Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SPECIAL NOTICE

R -- MSFC Logistics Support Services II (MLSS II)

Notice Date
5/13/2022 11:44:30 AM
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA MARSHALL SPACE FLIGHT CENTER HUNTSVILLE AL 35812 USA
 
ZIP Code
35812
 
Response Due
5/27/2022 7:00:00 AM
 
Archive Date
05/27/2024
 
Point of Contact
Dana Justice, Robyn Crabtree
 
E-Mail Address
dana.n.justice@nasa.gov, robyn.v.crabtree@nasa.gov
(dana.n.justice@nasa.gov, robyn.v.crabtree@nasa.gov)
 
Description
Marshall Space Flight Ceneter (MSFC) Logistics Support Services (MLSS) II Request for Information (RFI) THIS IS NOT A REQUEST FOR PROPOSAL. NO PROPOSALS ARE TO BE SUBMITTED IN RESPONSE TO THIS NOTICE. This notice is issued by the NASA/Marshall Space Flight Center (MSFC) to provide Attachment 1, Summarized Performance Work Statement (PWS) to solicit responses from interested parties.� This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition.� NASA/Marshall Space Flight Center (MSFC) is hereby soliciting information from potential sources for MSFC Logistics Support Services II (MLSS II).� It is anticipated that North American Industry Classification System (NAICS) Code 561210, Facilities Support Services, will be utilized for this procurement. It is anticipated any resulting solicitation will include an eight (8) year period of performance and performance will take place at MSFC located in Huntsville, Alabama, and may also be provided for Michoud Assembly Facility (MAF) located in New Orleans, Louisiana. The preliminary requirements for the proposed procurement are outlined in Attachment 1, Summarized Performance Work Statement (PWS). Interested firms should submit a capability statement of no more than 4 pages indicating the ability to perform all aspects of the effort. The capabilities statement must include, at a minimum: Not more than 2 pages discussing the following: Company Name; Unique Entity Identification (UEID) Number; Address; Description of Principal Business Activity; Primary Point of Contact (E-mail address and phone number); Business size; Number of employees; and Small Business (i.e., 8(a), SDB, WOSB, etc.) and/or Historically Black Colleges and University (HBCU)/Minority Institution (MI) categories which your firm is registered as under NAICS Code 561210. Not more than 2 pages discussing the following: Identification of effective innovative approaches and best practices implemented by your firm on similar projects to those outlined in Attachment 1 that may provide efficiencies for the MSFC logistics program moving forward. Interested parties shall also provide a completed copy of Attachment 2, Market Research Questionnaire,and Attachment 3, Capabiliy Matrix, in your response. The Government is also determining the suitability of a General Services Administration (GSA) Federal Supply Schedule solution to this requirement. Interested firms should provide information on any GSA schedule(s) that they currently have in their response to Attachment 2, Market Research Questionnaire. NASA MSFC will not publicly disclose proprietary information obtained as a result of this RFI. To the full extent that it is protected by law and regulations, information identified by a respondent as proprietary will be kept confidential. 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. The Government may not response to questions/concerns submitted. The Government will use the information provided to help finalize the requirement as necessary. All responses shall be submitted electronically via email to Dana N. Justice, dana.n.justice@nasa.gov no later than 09:00am Central Time on May 27, 2022. When responding reference �MLSS II RFI Response�. 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 .�� If a solicitation is released, then it and any additional documents will be available on www.Sam.gov.� It is the offeror's responsibility to monitor this website 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. NASA MSFC intends to publicize a listing of respondents in order to facilitate teaming arrangements. Should your firm desire not to be included in this listing, clearly indicate this desire in your response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bf72be25ed3e4cd6953e917a723ad1d0/view)
 
Place of Performance
Address: Huntsville, AL 35808, USA
Zip Code: 35808
Country: USA
 
Record
SN06326477-F 20220515/220513230057 (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  © 1994-2020, Loren Data Corp.