Alabama Bids > Bid Detail

NASA Technical Standards Systems (NTSS)

Agency:
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159708258840291
Posted Date: Mar 5, 2024
Due Date: Mar 21, 2024
Source: https://sam.gov/opp/37123cfe0f...
Follow
NASA Technical Standards Systems (NTSS)
Active
Contract Opportunity
Notice ID
80MSFC24RFI13-18-24
Related Notice
Department/Ind. Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Sub-tier
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Office
NASA MARSHALL SPACE FLIGHT CENTER
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 05, 2024 04:29 pm CST
  • Original Response Date: Mar 21, 2024 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
  • Place of Performance:
    Redstone Arsenal , AL
    USA
Description

Request For Information (RFI) Background:

The National Aeronautics and Space Administration (NASA) Marshall Space Flight Center (MSFC) is hereby requesting information from potential sources for the NASA Technical Standards solicitation. MSFC is issuing this Sources Sought Synopsis/Request for Information (RFI) as a means of conducting market research to identify parties having an interest in, and the resources to, support this requirement. This acquisition will be a follow-on procurement to the current NASA Technical Standards Systems Contract (NTSS), contract# 80MSFC21CA020. The result of this market research will contribute to determining the type and method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 518210, This industry comprises establishments primarily engaged in providing infrastructure for hosting or data processing services. These establishments may provide specialized hosting activities, such as Web hosting, streaming services, or application hosting (except software publishing), or they may provide general time-share mainframe facilities to clients. Data processing establishments provide complete processing and specialized reports from data supplied by clients or provide automated data processing and data entry. Under this NAICS code a business is considered small if its number of employees is less than 1,000.





NASA MSFC is seeking capability statements from all interested parties, including all categories of Large Business, Small Business (SB), all socioeconomic categories of Small Business and Historically Black Colleges and Universities (HBCU)/Minority Institutions (Ml), for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for NSTT. The Government reserves the right to consider a Small, 8(a), Womenowned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (ED-WOSB) or HUB Zone business set-aside based on responses received.





* Description: See Attached Statement of Work*



Capability Statement:

Interested firms having the required capabilities necessary to meet the above requirement should indicate the ability to perform all aspects of the effort, and include the following information:





1. Technical - Describe your company's overall skills, experience, and capabilities to perform the work of the anticipated draft NTSS SOW. If subcontracting or if ajoint venture is anticipated, organizations should address the anticipated administrative and management structure of such arrangements (if this information is known at this time). Also address what elements of work would be performed by the prime or joint venture partners and which elements would be performed by subcontractors.





2. Small Business - If this contract is not set aside, identify any areas of the draft NTSS SOW that you believe could be performed by a small business and provide rationale.





3. Company-Specific Information - Responses must include the following:

a. Name and address of the firm's Point of Contact information (include DUNS number, address, phone, and email)

b. Size of business

i. Average annual revenue for past three years

ii. Number of employee

iii. Wheter the firm is Large, SB, Small Disadvantaged Business (SBD), HUBZone, WOSB, Veteran Owned Small Business (VOSB), SDVOSB, HBCU/MI, and/or 8a

c. Number of years in business

d. Affiliate information: parent company, joint venture partners, and potential teaming partners

e. If you plan to propose as a prime or as a subcontractor NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html





Diversity, Equity, Inclusion and Accessibility:

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 (Ml), and members of the underserved communities as defined by Executive Order (EO) 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 NTSS.





Additionally, in support of EO 13985, 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 preceding 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.





Submission Instructions:

Interested parties having the required capabilities necessary to meet the NSTT requirement described herein should submit a capability statement of no more than 20 pages, using no less than 12-point Times New Roman font indicating the ability to perform all aspects of the effort. The Vendor Capability Matrix will be included within the 20-page limitation.





Interested parties who consider themselves qualified to perform one or more elements of the Statement of Work are invited to submit a response to the Sources Sought Notice/RFI by 5:00 p.m. CST on March 20, 2024. All responses under this Sources Sought Notice/RFI, 80MSFC24RFI13-18-24, must be emailed to wade.s.amis@nasa.gov. Please reference in any response.





An Interested Vendors List is enabled within this posting. This list is available to other vendors to allow potential offerors the opportunity to network. Parties that would like their information posted to the Interested Vendors List shall use the "Add Me to Interested Vendors" button. If a vendor would like to be removed from the Interested Vendors List, use the "Remove Me from Interested Vendors" button. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.





This synopsis is for information and planning purposes only and there is no solicitation at this time. This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred and the respondents will not be notified of the results of the evaluation. If a solicitation is released it will be synopsized in Sam.gov.





The Government intends to review the responses submitted by industry. Please do not submit proprietary information. Data that is marked "proprietary" will not be reviewed. No evaluation letters and/or results will be issued to the respondents. The data will not be shared outside the Government, but may be used to develop future requirements, refine requirements, and/or develop the best approach for any contract strategy.


Attachments/Links
Contact Information
Contracting Office Address
  • HUNTSVILLE AL 35812
  • HUNTSVILLE , AL 35812
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 05, 2024 04:29 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >