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
SOLICITATION NOTICE

A -- DRAFT Request for Proposal for NASA LARC Research, Science, and Engineering Services

Notice Date
5/13/2022 1:36:58 PM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
 
ZIP Code
23681
 
Solicitation Number
80LARC22R0003
 
Archive Date
09/30/2022
 
Point of Contact
Ryan Bradley, Ryan Bradley
 
E-Mail Address
LARC-RSES@mail.nasa.gov, ryan.d.bradley@nasa.gov
(LARC-RSES@mail.nasa.gov, ryan.d.bradley@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
5/13/2022 The purpose of this DRFP Amendment is to post answers to the questions that were ""still under review"" in the previous posting, as well as answer more recent questions received since the last update. Note that there are also some revisions to previous answers. All updates have been highlighted in yellow for easier reference in the attached document ""80LARC22R0003_RSES_DRFP_QAs_v3.2_20220512_sam.gov."" A revised draft version of Attachment 1 - Cost Forms has also been included, as updates were made to address some of the Q&A's. At this time, any further questions or comments should be held until the Final RFP is released. -------------------------------------------------------------------------------------------------------------- 5/4/2022 The purpose of this DRFP Amendment is to post answers to the questions that have been recieved to date (see attached document ""80LARC22R0003_RSES_DRFP_QAs_v2.0_20220503_sam.gov""). Note that some of the responses in this document state ""Still under review."" It is anticipated that all questions and answers will be finalized by the week of May 9, 2022. -------------------------------------------------------------------------------------------------------------- 4/21/2022 The purpose of this DRFP Amendment is to post the following information from the Pre-solicitation Conference that was held on 4/19/2022: - Conference Presentation - Conference Attendee List - Individual presentations from the directorates (zip file) ---------------------------------------------------------------------------------------------------------------- 3/31/2022 The purpose of this DRFP Amendment is to post Questions and Answers that have been developed to date. Many of these questions were in response to the Pre-solicitation notice that was posted on March 3, 2022.� --------------------------------------------------------------------------------------------------------------- 3/29/2022 You are invited to review and comment on the National Aeronautics and Space Administration (NASA) Langley Research Center�s (LaRC�s) RSES Draft solicitation.� The principal purpose of this requirement is to provide specialized research, science, and engineering services supporting the 15 technical discipline areas as described in Exhibit A � Performance Work Statement (PWS). The work encompasses the full range of Technology Readiness Level from fundamental research through flight rated hardware design/development. The requirements may depend on specialized skills of a single individual or multi-disciplinary team of individuals; or close integration with tasks performed by NASA personnel, other contractor staff, and/or other Government agency personnel. As such, the contract requires an agile, diverse, integrated, and experienced workforce.� Work will include cooperative activities with other contractors, NASA Centers, and Federal Agencies and provide access to specialized subject matter experts and expertise, domestically and internationally, in industry and academia across all technical discipline areas. Potential offerors are encouraged to comment on all aspects of the draft solicitation, including the requirements, CLIN structure, schedules, proposal instructions, and evaluation approaches, any perceived safety, occupational health, security (including information technology security), environmental, export control, and/or other programmatic risk issues associated with performance of the work.� This competitive acquisition will result in one contract award consisting of Cost-Plus Award Fee Contract Line Items Numbers (CLINS) for the core mission services, with the ability to convert to Cost-Plus Fixed Fee (CPFF).� The resulting award will also include a CPFF Indefinite Delivery Indefinite Quantity (IDIQ) CLIN for non-core support.� The contract will have an 8-year period of performance (3-year base period, one 2-year option period, and three 1-year option periods). This acquisition is a total small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 541715 and the small business size standard is 1,500. Potential offerors should ensure its company is listed in the online database(s) for the following: System for award management: https://www.sam.gov/SAM/ U.S. Department of Labor Veterans� Employment and Training Service, VETS-4212 Reports: https://vets4212.dol.gov/vets4212/ Date Universal Numbering System (and the transition to the US Government�s unique entity identifier (UEI)): https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/iae-information-kit/unique-entity-identifier-update The successful offeror must pass an Equal Employment Opportunity (EEO) clearance before contract award (See FAR 22.805). The current planned release date for the Final Request for Proposal (RFP) is on or around May 20, 2022 (approximately 60 days following DRFP release), with proposals being due July 6, 2022 (approximately 45 calendar days). The anticipated contract award date is January 26, 2023, with a May 1, 2023 contract effective date. The core mission support will be performed onsite at NASA LaRC and offsite at the Contractor�s facilities. The IDIQ work will be performed onsite at NASA LaRC, offsite at the Contractor�s facilities, and at other NASA Centers. The following additional information is provided to assist in understanding this acquisition: A 90-day phase-in period is included.� Phase-in has a separate fixed-priced CLIN. � The Government will make available existing Installation-Accountable Government Property (IAGP) for onsite contract performance and Government Furnished Property (GFP) for offsite use at the Contractor�s facility as described in the DRFP. � The RSES Pre-proposal Conference is anticipated to be held approximately 15 calendar days after release of the Final RFP.� Notice will be posted on the acquisition website noted below.� � On-Site Visits/Conferences are not anticipated.� � NASA has determined that this acquisition may give rise to a potential organizational conflict of interest (OCI).� Offerors should refer to NFS clause 1852.209-71 Limitation of Future Contracting and LaRC clause 52.227-96 Organizational Conflicts of Interest, for a description of the potential conflict(s) and any restrictions on future contracting.� The offeror�s current and potential OCIs and OCI plan will be assessed as part of each offeror�s responsibility determination. (see DRFP L.24(d)(4)) � Please note the following items are required for this acquisition and will be assessed as part of each offeror�s responsibility determination pursuant to FAR Part 9, Contractor Qualifications (see DRFP L.24(d)): OCI � see paragraph 5 above.� Top Secret Facilities Clearance: Required for this acquisition in accordance with the DD Form 254, Contract Security Classification Specification included in the DRFP.�� For proposals submitted as Joint Ventures, refer to DRFP L.24(d)(3). Accounting System: System shall meet the requirements set forth on the reverse side of the Standard Form 1408 (see Attachment 5) and� is in compliance with FAR 52.216-7, Allowable Cost and Payment, and is capable of accurately collecting, segregating and recording costs by contract and by individual task order. ISO 9001 Certified/Registered: Quality system shall be certified/registered to the current International Standard ISO 9001, Quality Management Systems Requirements, upon proposal receipt. � CMMI: The contractor (including subcontractors) performing software engineering shall have non-expired rating at Capability Maturity Model Integration (CMMI) for Development (CMMI-DEV) Maturity Level 3 or higher for Class A software. Phase-in Plan: The offeror shall submit a Phase-In Plan in accordance with Exhibit B, Contract Data Requirements List (CDRL), DRD RSES 33, Phase-In Plan.� This plan will be included in any resulting contract. � Areas of emphasis NASA LaRC is seeking feedback on include: Technical Criteria: The clarity and content of the Mission Suitability Evaluation Criteria (reference section L.21 and M.6.), particularly: MGMT 1: Integrated Management Approach MGMT 4: Approach to Improve Diversity, Equity, Inclusion and Accessibility (DEIA). Note: The DEIA evaluation criteria is a dynamic and evolving element at NASA. NASA is particularly interested in industry�s feedback on this particular language. Past Performance Criteria: The clarity and content of the Past Performance Evaluation Criteria (reference section L.22 and M.7.), particularly: Proposal Content (L.22(d)): Number of references Clarity of what�s expected for �Content� (L.22(d)(12)) Clarity of definition for meeting �Somewhat Pertinent� rating for �Size.� Cost Proposal Volume: Clarity of what is required in L.23 and Attachment 1 � Cost Forms Place of Performance/Future of Work (FoW): Plan for addressing FoW for this contract, as it relates to on-site, off-site, and hybrid work locations - reference Clause F.4 and Exhibit B � DRD # 33 � Phase-in Plan � Other items of emphasis: DRFP clauses H.28 and H.29 discuss the potential conversion from CPAF to CPFF. Note L.18(c): �Information required by the solicitation to be included in a designated volume that is not found in that volume will be assumed to have been omitted from the designated volume and will not be evaluated.� Attachment 1, Cost Forms � Form G � Labor Hours Summary, provides estimated labor hours that will be used for proposal and evaluation purposes only � reference Section L.23. � When the solicitation is issued, proposals will be required to be submitted through NASA�s Enterprise File Sharing and Sync Box (EFSS Box), a FedRAMP Moderate certified platform.� Potential offerors, especially those that have not previously submitted a proposal utilizing NASA�s EFSS Box, are encouraged to review the solicitation instruction entitled �Electronic Proposal Delivery - Proposal Marking and Delivery Through NASA�s EFSS Box� which provides instructions related to the submission of proposal via EFSS Box.� Offerors are encouraged to check with their corporate IT staff to determine if there are firewall restrictions that would need to be addressed prior to the submission of proposal files through NASA�s EFSS Box. In order to control and protect sensitive data owned by the Government and its Contractors, NASA policy requires all acquisition-related documents be released in Adobe Portable Document Format (PDF).���� Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, any amendments and links to online reference/technical/bidders library will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov. It is the potential offerors responsibility to monitor the websites for updates. NASA FAR Supplement (NFS) clause 1852.215-84, OMBUDSMAN, is applicable.� The list of Ombudsman�s can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf. This DRFP is not a solicitation and NASA is not requesting proposals.� This DRFP does not commit NASA LARC to pay any proposal preparation costs, nor does it obligate NASA LaRC to procure or contract for this requirement.� This request is not an authorization to proceed, and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation. A virtual pre-solicitation conference will be held on April 19, 2022 at 1:00 PM EDT, via Microsoft Teams. Further details are listed in Provision L.7 of the Attached DRFP. Comments regarding the DRFP should be submitted electronically in writing, to Ryan Bradley, Contracting Officer, at LARC-RSES@mail.nasa.gov and ryan.d.bradley@nasa.gov�by 2:00 PM EDT, April 22, 2022. If a respondent believes their comments contain confidential, proprietary, competition sensitive, or business information, those questions/comments shall be marked appropriately.� However, questions that are marked as containing confidential, proprietary, competition sensitive or business information will not be provided a Government response.� The Government will consider all comments received in preparation of the Final RFP.� To the extent a comment leads the Government to revise the acquisition approach or requirements, the change will be reflected in the Final RFP.� Some DRFP questions and comments may receive a posted response to the GPE if the Contracting Officer determines that a response would facilitate additional understanding of the solicitation.� The Government may also respond via the GPE to comments and/or questions received following the issuance of the Final Request for Proposal (RFP).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ceec000c26eb4036bccbb4dcffedbcc8/view)
 
Place of Performance
Address: Hampton, VA 23666, USA
Zip Code: 23666
Country: USA
 
Record
SN06326532-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.