Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1999 PSA#2406

NASA/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