Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOURCES SOUGHT

99 -- NASA Contract Writing System (NCWS)

Notice Date
2/16/2023 11:33:41 AM
 
Notice Type
Sources Sought
 
NAICS
513210 —
 
Contracting Office
NASA HEADQUARTERS WASHINGTON DC 20546 USA
 
ZIP Code
20546
 
Solicitation Number
80TECH23RFI0001
 
Response Due
3/8/2023 2:00:00 PM
 
Point of Contact
Louis Patalano
 
E-Mail Address
louis.f.patalano@nasa.gov
(louis.f.patalano@nasa.gov)
 
Description
THIS IS A SOURCES SOUGHT/ REQUEST FOR INFORMATION (RFI) ONLY: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. The National Aeronautics and Space Administration (NASA)/Information Technology Procurement Office (ITPO) is hereby soliciting information from potential sources for a commercial off-the-shelf (COTS) Contract Writing System for use across the NASA Agency. NASA ITPO is seeking capability statements from all interested parties, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for this acquisition. The Government reserves the right to consider a small business set-aside including all socioeconomic categories based on responses received. NASA is issuing this RFI as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a COTS Contract Writing System. The results of this market research will contribute to determining the type and method of procurement. The Government reserves the right to utilize a government-wide ordering contract or Best-in-Class (BIC) contract for the solicitation and award of this requirement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 513210, Software Publishers; under this NAICS code a business is considered small if its annual revenue is less than $47.0M. One intent of this RFI is to seek industry feedback, with a Governmental objective to use commercial acquisition procedures for a COTS product. Key procurement strategy decisions regarding contract type, period of performance, performance standards, pricing model, incentives and evaluation criteria have not been made by the Agency. Background and Statement of Need NASA is currently utilizing SAP Procurement for Public Sector (PPS) and SAP ERP Central Component (ECC), along with various COTS and customized solutions for Procurement and Grants Management capabilities. With SAP PPS and SAP ECC soon reaching end-of-life, market research for a COTS contract lifecycle management product is being conducted. Scope The scope of the preferred product encompasses contract lifecycle management, to possibly include acquisition management and grants management. The focus of this initial market research is on discovering advancements in technology to potentially benefit from competitive industry trends. There may be other market research and/or industry engagement opportunities and the capabilities list may be edited in future requests for information. Technical Minimal Requirements The following are the Government�s minimum technical requirements: Ability to support 2,000 total users (up to 500 concurrent users) Ability to support minimum of 40,000 transactions annually Support PIV PKI Single Sign-On (SSO) method of authentication Support role-based access control Interface with external federal systems for the exchange of data. To include, but not limited to: Federal Procurement Data System � Next Generation (FPDS-NG) System for Award Management (SAM) Common application programming interface (API) to exchange data with other systems. Interface and exchange data with financial management system. Currently SAP ECC but could include future S/4 implementation, or another Financial System of Record. Requested Information Responsible sources are encouraged to submit a capability statement of their interest in this acquisition. Failing to submit a capability statement will not preclude vendors from submitting offers to the formal solicitation. However, responses to the questions stated in this RFI will be used by the Government to help determine elements of its procurement strategy and contract terms. RFI Responses should be submitted with reference to this RFI number, in contractor format. All responses shall be submitted via e-mail to Louis Patalano (email address: louis.f.patalano@nasa.gov) no later than 5:00pm EST on Wednesday, March 8th, 2023. This Sources Sought/RFI 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. Interested sources should provide responses to the following: Company Name, Address, Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) Number, Size of Business, Category of Small Business Concern (if applicable), Current Government-Wide Ordering Contract or Best-in-Class (BIC) Contract Numbers (e.g., GSA, SEWP, VETS 2) if applicable and a Company Point of Contact Name, Email Address and Phone Number. Experience (past and current) with providing FAR-based contract lifecycle management systems using your COTS product, including: Contract number Organization supported Dates of performance Total contract value Whether performance was as the prime or subcontractor Contracting agency point of contact with current telephone number and email address Government technical point of contact for the effort with current telephone number and email address Time to deployment of initial capability Experience with interfacing your product with a financial system of record If yes, which financial system(s) Experience with providing implementation and/or sustainment services If yes, what specifically did you provide Describe how your COTS product has been used to accomplish the full lifecycle of federal contract management, from the initial requirements submission, to solicitation, to contract administration and records management, to contract closeout.� For your COTS product, describe the infrastructure options for both implementation and sustainment. Is there a tool and/or service available for migration of data from the current NASA contract writing system to your COTS product? If yes, describe this process and provide details on tool and/or service required. For your COTS product, describe available training options. For your COTS product, describe in detail the operations and maintenance required to: Implement Stabilize Maintain If your COTS product is cloud-based, provide your level of FedRamp certification: Fully FedRamp certified Currently pursuing sponsored certification Provide target date for full certification Currently needing a sponsor for FedRamp certification Not pursuing FedRamp certification Is your COTS product currently compliant with Government-specified secure software development practices, as described in: The NIST Secure Software Development Framework (SSDF), SP-800-218 and the NIST Software Supply Chain Security Guidance. For your COTS product, describe any required third-party components, tools or software required to make your COTS product fully functional for the capabilities listed in bullet 11 below. Describe your COTS product�s high-level functional capabilities in following areas: Acquisition Planning Requirements package submission Milestone planning Milestone tracking Creation of planning documents Announcements (ex: RFI, RFP, Awards, etc.) Posting Amending Solicitations Creation Amendments Posting Vendor communication Conformed Contracts Uniform line-item structure, pursuant to FAR subpart 4.10 Unique Procurement Instrument Identifier (PIID), pursuant for FAR subpart 4.16 Creation Authoring Versioning Award Modifications Concurrent modifications Surveillance Task Order Processing Delivery Order Processing Custom and standard forms Creation Structured Data Capturing Attachment Editing Routing Storage Clause Management FAR, NASA FAR Supplement (NFS) Contract unique clause management Records Management Contract Files Management Contract Files Storage Reporting Data analytics Configurable workflows Configurable roles System administration
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/61cb7d2713c84100ba7e357767af9e66/view)
 
Record
SN06594672-F 20230218/230216230120 (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.