|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1999 PSA#2406NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000 R -- CONSOLIDATED CONTRACT INITIATIVE (CCI) FOR CONTRACT CLOSEOUT SOL
RFO2-36481 DUE 082599 POC Jeanne M. Stevens, Contracting Officer,
Phone (650) 604-0065, Fax (650) 604-4646, Email
jmstevens@mail.arc.nasa.gov -- Jeanne M. Stevens, Contracting Officer,
Phone (650) 604-0065, Fax (650) 604-4646, Email
jmstevens@mail.arc.nasa.gov WEB: Click here for the latest information
about this notice, http://nais.nasa.gov/EPS/ARC/date.html#RFO2-36481.
E-MAIL: Jeanne M. Stevens, jmstevens@mail.arc.nasa.gov. NASA/ARC is
hereby soliciting information from potential sources for contract,
grant, and purchase order closeout services. The purpose is to solicit
industry comments on a proposed consolidated closeout contract
covering all ten NASA centers to identify contractual options, e.g.
type of contract proposed, constraining requirements, potential
cost-savings, or potential problem areas. A. Summary of Requirement The
contractor(s) will perform administrative closeout activities in
accordance with FAR Subpart 4.8 and NASA FAR supplement (NFS) 1804.8,
or using quick closeout procedures in accordance with FAR 42.708 and
NFS 1842.708. Grants closeout will be in accordance with the Grant and
Cooperative Agreement Handbook (NPG 5800.1D). The FAR, NFS, and NPG
(under NASA Directives) may be found at
http://nais.nasa.gov/nasa_ref.html. The contractor(s) will inventory
files and maintain a closeout-tracking log. Additional requirements,
i.e. number/types of closeouts, specific actions required, performance
standards, etc., will be detailed on individual delivery orders issued
by each Center. This requirement will include the following NASA
Centers: Ames Research Center (ARC), CA., Dryden Flight Research Center
(DFRC), CA., Glenn Research Center (GRC), OH.,Goddard Space Flight
Center (GSFC), MD., Jet Propulsion Laboratory (JPL), CA., Johnson Space
Center (JSC), TX., Kennedy Space Center (KSC), FL., Langley Research
Center (LRC), VA., Marshall Space Flight Center (MSFC), AL., and
Stennis Space Center (SSC), MI. The requirement does not include NASA
Headquarters, Wash D.C. See map for geographical distribution of
Centers at http://nais.nasa.gov/nasa_map.html. A firm-fixed price,
indefinite delivery-indefinite quantity contract (FFP-IDIQ) is
anticipated. FFP delivery orders will be issued by individual Centers.
Multiple contract awards, perhaps on a multiple Centers or a regional
basis, are under consideration. Considering the type and scope of the
services, industry comments are welcome concerning the feasibility of
multiple contract awards. The anticipated performance period will be
a one-year base period, plus four, one-year options. The estimated FFP
of this contract is approximately $8-$10 million over the entire
five-year performance period for all Centers. If multiple awards are
made, the contract value would be decreased to correspond to the region
or Centers covered. As the number of contracts, grants, and purchase
orders requiring closeout vary from Center to Center, the estimated
contract value is not spread evenly across all the Centers. Of the
total for all Centers, the approximate anticipated usage is, in
descending order: GSFC 35%, JSC 25%, ARC 10-15%, GRC 10-15%, MSFC
10-15%, DFRC < 10%, KSC < 10%, SSC < 10% and JPL < 5%.
NOTE: Percentages are for magnitude only and will not total 100. The
estimated award date for this requirement is first quarter fiscal year
(FY) 2000. The following Center would be included at time of award:
KSC. Anticipated performance start for the other Centers are: JSC
Summer 2000, GRC TBD (to be determined) 2000, GSFC TBD 2001, MSFC
Spring 2002, ARC Fall 2003, LRC TBD, DFRC TBD, JPL TBD, and SSC TBD. B.
Solicitation Information The SIC code and size standard for this
requirement is 8741 and $5 million respectively. If issued, this
requirement will be solicited using NASA Mid-Range procedures (NFS Part
1871) for a commercial item using a best value source selection
method.(See Note A for definition of commercial item). No solicitation
exists, therefore do not request a copy of the solicitation. If a
solicitation is released, it will be synopsized in the CBD and on the
NASA Acquisition Internet Service (NAIS). It is your responsibility to
monitor these cites for the release of any synopsis or solicitation.
The anticipated release date of the RFO is late 1999. As this
requirement is under Mid-Range procedures, no draft RFO will be issued.
Potential offerors will be responsible for downloading their own copy
of the solicitation and amendments, if any. Hard copies of the
solicitation will not be mailed. Interested offerors/vendors having the
required specialized capabilities to meet the above requirement should
submit a capability statement of ten (10) pages or less indicating the
ability to perform all aspects of the effort described herein. In
addition to the above, responses must include the following: name and
address of firm, size of business; average annual revenue for past 3
years and number of employees; ownership; whether they are large,
small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number
of years in business; affiliate information: parent company, joint
venture partners, potential teaming partners, prime contractor (if
potential sub) or subcontractors (if potential prime); list of
customers covering the past five years (highlight relevant work
performed, contract numbers, contract type, dollar value of each
procurement; and point of contact -- address and phone number). This
synopsis is for information and planning purposes 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. Respondents deemed fully qualified will be
considered in any resultant solicitation for the requirement. The
Government reserves the right to consider a small business or 8(a)
set-aside based on responses hereto. All responses shall be submitted
to Jeanne Stevens no later than COB August 25, 1999. Facsimile or
e-mail responses are acceptable to 650/604-4646 or
jmstevens@mail.arc.nasa.gov. In responding reference RFO2-36481. Any
referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html Posted 08/06/99
(D-SN364923). (0218) Loren Data Corp. http://www.ld.com (SYN# 0116 19990810\R-0029.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|