Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2024 SAM #8128
SOURCES SOUGHT

R -- Configuration and Data Management

Notice Date
2/26/2024 9:51:32 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA MARSHALL SPACE FLIGHT CENTER HUNTSVILLE AL 35812 USA
 
ZIP Code
35812
 
Solicitation Number
2024-MSFC-CDM
 
Response Due
3/12/2024 2:30:00 PM
 
Archive Date
03/27/2024
 
Point of Contact
Steven S. Shaw, Wade S. Amis
 
E-Mail Address
steven.s.shaw@nasa.gov, wade.s.amis@nasa.gov
(steven.s.shaw@nasa.gov, wade.s.amis@nasa.gov)
 
Description
National Aeronautics and Space Administration (NASA)/Marshall Space Flight Center (MSFC) is hereby soliciting information from potential sources for Configuration and Data Management (CDM) to support to programs, projects, and organizations throughout the life cycle of their corresponding hardware and software products. NASA/MSFC 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 Configuration and Data Management. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SDVOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. The North American Industry Classification System (NAICS) code for this procurement is anticipated to be 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). The Contractor will be required to provide the planning, coordination, technical management, execution, and surveillance of the activities necessary to assure disciplined performance of work and timely application of resources for the accomplishment of all requirements specified under the attached Core Capabilities statement titled �Attachment A. CDM - Core Capabilities�. 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. The Government intends to review all responses submitted by Industry. This information will not be shared outside the Government; however, please do not submit proprietary information. Interested firms having the required capabilities necessary to meet the attached CDM Core Capabilities described therein should submit a capability statement limited to no more than ten (10) 8.5� x 11� single sided pages with one-inch margins and text in 12-point Times New Roman font indicating the ability to perform all aspects of the effort. Interested offerors shall address, at a minimum, the following items in their capability statement response: � Business name, address, number of years in business. � Primary socioeconomic group and North American Industry Classification System (NAICS) code with standard size. � Additional socioeconomic group(s) company is eligible to participate in. � Business size in relation to NAICS 541715. � Details of potential strategies to support the Configuration and Data Management Core Capabilities. � Describe your configuration control and change management processes, to include tools to implement these processes, and� include CDM processes for Model-Based Systems Engineering data, if any. � Describe past performance efforts similar to supporting the Configuration and Data Management Core Capabilities 1.1 through 1.6 including size, scope and complexity of effort. Indicate whether Prime Contractor or Subcontractor in support of the effort. � Description of programmatic, financial, technical, and administrative lessons learned from similar efforts. � Describe familiarity with SAE EAI 649-2 Configuration Management Requirements for NASA Enterprises. � Describe familiarity, if any, with NASA Procedural Requirements and Policy Directives related to Configuration and Data Management. � When supporting Configuration and Data Management requirements what type of contract terms, conditions, and performance incentives are normally utilized. � Recommendations with rationale for evaluation approach (e.g., full trade-off, price performance trade off (PPTO), or a combination of approaches) the Government should consider in developing the procurement strategy and solicitation. � Description of the type of information needed to submit a credible proposal in relation to the salient characteristics of the technical requirements. � Statement addressing whether the requirement is considered to be commercially available. A commercial item is defined in FAR 2.101. 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 following 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? All responses shall be submitted electronically via email to Steven S. Shaw at steven.s.shaw@nasa.gov no later than 4:30PM CST on 03/12/2024. Please reference �2024-MSFC-CDM-Capability Statement� in the subject line of any response. This notice 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e58a492e4886442ca79e52e180cd3a88/view)
 
Place of Performance
Address: Huntsville, AL 35812, USA
Zip Code: 35812
Country: USA
 
Record
SN06977411-F 20240228/240226230055 (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.