SOLICITATION NOTICE
R -- Final Request for Proposal for Glenn-Langley Administrative Support Services (GLASS)
- Notice Date
- 7/14/2023 10:44:47 AM
- Notice Type
- Solicitation
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
- ZIP Code
- 23681
- Solicitation Number
- 80LARC23R0014
- Response Due
- 8/1/2023 11:00:00 AM
- Archive Date
- 12/30/2023
- Point of Contact
- Natasha King, Natasha King
- E-Mail Address
-
LARC-GLASS@mail.nasa.gov, natasha.j.king@nasa.gov
(LARC-GLASS@mail.nasa.gov, natasha.j.king@nasa.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- Amendment 00001: The purpose of this Amendment 00001 is to: 1 - Incorporate the revised solicitation 80LARC23R0014, which updates the quantity stated in section B.4 Item No 0001 from 3 to 2 months and Section G.3(c)(3) from H.21 to H.22. 2 - Incorporate an updated Attachment L-1 Cost Forms, which corrects the formulas for the WYEs 3 - Incorporate the updated GLASS Question and Answers to include the questions received by 2PM on July 12, 2023. ________________________________________________________________________ You are invited to submit a proposal in response to the National Aeronautics and Space Administration (NASA) Langley Research Center�s (LaRC�s) Glenn-Langley Administrative Support Services (GLASS) solicitation.� The principal purpose of this requirement is to provide administrative support services supporting Glenn Research Center (GRC) and LaRC as described in Exhibit A � Performance Work Statement (PWS). NASA will conduct this acquisition as an 8(a) set-aside competition.� The North American Industry Classification System (NAICS) code for this acquisition is 561110 and the small business size standard is $12.5M. � This competitive acquisition will result in one contract award consisting of Firm-Fixed Price (FFP) Contract Line Item Numbers (CLINs) for the core mission services. �The resulting award will also include two Cost No Fee Other Direct Cost (ODC) CLINs and three FFP Indefinite Delivery Indefinite Quantity (IDIQ) CLINs for non-core support. �The contract will include a minimum 60-day transition/phase-in period and have up to a 5-year period of performance (2-year base period and three 1-year option periods). The anticipated contract award date is December 15, 2023, with a March 1, 2024, contract effective date. The contract will be performed: � NASA Langley Research Center - Hampton, VA, which includes�NASA Langley facilities located on adjacent Joint Base Langley - Eustis, Hampton, VA NASA Glenn Research Center � Cleveland, OH NASA Armstrong Test Facility � Sandusky, OH Other NASA facilities as required. Potential offerors should pay close attention to all solicitation instructions; however, the following requirements list is summarized to assist in proposal development.� Please note that this list is not exhaustive, and the solicitation terms and conditions and provisions in sections L and M take precedence: � � 1. A 60-day Phase-in period will be included. �The phase-in has a separate firm-fixed price CLIN. � � 2.The�Government will make available existing Installation-Accountable Government Property (IAGP) for onsite contract performance�and for offsite use at the Contractor�s facility as described in the RFP. � � 3. NASA has determined that this acquisition may give rise to a potential organizational conflict of interest (OCI). Offerors should pay close attention to clause H.2 NFS�1852.209-71 Limitation of Future Contracting and H.17 LaRC 52.227-96 Organizational Conflict of Interest, for a description of the potential conflict(s) and any restrictions on future contracting. � � 4. Please note a Top-Secret facilities clearance is required for this acquisition in accordance with the DD Form 254, Contract Security�Security Classification Specification. �For proposals submitted as Joint Ventures, the facility clearance must be granted in the name of�the Joint Venture. See Section L.20(d)(2) for instructions related to the DD Form 254. � � 5. NASA has determined that this acquisition will be an 8(a) set-aside. Offerors should refer to clause I.7 FAR 52.219-18 Notification of�Competition Limited to Eligible 8(a) Participants, for guidance on how to determine 8(a) eligibility including for a Joint Venture. � � � � � �a. Clause�I.7 FAR 52.219-18(b) expressly states that �by submission of its offer, the Offeror represents that it meets the applicable criteria set forth in paragraph (a) of this clause."" � � � � � �b. Clause�I.7 FAR 52.219-18(c) provides the reference to 13 CFR 124.501(g) for determination of participant eligibility. � � 6. NASA Langley Research Center appreciates the comments received in response to the release of the Draft RFP. These comments resulted in�improvements to the quality and content of the overall RFP.� Offerors should review the RFP in its entirety, as its�content has changed from the Draft RFP version.� The following list identifies some areas where significant changes have been made from the Draft RFP to this final RFP. � � � � � �a. L.6 Communications Regarding this Solicitation: the date to send questions has been updated to July 12, 2023. � � � � � � �b. L.7 has been changed to reserved. � � � � � �c. L.10 Limitations on Subcontracting: how the offeror shall demonstrate compliance has been updated. � � � � � �d. L.11 Anticipated Award, Effective Date and Period of Performance: The Phase-in has been updated to 60 days and the anticipated effective date has been updated to March 1, 2024.� � � � � � �e. L.18 Instructions for Volume II � Past Performance Proposal (Factor 1): the time for a relevant contract reference has been updated from three years to five years. � � � � � �f. L.18(d)(11) Proposal Narrative: the content, size and complexity have been updated to clarify that these areas relate to the technical performance areas (TPA). � � � � � �g. L.19 Instructions for Volume III � Price Proposal (Factor 2): the price instructions have been updated to align with the Cost Forms (Attachment L-1). This list is not intended to cover all changes nor describe all RFP requirements.� Offerors should carefully review the RFP in its entirety. Potential Offerors should pay close attention to the PWS as there have been changes to the PWS since the Draft RFP. Changes have been made to sections 1.0, 2.0, 3.0, 4.0 and 6.0 of the PWS. Offerors are encouraged to refer to Federal Acquisition Regulation (FAR) provision 52.215-1, INSTRUCTIONS TO OFFERORS�COMPETITIVE ACQUISITION, in particular paragraph (f)(4) which discusses the Government�s right to award a contract without discussions.�� Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits� and any amendments will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates. NASA FAR Supplement (NFS) 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. This RFP does not commit NASA Langley Research Center to pay any proposal preparation costs, nor does it obligate NASA Langley Research Center to procure or contract for these services.� 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. Proposals submitted in response to this solicitation shall be due no later than August 1, 2023, 2:00PM EST, unless otherwise extended by amendment ot the solicitation. Proposals for this solicitation are 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 accordance with NFS 1815.201(f), a �Blackout Notice� has been issued to NASA personnel.� All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Officer listed below. All questions regarding this RFP should be submitted in writing, electronically to Natasha King Contract Specialist, at LARC-GLASS@mail.nasa.gov with a CC: to natasha.j.king@nasa.gov on or before July 12, 2023 no later than 2:00PM EST.� Offerors are encouraged to submit questions as soon as possible for consideration.� Thank you for your support. �We look forward to receiving your proposals.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5ed5faa791c1464c898112f1725d9d2e/view)
- Place of Performance
- Address: Hampton, VA 23666, USA
- Zip Code: 23666
- Country: USA
- Zip Code: 23666
- Record
- SN06749273-F 20230716/230714230040 (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 |