The RFP Database
New business relationships start here

SOFTWARE AND ENGINEERING SERVICES (SES) III


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Women-owned (WOSB), Veteran Owned (VOSB), Service Disabled and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the Software and Engineering Services (SES) III contract. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. Small Businesses interested in this opportunity may decide to partner in a joint venture with other small and/or large businesses in order to meet the requirements in the future acquisition.


The current SES II contract supports the Software Engineering Division (SED). SED provides quality software products, services and expertise to ensure the success of NASA missions and stakeholders. Products and services expertise include flight software systems, ground software systems, science data systems, software technology infusion, mission environments, software engineering, software systems engineering, secure coding, software/data systems project management, mission operations and mission validation capabilities (see SED's website for complete organization details at http://sed.gsfc.nasa.gov/). SED focuses on the development of reusable, secure flight and ground architectures and frameworks to reduce mission cost, maximize development schedule, minimize customer programmatic/technical risks, and increase the scientific value of information products. SED is responsible for the engineering of software and information systems through all phases (formulation through on-orbit operations/decommissioning) of NASA programs and projects.


To improve the quality of the software engineering processes and hence the products produced, NASA Headquarters Office of the Chief Engineer (OCE) has mandated specific procedural requirements and provides procedural guidance for software engineering that will affect the contract. Any organization developing, maintaining, or acquiring software for NASA must adhere to NASA Procedural Requirements (NPR) 7150.2 and companion guidance with process assets, as applicable for mission success. These procedural requirements and guidance are benchmarked against the Capability Maturity Model Integration (CMMI) for Development or equivalent leading practices. These procedural requirements and guidance are directly applicable to the SED for the in-house products provided to NASA flight missions as well as the programmatic oversight for out-of-house missions managed by GSFC.


It is anticipated that SES III will be a single award competitively solicited Indefinite Delivery Indefinite Quantity (IDIQ) cost plus fixed-fee contract. Responses to this Sources Sought will be used to determine if the anticipated solicitation will be an 8(a) or a small business set-aside. NASA is seeking capabilities from all categories of Small Business for the purpose of determining the appropriate level of competition and/or small Business Subcontracting goals as a requirement. The NAICS Code for this requirement is 541715 Research and Development in the Physical, Engineering and Life Sciences and the size standard is 1,000 employees. Qualified organizations must demonstrate experience and capability in performing the engineering functions described in the draft SES III Statement of Work.


NASA/GSFC is soliciting information from industry regarding an upcoming follow-on to the SES II Contract, which supports the Software Engineering Division (SED).


The Statement of capability shall include:


a) Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives.


b) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses.


c) If qualified as an 8(a) firm, the company must be certified by SBA, and/or Service-Disabled Veteran-Owned Small Business must be listed in the VetBiz Vendor Information Pages.


d) DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM) (www.sam.gov) to be considered as potential sources.


This RFI is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. This document is for information and planning purposes only and to allow industry the opportunity to express the range of capability in the market. As stipulated in FAR 15.201 (e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.


The statement of capability shall be UNCLASSIFIED. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Your responses will not be returned nor will respondents be notified of the results of the evaluation. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and a future RFP (if applicable). The company's standard format is acceptable; however, the limit for all responses is not to exceed ten (10) single-sided pages (8.5"x 11", using not smaller than 12 point Arial font) in length.


A one-page summary shall be included with the capability statement(s), which identifies the company's specific capabilities that are relevant to the requirement. In addition, the summary should also include the following: Name and address of company, average annual revenue for past 3 years, number of employees, type of business ownership (i.e., Large Business, Small Business, Women-Owned Small Business, Small Disadvantaged Business, 8(a) Business, HUBZone, Service-Disabled Veteran-Owned Small Business, and Veteran-Owned Small Business), and location of the business. The one page summary page will not count against the maximum page limit.


No solicitation exists; therefore do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.

Interested offerors shall address the requirements of this RFI in written format by electronic mail to Lakeshia M. Robinson at: Lakeshia.M.Robinson@nasa.gov no later than August 2, 2019 by 5:00pm EST. When responding, please reference SES III RFI.


 


Lakeshia Robinson, Contracting Officer, Phone 3012868602, Email Lakeshia.M.Robinson@nasa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP