NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

SEMAS-SAFETY ENVIRONMENTAL AND MISSION ASSURANCE SERVICES


Modification - Apr 21, 2008

General Information
Solicitation Number: N/A
Reference Number: SEMAS-Request_for_Information
Posted Date: Apr 21, 2008
FedBizOpps Posted Date: Apr 21, 2008
Original Response Date: May 06, 2008
Current Response Date: May 06, 2008
Classification Code: M -- Operation of Government-owned facilities
NAICS Code: 561210 - Facilities Support Services

Contracting Office Address
 
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000

Description
 
This is a modification to the synopsis entitled SEMAS- Safety, Environment, and Mission Assurance Services which was posted on February 11, 2008. The following changes have been made:

The Government requests information on capabilities of potential offerors, either as a single operating entity or through a teaming arrangement, to provide ALL the services described in the Description of Services, posted on February 11, 2008 and the Technical Capabilities Checklist provided with this modification.

To ensure the appropriate contract type is used, the Government is soliciting input regarding the type of contract to be used for this acquisition. Contract types for consideration include both Fixed-Price and Cost-Reimbursement contracts, such as FFP, FPI, FPAF, CPFF, and CPIF. Please include information regarding why a particular contract type might be more appropriate (benefits and impediments), how that proposed contract type would affect costs and how you would propose. Please also address possible incentives / standards for technical, cost, and schedule performance; risk mitigation; employee and asset safety and security; innovative best practices; quality of service to users; responsiveness to changing requirements and budget; and identifying opportunities for technical and administrative improvement.

Interested Offerors having the required specialized capabilities/ qualifications to support some or all of the work described in the Description of Services and Technical Capabilities Checklist are asked to submit a capability/qualification statement of 10 PAGES or less. The required font type is Arial and font size should be no smaller than size 12. Figures, exhibits, and diagrams must be readable. Submit your response electronically in PDF format. The Government requests separate files for “Statement of Capabilities” and “Contracting Approach” response.

The response to ”Capability/Qualification Statement” must include the following:

1) Company name, address, point of contact, phone, fax, e-mail, and website (if applicable). 2) Whether your company is Large business, Small business, Small Disadvantaged Business, certified 8(a) small business (include anticipated graduation date), HUBZone small business, Woman-owned small business, Veteran-owned small business, HBCU/MI, Service-Disabled Veteran-owned small business for NAICS code 561210, size standard $32.5M. 3) Whether your company is on any Government-wide Acquisition Contract (GWAC) for these services. 4) Your company’s capability in each of the technical areas. For each technical area, indicate what percentage of the technical area you would perform and what percentage would be performed by a subcontractor, if applicable. Please use the Technical Capabilities Checklist provided in this posting to supplement your response. 5) A list of relevant work performed in the past five (5) years, including contract type, contract number, technical description, dollar amount, period of performance, and a customer reference name and telephone number.

The small business goals that may be incorporated into the contract are to be determined, but may include the following categories: Small Business Concerns; Small Disadvantaged Business (SDB) Concerns; Woman-Owned Small Business (WOSB) Concerns; HUBZone Small Business Concerns; Veteran-Owned Small Business Concerns; Historically Black Colleges and Universities (HBCU) (includes other minority Institutions); Veteran-Owned Business Concerns; and Service Disabled Veteran-Owned Business Concerns.

The Government reserves the right to consider a small business or 8(a) set-aside based on responses.

The Government is soliciting contracting approaches to this potential procurement that will enhance competition and provide business opportunities. There is no limit on the page length to your response to “Contracting Approach.” The required font type is Arial and font size should be no smaller than size 12. The Government is requesting feedback in the following areas for consideration during acquisition planning:

a) Socio-economic considerations: ARC is interested in your comments on establishing subcontracting goals, if small business goals are incorporated into the contract, for Small Business, Service-Disabled Veteran-owned small business, Small-Disadvantaged Business, Women-owned small business, Veteran-owned small business, Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), and HUBZone small business.

b) Use of Incentives: ARC is considering the use of an incentive structure to evaluate performance. In an attempt to determine the feasibility of incentive approaches for this particular procurement, the Government is soliciting input from interested parties and asks that responses include answers to the following questions:

1) Performance incentives: Please provide your view regarding appropriate incentives for contractor performance.

2) How would you propose to measure factors such as the technical/cost/schedule performance, risk mitigation, employee and asset safety and security, innovative best practices, quality of service to users, responsiveness to changing requirements and budget, identifying opportunities for technical and administrative improvement, or cost?

3) What type of evaluation criteria would you recommend for this type of procurement?

c) Technical Information: What type of technical information along with the Statement of Work would you like to see with a potential solicitation (e.g., sample tasks)?

d) Contract Content/Structure: Do you have any suggestions or examples of restructuring, simplifications, and clarity in the Description of Services as well as other types of additional information that would improve understanding or clarity of requirements and terms and conditions?

All responses to: 1) the Statement of Capabilities and 2) Contracting Approach shall be received no later than 4:00PM (PST), Tuesday, May 6, 2008. Please respond via electronic mail (e-mail) to the Contract Specialist, Ms. Robin Wong, at the following address: Robin.L.Wong@nasa.gov. All questions MUST be in writing and should also be directed to Ms. Wong. If an interested party requests confirmation of receipt, the Contract Specialist will confirm receipt.

In all responses, please reference SEMAS-Request_for_Information in the subject line and on all attachments. Verbal questions will not be accepted. This synopsis 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.

All other requirements remain unchanged.

Companies that responded to the SEMAS-Request for Information posted February 11, 2008 may submit revised responses.

No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.

Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/ARC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21

Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any).


Point of Contact
Name:Robin L Wong
Title:Contracting Officer
Phone:650-604-4636
Fax:650-604-3020
Email:robin.l.wong@nasa.gov

Name:Ronnee R. Gonzalez
Title:Contracting Officer
Phone:650-604-4386
Fax:650-604-0270
Email: ronnee.r.gonzalez@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: