SOURCES SOUGHT
R -- Center Occupational Safety, Health, Medical, System Safety, and Mission Assurance Contract (COSMC)
- Notice Date
- 7/26/2023 5:37:57 PM
- Notice Type
- Sources Sought
- Contracting Office
- NASA AMES RESEARCH CENTER MOFFETT FIELD CA 94035 USA
- ZIP Code
- 94035
- Solicitation Number
- ARC-COSMC-6-15-23
- Response Due
- 7/3/2023 4:00:00 PM
- Archive Date
- 11/01/2023
- Point of Contact
- Marla Lefevre, Phone: 6506045775
- E-Mail Address
-
marla.p.lefevre@nasa.gov
(marla.p.lefevre@nasa.gov)
- Description
- Background: The National Aeronautics and Space Administration (NASA) Ames Research Center (ARC) is hereby soliciting information from potential sources for all Safety, Health, Occupational Safety, Systems Safety, and Mission Assurance services at the center. Additionally, Armstrong Flight Research Center (AFRC) may, on occasion, utilize the contract via task order for supplemental support. NASA ARC 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), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Center Occupational Safety, Health, Medical, System Safety, and Mission Assurance Contract (COSMC) (The Contract Title has been changed from the previously awarded Safety Mission Assurance (SMA) contract). ��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. Description: This requirement is a follow-on requirement to the existing Safety and Mission SMA contract at ARC. For reference, the current SMA Statement of Work (SOW) and Contract Requirements Data List (CDRLs) are attached to this posting. It is anticipated that there will be some changes between the current SMA SOW and the revised CDRLs will be henceforth referred to as Data Requirements Descriptions (DRDs). Interested parties are encouraged to carefully review the draft SOW and DRDs for changes upon release of the COSMC Draft RFP and Final RFP.� No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov.� Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. ����������������� Capability Statement: Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than ten (10) pages indicating the ability to perform all aspects of the effort. Three (3) additional pages are allowed to describe the questions below regarding Diversity and Inclusion. Any pages beyond a total of 13 will not be reviewed. The capability package should include: � 1. Technical - Describe your company's overall skills, experience, and capabilities to perform the work of the current ARC SOW. Identify specific SOW sections where your company can provide the described services. Also address what sections of the SOW would be performed by the prime which sections of the SOW would be performed by subcontractors. 2. Small Business � If this contract is not set aside, identify any areas of the current SOW that you believe could be performed by a small business and provide rationale. 3. General � a. What barriers or obstacles do you foresee to potentially bidding on this contract? If possible, provide information on Government acquisition approaches that would increase the competitiveness of this procurement. b. What innovations might you propose in the performance of this contract or contract structure? c. Provide feedback and rationale on any other topics, factors, and/or items of interest you would like to address regarding this potential procurement. 4. Company-Specific Information - Responses must include the following: a. Name and address of the firm�s Point of Contact information (include DUNS number, address, phone, and email) b. Size of business i. Average annual revenue for past three years ii. Number of employees iii. Whether the firm is a Large, SB, Small Disadvantaged Business (SDB), HUBZone, WOSB, Veteran Owned Small Business (VOSB), SDVOSB, HBCU/MI, and/or 8a c. Number of years in business d. Affiliate information: parent company, joint venture partners, and potential teaming partners e. If you plan to propose as a prime or as a subcontractor f. A list of contracts covering the past three years with emphasis on work performed for the United States Federal Government. Please provide contract numbers, if your firm was a prime or subcontractor, contract type, and dollar value of each procurement. If work was performed as a subcontractor, please indicate percentage of work/subcontract dollar value. If the contract(s) were IDIQ, please indicate the number of task orders awarded and the total dollar value of those task orders. g. It is anticipated that some work may require a DD254 and personnel that possess a security clearance of Secret or higher. Discuss your company's ability to provide such peronnel.� This acquisition is not considered to be a commercial service. Diversity and Inclusion: Additionally, in support of the Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA is seeking to advance equity or remove barriers for members of underserved communities related to this requirement. As defined in the EO, Underserved Communities refers to populations sharing a particular characteristic, as well as geographic communities, that have been systematically denied a full opportunity to participate in aspects of economic, social, and civic life, as exemplified by the list in the preceding definition of ""equity."" Equity means the consistent and systematic fair, just, and impartial treatment of all individuals, including individuals who belong to underserved communities that have been denied such treatment, such as Black, Latino, and Indigenous and Native American persons, Asian Americans and Pacific Islanders and other persons of color; members of religious minorities; lesbian, gay, bisexual, transgender, and queer (LGBTQ+) persons; persons with disabilities; persons who live in rural areas; and persons otherwise adversely affected by persistent poverty or inequality. NASA seeks input in the following areas: 1. To support the requirements identified in this request for information (RFI)/sources sought notification, what barriers or opportunities exist to engage subject matter experts from industry and academia and how can those barriers be overcome? How can underserved communities be leveraged? 2. To support the requirements identified in this RFI, what barriers or opportunities exist to partner with subcontractors that employ members of underserved communities, as defined above? 3. What other recommendations would you make to enhance diversity and inclusion? 4. What should be considered to encourage full participation and contribution of organizations and individuals (e.g., outreach efforts and innovative partnerships) in performance of this requirement? Electronic Submission: All responses shall be submitted electronically via email to Marla P. Lefevre � marla.p.lefevre@nasa.gov no later than 7/3/2023 at 16:00 PDT.� Please reference ARC-COSMC 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.� NASA 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. NASA Clause 1852.215-84, Ombudsman, is applicable. The ARC Ombudsman for this acquisition can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/91a210b03c094c4f9277afd1a9d79639/view)
- Place of Performance
- Address: Moffett Field, CA 94035, USA
- Zip Code: 94035
- Country: USA
- Zip Code: 94035
- Record
- SN06765373-F 20230728/230726230054 (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 |