notice Date
4/20/2017
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NASA Shared Services Center (NSSC), Building 1111, Jerry Hlass Road, Stennis Space Center, Mississippi, 39529, United States
 
ZIP Code
39529
 
Solicitation Number
NNX17ZXD034L
 
Archive Date
5/13/2017
 
Point of Contact
Bobbie J. Young, Phone: 2288136174, Christi Edwards, Phone: 2288136327
 
E-Mail Address
bobbie.j.young@nasa.gov, christi.s.edwards@nasa.gov
(bobbie.j.young@nasa.gov, christi.s.edwards@nasa.gov)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Statement of Work NASA HEADQUARTERS WEB SERVICES REQUEST FOR IN FORMATION (RFI) Project Title: Web Services Technical Expertise and Support (WSTES) This is not a Request for Quotes (RFQ) but rather a Request for Information (RFI) to determine capability of potential sources and is for information and planning purposes only. The National Aeronautics and Space Administration (NASA) Shared Services Center (NSSC) is seeking capability statements from all interested parties, including Small Business, Small Disadvantaged Business (SDB), 8(a), Woman‐owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (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 technical guidance and support for assisting the Web Services Office (WSO). Subject Matter Experts (SMEs) are needed in support of meeting the volatile standards in the modernization of the Agency's web cloud infrastructure and Information Technology (IT)/web security posture. The objective of the potential acquisition is to acquire knowledgeable advisors and technical experts with relevant experience in core cloud infrastructure services and IT/web security improvement initiatives. SMEs will provide prudent counsel and practical recommendations in development ande nhancements of web cloud environments and effective technical support. Therefore, potential sources are required to have extensive technical knowledge of the following applications and their functional capability: Content Management Systems (CMS's), Platform as a Service (PaaS), Software as a Service (SaaS), and Drupal as a Service (DaaS) applications. Services will be performed at the Contractor's facility with the exception of an occasional visit to NASA Headquarters in Washington, D.C. This requirement will support the following NASA locations: Ames Research Center, Armstrong Flight Research Center, Glenn Research Center, Goddard Space Flight Center, NASA Headquarters, Johnson Space Center, Kennedy Space Center, Langley Research Center, Marshall Space Flight Center, NASA Shared Services Center, Stennis Space Center, and NASA Management Office at the Jet Propulsion Laboratory. The goal of this RFI is to canvass interest and capabilities of General Services Administration (GSA) Schedule Holders, specifically those vendors with active contracts listed on the Information Technologies (IT) Schedule 70. This RFI will provide the Government with useful data in gauging competition in potential interested parties within the schedule, and collect insightful feedback of common practices considered to be the standard by industry leaders. The Government will utilize this information to develop a more coherent and up‐to‐date Performance Work Statement (PWS). It is NASA's intent to procure this requirement as a Single award, Firm‐Fixed Price (FFP), Blanket Purchase Agreement (BPA) for a duration of five (5) years. The period of performance will be a five (5)‐year duration; including a one (1)‐year base period and four one (1)‐year option periods. The NAICS code and the small business size standard for this procurement are 541519 and $27.5 million, respectively. This contract will include an Organizational Conflict of Interest (OCI) clause that will place restrictions on a company's ability to pursue additional NASA work. To assist NASA in evaluating this procurement opportunity, we are seeking the following information from industry: 1) The name and address of your company 2) Primary point of contact, phone number, and e‐mail address of your firm. 3) Type of small business concern (e.g., SDB, WOSB, 8(a), HubZone, etc.). 4) How long has your company been in business? How long has your company been involved in web cloud infrastructure and IT/web security support services? 5) What is the level of interest of your company to participate in this procurement (prime or subcontractor)? 6) Does your company currently perform web cloud infrastructure and IT/web security support services for a Government Agency? If so, what Agency and at what locations? 7) If your company provides web cloud infrastructure and IT/web security support services, what types of tasks does it perform (e.g., provide expert guidance, advice, and recommendations regarding core cloud infrastructure services, cloud service models, and cloud deployment models; ensure conformity of proposed infrastructure designs with federal web, cloud, and Security requirements and configuration management and system engineering principles; provide development of SaaS software components such as widgets, plugins, and themes; assist in development of enterprise governance practices, processes, and policies for an enterprise web ecosystem, etc.)? 8) Does your company have experience using NASA web cloud IT systems or any other Government Agency? If so, please provide details. 9) Does your company have the ability to provide web cloud infrastructure and IT/web security support services at all the NASA sites listed above? If not, at which locations? 10) How does the presence of an OCI clause affect your company's interest in this requirement? To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. The Government shall not be liable for damages related to proprietary information that is not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Information submitted in response to this request is strictly voluntary. This is not a request for proposal or quotation or an invitation for bid. This RFI does not obligate or restrict the Government to an eventual acquisition approach. The Government does not intend to award a contract on the basis of responses from this RFI or pay for the preparation of any information submitted or for the use of such information. All information received may be used for planning purposes and market research purposes only. Response should be single-spaced, in Times New Roman, 12-point font, with one-inch margins all around, compatible with Microsoft Office Word 2010 or later for Windows, with a total page count not to exceed 30 pages. Response, including attachments, shall not exceed 10 MB. Each page of your package shall be printable on 8.5- by 11-inch paper. Please note that some email systems may block file types such as.zip or other macro-enabled extensions; respondents should verify receipt. Vendors having the capabilities necessary to meet the stated requirements are invited to submit appropriate documentation, literature, brochures, and references (limited to 10 total pages) for consideration to Bobbie Young at bobbie.j.young@nasa.gov and Christi Edwards at christi.s.edwards@nasa.gov, no later than 5:00 p.m. Central Daylight Time CDT April 27, 2017. It is the Vendor's responsibility to monitor this site for possible future actions following this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/NSSC/NSSC1/NNX17ZXD034L/listing.html)
 
Place of Performance
Address: Building 1111, Jerry Hlass Road, Stennis Space Center, Mississippi, 39529, United States
Zip Code: 39529
 
Record
SN04480299-W 20170422/170421000148-1b6c115694a49b4083ce976395ac7313 (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  © 1994-2020, Loren Data Corp.