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

MSFC INFORMATION TECHNOLOGY SERVICES - MITS


Synopsis - Aug 27, 2008

General Information
Solicitation Number: N/A
Reference Number: RFI-MITS-1
Posted Date: Aug 27, 2008
FedBizOpps Posted Date: Aug 27, 2008
Original Response Date: Sep 12, 2008
Current Response Date: Sep 12, 2008
Classification Code: D -- Information technology services, incl. telecom services
NAICS Code: 517110 - Wired Telecommunications Carriers
Set-Aside Code:

Contracting Office Address
 
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

Description
 
THIS IS NOT A REQUEST FOR PORPOSAL, QUOTATION, OR INVITATION TO BID NOTICE.

A. Background

NASA/MSFC is requesting information about potential small business sources for Information Technology (IT) Services specific to MSFC and Michoud Assembly Facility (MAF). These requirements are currently included in the “Unified NASA Information Technology Services (UNITeS)” contract (#NNM04AA02C).

The UNITeS contract expires December 31, 2008 and is a Cost-Plus-Award-Fee contract with an Indefinite Delivery-Requirements portion. An extension to the contract is being processed that will extend the period of performance through November 30, 2009.

FOIA information relating to UNITeS may be requested from:

Judi Hollingsworth, CS20 Freedom of Information Office NASA, George C. Marshall Space Flight Center MSFC, AL 35812 Phone (256) 544-1837 Fax (256) 544-0007

The Government is currently considering the following preliminary acquisition schedule, subject to revision as requirements evolve (industry feedback is solicited in this RFI):

Activity Anticipated Date Response to RFI September 12, 2008 Publication of Draft PWS September 30, 2008 Industry One-on-One Meetings October 6-10, 2008 Draft RFP November 20, 1008 Industry Briefing/Site Tours December 4-17, 2008 Final RFP January 7, 2009 Proposals Received March 18, 2009 Competitive Range June 30, 2009 Source Selection September 19, 2009 Contract Award September 25, 2009 Phase In Start October 1, 2009 Contract Full Assumption December 1, 2009

NASA has implemented an acquisition portal which can be accessed at the following location:

http://ec.msfc.nasa.gov/apt/portal_acquisitions.htm

B. Description of Known and Potential Requirements

The following information is included as a description of the current anticipated requirements.

• Telecommunications services including transmission systems supporting operational and institutional transport of voice/data/video (includes cable plant and asbestos work) and communication systems such as telephones, radios, emergency warning system, teleconferencing, and paging. • Applications and web services including requirements analysis and engineering, software development for existing and new applications, customer IT support, and commercial software implementation and support. • Computer systems services including large data center operations, system architecture and engineering, and system operations and maintenance. • Audio visual information services including video and television production, digital photo services support, digital television, special events support, and computer generated imaging and animation. • Information Technology Security in accordance with the latest NASA, National Institute of Standards and Technology (NIST) and Federal Information Security Management Act (FISMA) requirements including information system certification and accreditation, intrusion detection and incident response, and information systems risk management (e.g. patch management, configuration management, internal audits and testing). • Print and administrative services including duplicating, publishing, document management, graphics services, forms control, engineering drawing reproduction, content creation, and document repository. • Strategic planning, enterprise architecture, technology evaluation and customer relationship management.

C. Information Requested

NASA invites potential offerors to submit feedback on the stated scope, schedule, technical requirements, and procurement approach by 9/12/2008. The feedback should be no more than twenty (20) pages (8.5” X 11”, 12 point, Times New Roman font). Request that seven (7) printed copies of the responses be delivered with no hardback binding and two (2) electronic copies on CDs.

RFI responses and procurement related questions should be directed as follows:

NASA George C. Marshall Space Flight Center Attn: PS31/Wayne T. Harmon Building 4200 Room G6 MSFC, AL 35812 Phone: (256) 961-2071 or (256) 544-5336

Responses which demonstrate clear benefit to performance, schedule and/or cost are of particular value and interest to the Government. The following items should be addressed for the potential acquisition: 1. A small business set-aside is being considered for this acquisition using NAICS Code 517110. The government is interested in comments and recommendations to this approach. 2. The Government is interested in industry comments and recommendations for the most effective contract structure/type, scope, contract term, and length of transition period. Describe the reasoning behind your recommendations including business approaches for an optimized cost estimating and cost control process. Further describe both risks and mitigations the Government should consider and procurement strategy and solicitation development. 3. Recommend a contract incentive approach that would lead the successful contractor to strive for efficiency and effectiveness. Consider objective performance standards that could be used to measure performance of these activities. 4. Describe lessons learned from similar IT Service efforts, programmatically, financially, technically, and administratively. 5. Describe your approach to interaction with Government customers, i.e. key program stakeholders, project leadership, and Center CIO support. Describe which functions should be performed by the Government and by the contractor. 6. Describe the type of information needed about the existing work transitioning to MITS in order to develop a credible proposal. 7. NASA intends to implement Information Technology Infrastructure Library (ITIL) V.3 compliant processes to manage the computer systems services. Describe how you have applied the ITIL process to similar efforts that you have participated in, the advantages and disadvantages as well as any lessons learned. 8. NASA anticipates replacing the current contract financial reporting and service delivery management system utilized on the UNITeS contract. This system provides cost reporting/forecasting, planned vs. actual cost reporting, cost analysis, Purchase Request (PR) tracking, WYE analysis, etc. Describe the type of system you have used on similar efforts that could be used to successfully manage the MITS effort. 9. Contractor should 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 disadvantage, 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); and point of contact – address and phone number. 10. Please provide a list of similar contracts of comparable scope, contract type, magnitude, and complexity to this acquisition that NASA should consider in developing, the procurement strategy and solicitation. Identify the contract number, brief description of scope, approximate value and number of employees, Government/Customer Contracting Officer and technical point of contact with telephone numbers and email addresses. 11. Provide comments relating to the acquisition milestone schedule and the length of time needed to perform an acquisition of this magnitude, including the length of time and information necessary to conduct due diligence and assemble a comprehensive and accurate proposal for the work to be accomplished.

PLEASE NOTE: This is a request for information only and does not constitute a commitment, implied or otherwise, that NASA will take procurement actions in this matter. In addition, neither NASA nor the Government will be responsible for any cost incurred in furnishing this information. Respondents will not be notified of the results of the review.

The Government intends to use the information provided for the purpose of developing procurement strategy and solicitation development. Any information used will be on a non-attribution basis. Restrictions that would limit the Government’s ability to use the information for these purposes are of limited value to the Government and are discouraged.


Point of Contact
Name:Wayne T. Harmon
Title:Contracting Officer
Phone:256-544-5336
Fax:256-544-3223
Email:wayne.harmon@msfc.nasa.gov

Name:Walter S. Melton III
Title:Contracting Officer
Phone:256-544-0299
Fax:256-544-8993
Email: walter.s.melton@nasa.gov

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