Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2023 SAM #8011
SOLICITATION NOTICE

R -- Goddard Logistics Services Contract (GLSC) - UPDATED

Notice Date
11/1/2023 6:58:48 AM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80GSFC23R0048
 
Response Due
10/30/2023 12:00:00 PM
 
Archive Date
11/14/2023
 
Point of Contact
Ian Sherry
 
E-Mail Address
Ian.P.Sherry@nasa.gov
(Ian.P.Sherry@nasa.gov)
 
Description
Updated 11/01/2023 - Questions and Answers (Set 2) to the Draft Request for Proposal have been posted in the Attachments/Links section below. You are invited to review and comment on the National Aeronautics and Space Administration (NASA) Goddard Space Flight Center�s (GSFC) Goddard Logistics Services Contract (GLSC) solicitation. The principal purpose of this requirement is to support all of NASA GSFC�s logistics management needs in order to meet Earth science, space science, and exploration mission requirements. Potential Offerors are encouraged to comment on all aspects of the draft solicitation, including the requirements, schedules, proposal instructions, 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. Potential Offerors should identify any unnecessary or inefficient requirements, and are also encouraged to comment on the DRFP Contract Line Item Number (CLIN) structure, any unique terms and conditions, and the Section M Evaluation Criteria. This competitive acquisition will result in a Cost-Plus-Fixed Fee (CPFF) contract. The contract will have a Total Potential 5-year Period of Performance (12-month Base Period and four 12-month Option Periods). The North American Industry Classification System (NAICS) Code for this acquisition is 561210 and the Small Business Size Standard is $47M. 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 about November 09, 2023, with proposals being due approximately 30 calendar days later. The anticipated contract award date is August 28, 2024, with an October 01, 2024 contract effective date. The contract will be performed onsite at NASA Goddard Space Flight Center (Greenbelt, MD), Wallops Flight Facility (Wallops Island, VA), and Headquarters (Washington, DC). The following additional information is provided to assist in understanding this acquisition: A 30-day Phase-in Period will be acquired via a separate Firm-Fixed-Price contract vehicle. The Government will make available existing Installation-Accountable Government Property (IAGP) for onsite contract performance. After release of the Final RFP, a Preproposal Inspection of Facilities (Site Visit) is anticipated (See Section L, Inspection of Facilities (Site Visit)). Notice will be posted on the acquisition website noted below. NASA has determined that this acquisition may give rise to a potential Organizational Conflict of Interest (OCI). Offerors should refer to NFS 1852.209-71, Limitation of Future Contracting, for a description of the potential conflict(s) and any restrictions on future contracting. An OCI Avoidance Plan shall be submitted with proposal. In accordance with Attachment K, Contract Security Classification Specification (DD 254), Offerors shall possess a Secret level facility security clearance by the due date for receipt of proposals and this clearance shall be maintained throughout the life of the contract. Offerors shall provide their CAGE Code for verification of current security clearance status. No Offeror will be considered for award who does not have a Secret level facility security clearance in place by the due date for receipt of proposals. For proposals submitted as Joint Ventures, the facility clearance must be granted in the name of the Joint Venture and the Joint Venture CAGE Code shall be provided. No Offeror will be considered for evaluation who fails this component 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 information technology 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 via the Government-wide Point of Entry (GPE) website, https://www.sam.gov/SAM/. Potential Offerors are requested to periodically monitor the website for updates. NASA FAR Supplement 1852.215-84, Ombudsman, is applicable. This DRFP is not a solicitation and NASA is not requesting proposals. This DRFP does not commit NASA Goddard Space Flight Center to pay any proposal preparation costs, nor does it obligate NASA Goddard Space Flight Center 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. Any comments regarding the DRFP should be submitted electronically in writing within 14 calendar days after the release of this DRFP. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a89359c1337546a984f5a1f479346364/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06873221-F 20231103/231101230054 (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.