|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1999 PSA#2425NASA/Goddard Space Flight Center, Code 219, Greenbelt, MD 20771 B -- OCEAN COLOR RESEARCH PROGRAMS AND FLIGHT PROJECTS AND NASA
SEASONAL-TO-INTERANNUAL PREDICTION PROJECT (NSIPP) SOL DRFP5-14691 POC
Camille Tiger, Contract Specialist, Phone (301)286-9150, Fax
(301)286-0268, Email ctiger@pop200.gsfc.nasa.gov -- Lynne Hoppel,
Contracting Officer, Phone (301)286-3035, Fax (301)286-0268, Email
Lynne.C.Hoppel.1@gsfc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/GSFC/date.html#DRFP5-14691. E-MAIL: Camille
Tiger, ctiger@pop200.gsfc.nasa.gov. NASA Goddard Space Flight Center
(GSFC) plans to issue a Draft Request For Proposal (DRFP)5-14691/259
for specialized technical support to the Ocean Color research programs
and flight projects and NASA Seasonal-to-Interannual Prediction
Project (NSIPP) project. These programs are central to the NASA Earth
Science Strategic Enterprise and will be performed at GSFC in
Greenbelt, MD. This solicitation is being released for your
consideration and comment on or about September 15, 1999. This DRFP is
for information and planning purposes. No proposal is requested, and
no contract will be awarded as a result of this DRFP. Potential
Offerors are invited to comment on all aspects of the solicitation,
including the requirements, proposal instructions, and evaluation
approach. If your comments include recommendations for revisions, you
must provide your rationale for such revisions. This contract will
support the primary objectives of the ocean color program which are 1)
produce global data sets of oceanic bio-optical properties, 2) examine
marine ecosystems, and 3) investigate the linkages between physical,
chemical and biological oceanic processes. The primary objective of
NSIPP are 1) produce global estimates of land, oceanic, and atmospheric
physical properties, and 2) develop predictive capabilities for
seasonal-to-interannual climate variability. Support is anticipated to
start 3/00 and the contract is anticipated to have a 5 year base
period. The Government anticipates phasing-in these requirements
commencing 1/00 for a period no longer than 60 days The Government does
not intend to acquire a commercial item using FAR Part 12. See Note 26.
The SIC Code and Size Standard are 7371 and $18.0M, respectively.
Subcontracting goals are established at 30% of the contract value.
Award of a cost-plus-award-fee, performance-based indefinite quantity
contract is anticipated. The DPAS rating for this procurement is DO-C9.
Eligible large business prime contractors, not included on the "List of
Parties Excluded from Federal Procurement and Nonprocurement Programs",
who have at least one active subcontracting plan, and who are approved
as mentor firms may enter into agreements with eligible entities as
protigis to provide appropriate developmental assistance to enhance the
capabilities of protigis to perform as subcontractors and suppliers.
The Mentor-Protigi program will be used as an award fee incentive if
proposed per NFS 1918.72. This program is designed to incentivize NASA
prime contractors to assist small disadvantaged business (SDB)
concerns, Historically Black Colleges and Universities (HBCUs),
minority institutions (MIs), and women-owned small business (WOSB)
concerns, in enhancing their capabilities to perform NASA contracts and
subcontracts, foster the establishment of long-term business
relationships between these entities and NASA prime contractors, and
increase the overall number of these entities that receive NASA
contract and subcontract awards. An ombudsman has been appointed. See
Internet Note "B". The solicitation and any documents related to this
procurement will be available over the Internet. These documents will
be in Microsoft Office 97 format and will reside on a World-Wide Web
(WWW) server, which may be accessed using a WWW browser application.
The WWW address, or URL of the NASA/GSFC Business Opportunities page is
http://procurement.nasa.gov/EPS/GSFC/class.html. Prospective offerors
shall notify this office of their intent to submit an offer. It is the
offeror's responsibility to monitor the aforementioned Internet site
for the release of the DRFP/RFP. Potential offerors will be responsible
for downloading their own copy of the DRFP/RFP. Any referenced notes
can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html. NASA anticipates issuance
of the final Request for Proposals (RFP) on/about October 4, 1999, for
the acquisition of these specialized technical support with proposals
due 30 days later. NASA anticipates a phased acquisition approach
involving the award of two parallel contracts, a firm fixed price for
phase-in support and a single CPAF IDIQ contract. This announcement is
intended to satisfy the requirements of the Federal Acquisition
Regulation (FAR) Part 5.201 and 5.203 for the final solicitation and no
further CBD announcements are anticipated. Please submit your comments
to the draft RFP, via electronic mail, no later than 15 days after
posting of the DRFP (on/about September 30, 1999) to:
Lynne.C.Hoppel.1@gsfc.nasa.gov We appreciate your support in providing
useful ideas and comments during our market research phase and we
encourage your continued participation. We look forward to receiving
your comments on this DRFP. If you have any questions, you may contact
the contract specialist, Camille Tiger at 301.286.9150, or the
contracting officer, Lynne Hoppel at 301.286.3035. Reference Library:
In order to assist potential offerors in familiarizing themselves with
the nature of the services required to support the Laboratory for
Hydrospheric Processes, a reference library has been established at
GSFC, Greenbelt, MD. The Earth Sciences Procurement (Code 219) Bidders
Library is located at NASA GSFC, Bldg. 8, Rm. 511, Greenbelt, MD
20771. Miscellaneous ocean color research and NSIPP documents, and
capability statements from small business, small disadvantaged
businesses, and women-owned small businesses received in response to
our 7/1/99 sources sought announcement, related to the upcoming
recompetition of these support services, will be available for
examination by appointment only. Contact Mr. Darrel Poloway,
301.286.2309 for appointment to browse or checkout documents.
Appointments can be scheduled 8:30 a.m., through 4:30 p.m.,
Monday-Friday, except holidays. . Posted 09/01/99 (D-SN375135). (0244) Loren Data Corp. http://www.ld.com (SYN# 0017 19990903\B-0001.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|