Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2021 SAM #7148
SOURCES SOUGHT

99 -- Simulation and Software Technology (SST) III

Notice Date
6/25/2021 12:11:18 PM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC021SSTIII
 
Response Due
4/15/2021 10:00:00 AM
 
Archive Date
08/30/2021
 
Point of Contact
Cynthia M. Uribe, Kristin Tauber
 
E-Mail Address
cynthia.uribe@nasa.gov, kristin.m.tauber@nasa.gov
(cynthia.uribe@nasa.gov, kristin.m.tauber@nasa.gov)
 
Description
June 25, 2021 - Modification 7 This is modification 7�to the synopsis entitled Simulation and Software Technology (SST) III, 80JSC021SSTIII, which was posted on February 24, 2021. You are notified that the following changes are made:� NASA/JSC is requesting information from Industry regarding potential Organization Conflict of Interest (OCI).� Please refer to the attached document entitled, SST III OCI RFI, for submission instructions.��� The due date for OCI responses is due at 4PM (CST) on July 9, 2021.� � Offerors are responsible for monitoring this site for the release of the solicitation and any amendments.�� Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any). May 28, 2021 - Modification 6 This is modification 6 to the synopsis entitled Simulation and Software Technology (SST) III, 80JSC021SSTIII, which was posted on February 24, 2021. You are notified that the following changes are made: Virtual Industry Day. The purpose of this sources sought notice is to notify interested parties of the upcoming SST III Industry Day. To facilitate open communications with industry, NASA Johnson Space Center (JSC) would like to invite interested parties or potential offerors interested in the SST III requirement to Industry Day. �The presentation for Industry Day will be held via Microsoft Teams on Tuesday June 29, 2021 at 10:00AM � 12:00PM Central Time.� The Government will also provide one-on-one communication opportunities on Tuesday June 29, 2021 which will be scheduled between 2:00 PM and 5:00 PM Central Time and on Wednesday, June 30th, 2021, which will be scheduled between 9:00 AM and 5:00 PM Central Time. �One-on-one meetings will be conducted via Microsoft Teams and will not exceed 25 minutes. �Participation is limited to six (6) individuals from each company/team. �Please RSVP by Friday, June 25, 2021, 4:00 PM Central Time, per the instructions below. Industry Day and One-on-one Meeting RSVPs The SST III Industry Day is open to firms that are interested in pursuing the SST III contracting requirement. �To RSVP for the SST III Industry Day and a One-on-one meeting, please email Cindi Uribe and Kristin Tauber at jsc-cr-sstiii@mail.nasa.gov by the time specified above. �Your email must include the following: 1. Subject Line: 80JSC021SSTIII Industry Day and One-on-one Meeting RSVP 2. Company Name, Address and DUNS Number 3. Company Points of Contact (POCs) names, telephone numbers, and email addresses 4. JSC intends to post all attendees on the interested parties list. �If you do not wish to be included on the list, you must indicate that your company does not want to be included. 5. Indicate if your company interested in having a One-on-one meeting. 6. Indicate if your company anticipates responding as a prime or subcontractor. A Question and Answer (Q&A) session will follow the Industry Day presentation. �Following the presentation and the Q&A session, please email any additional questions to Cindi Uribe and Kristin Tauber at jsc-cr-sstiii@mail.nasa.gov. �The Government will officially respond to all questions by posting responses to beta.sam.gov and the SST III website after Industry Day. One-on-one Meetings To facilitate interactive communications with industry, JSC personnel will also be available for meetings with individual companies in conjunction with Industry Day. �The meetings are intended to be Q&A sessions in which neither side will make a formal presentation. �To request a One-on-one meeting, please notate that in question 5 above when sending the RSVP for Industry Day.� The following topics may be discussed at the One-on-one meetings: 1.�The general purpose of the announced procurement; 2.�Any information about JSC that NASA has already made accessible to the public or is otherwise being made available to all potential offerors; 3. Historical information about the general nature or scope of prior contracts whose requirements will be addressed in whole or in part under a follow-on procurement; 4. Information that describes the federal procurement process as defined by the Federal Acquisition Regulation (FAR), NASA FAR Supplement (NFS), or other published procurement policy documents; and 5. Procurement specific information already published such as information contained in the acquisition forecast, Statement of Work (SOW), and sources sought synopsis. Questions regarding the subjects below will not be discussed: 1. Proprietary or confidential business information of incumbent contractor(s) or other business entities; 2. Privacy Act protected information such as, incumbent contractor employees� personal data; 3. Trade Secrets Act protected information; 4. Speculation on what the Government might be looking for in proposals; 5. Different technical and management approaches; 6. Technical Efficiencies; 7.�Any particular Government Emphasis; and 8. Incumbent�s performance. A confirmation email will be sent to acknowledge your reservation(s) and provide further instructions. NASA anticipates releasing the Industry Day charts prior to Industry Day. �Please continue to monitor this beta.sam.gov posting for updates on the release of any documents, as well as the SST III website at https://procurement.jsc.nasa.gov/sst/. It is the potential offeror's responsibility to monitor the website for updates to the technical library. May 20, 2021 - Modification 5 This is modification 5�to the synopsis entitled Simulation and Software Technology (SST) III which was posted on February 24, 2021.� You are notified that the following changes are made: SST III�Interested Parties List, dated 5-20-2021�has�been added to the Technical Library.� The due date for responses�not�extended. Offerors are responsible for monitoring this site for the release of the solicitation and any amendments.�� Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any). April 12, 2021�- Modification 4 This is�modification 4�to the synopsis entitled Simulation and Software Technology (SST) III which was posted on February 24, 2021. This modification is being posted to answer question 2�below.� Question 3�-� Do you mean �total minimum page count of 10 pages""�or should that be �total maximum page count of 10 pages�? Answer 3�- Total maximum page count of 10 pages. This statement should read, ""You are requested to provide electronic responses which should have a total maximum page count of 10 pages."" The due date for responses is not extended. April 12, 2021�- Modification 3 This is�modification 3 to the synopsis entitled Simulation and Software Technology (SST) III which was posted on February 24, 2021. This modification is being posted to answer question 2�below.� Question 2�-� In Modification 2 to the SST III sources sought, the Submission Instructions section states:� �You are requested to provide electronic responses which should have a total minimum page count of 10 pages in addition to the worksheet.� What is the �worksheet�?�� Answer 2�- There is not a requirement for a worksheet. This was an error. This statement should read, ""You are requested to provide electronic responses which should have a total minimum page count of 10 pages."" The due date for responses is not extended. April 1, 2021 - Modification 2 This is modification 2 to the synopsis entitled Simulation and Software Technology (SST) III which was posted on February 24, 2021. This modification is being posted to request additional information from companies who have already responded to the Sources Sought Synopsis. Those companies are requested to provide a response to the questions below. Parties who did not respond to the original synopsis are requested to provide the information contained in the initial source sought synopsis and in modification 2. �Responses are subject to the page limitations noted below. 1.�� �NASA/JSC is requesting information from industry regarding how to incentivize a potential SST III prime contractor to introduce new suppliers and subcontractors to NASA through the SST III contract. Providing opportunities to new suppliers serves the purpose of growing the industrial base and allows for more innovative methods of filling NASA requirements. �� � a.�� �What methods or strategies could be used to incentivize contractors, through the life of the contract, to provide opportunities to suppliers/subcontractors who have not previously done business with NASA? b.�� �Provide any alternate methods and/or alternate metrics for measuring new suppliers/subcontractors.� c.�� �Provide any other comments or concerns. 2.�� �Capabilities a.�� �Indicate if you plan to propose as a prime or teaming up as a subcontractor. b.�� �Provide a list of relevant contracts covering the past three years with emphasis on work performed, including 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.� c.�� �From the list above, please identify those contracts you consider most relevant to the work of this effort. Discuss your company�s ability to perform to each SOW element (ex. 1.2.2 Dynamic Onboard Ubiquitous Graphics (DOUG) and 2.1 System Engineering and Integration (SEI), etc.) described in the notice. Please provide specific examples for developmental activities and software maintenance experience by SOW element.� SUBMISSION INSTRUCTIONS Companies who have already responded to the initial Sources Sought Synopsis need only provide a response to the questions above. Parties who did not respond to the original synopsis are requested to provide the information contained in the initial source sought synopsis and in this modification. �Responses are subject to the page limitations noted below. You are requested to provide electronic responses which should have a total minimum page count of 10 pages in addition to the work sheet. If you have provided a response to the initial sources sought synopsis, you can submit 5 pages for the additional data elements requested to go with your initial submission or resubmit the entire response in the amount of 10 pages total. It is not sufficient to provide only general brochures or generic information. Please send all responses to the following email address jsc-cr-sstiii@mail.nasa.gov and reference �80JSC021SSTIII� in your response. Your response is requested no later than 12:00p.m. CST on April 15, 2021. Additionally, any communications in reference to this notice be directed to jsc-cr-sstiii@mail.nasa.gov. The due date for responses is extended to April 15, 2021 at 12:00p.m. CST. Interested parties are responsible for monitoring this site for any additional information and/or changes to this synopsis. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited.� March 8, 2021�- Modification 1 This is a modification�to the synopsis entitled Simulation and Software Technology (SST) III which was posted on February 24, 2021. This modification is being posted to answer question�1 below.� Question 1 - The incumbent effort expires on 12/31/2021. Does this information seem accurate? Answer 1 - Yes the incumbent effort expires on 12/31/2021. The due date for responses is not extended. The National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC) is hereby soliciting information from potential sources for Simulation and Software Technology services. NASA JSC is seeking capability statements from all interested parties, including all socioeconomic categories of Small 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 Simulation and Software Technology III (SST III).� The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. The SST III contract is anticipated to provide a broad range for support simulation, virtual reality applications, robotics training systems, and engineering analysis services to the JSC Engineering Directorate�s Software, Robotics, & Simulation Division (SRSD), and its external customers.� No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on beta.SAM.gov.� Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than 5 pages indicating the ability to perform all aspects of the effort including appropriate documentation, literature, brochures, and references. Please include the following information: 1. Name and address of firm; 2. Point of Contact (POC); 3. Size of business; average annual revenue for past 3 years and number of employees; 4. Ownership; e.g.: large, SB, SDB, SBA 8(a), HubZone, WOSB, VOSB, SDVOSB, and HBCU/MI; 5. Number of years in business; 6. Affiliate information such as parent company or joint venture partners; 7. List of customers with relevant work performed covering the past five years. Ensure to include the following: i. Contract numbers, contract type, dollar value of each procurement; ii. POC - address and phone number All responses shall be submitted electronically via email to Cynthia Uribe at cynthia.uribe@nasa.gov and ;Kristin Tauber at kristin.m.tauber@nasa.gov no later than March 17, 2021.� Please reference 80JSC021SSTIII in any response. This synopsis is for information and planning purposes only 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7d40728d7c474c20890c25e454923bcd/view)
 
Place of Performance
Address: Houston, TX 77058, USA
Zip Code: 77058
Country: USA
 
Record
SN06043763-F 20210627/210625230121 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.