Search Contract Opportunities

NASA Financial Support Services (NFSS)   5

ID: 80MSFC21R0015 • Type: Presolicitation

Description

Posted: Oct. 29, 2021, 1:26 p.m. EDT

The National Aeronautics and Space Administration (NASA) is issuing this presolicitation synopsis for Solicitation Number 80MSFC21R0015 as a means of further communicating with industry interested in supporting the requirements of the NASA Financial Support Services (NFSS) acquisition, in advance of issuance of a Request for Proposal (RFP).

The anticipated NFSS RFP release date will be on or about November 5, 2021, with an anticipated offer due date on or about December 17, 2021.

The principal purpose of NFSS is to provide financial support services and related services for multiple NASA Centers. The NFSS contractor will provide all necessary management, personnel, travel, and training (not otherwise provided by the Government) necessary to perform these services. The anticipated contract will be performed at the following NASA Centers: Ames Research Center (ARC), Mountain View, CA; Armstrong Flight Research Center (AFRC), Edwards Air Force Base; CA, Glenn Research Center (GRC), Cleveland, OH; Johnson Space Center (JSC), Houston, TX; Kennedy Space Center (KSC), Merritt Island, FL; Marshall Space Flight Center (MSFC), Huntsville, AL; and Stennis Space Center (SSC), Bay St. Louis, MS. This contract may further support any NASA Centers' financial support services requirements as needed.

NASA intends to solicit offers utilizing Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items; in conjunction with FAR Part 15, Contracting by Negotiation, NASA FAR Supplement (NFS) 1812, Acquisition of Commercial Items, and NFS 1815, Contracting by Negotiation.

The NFSS acquisition is intended to be a total small business set-aside. Upon issuance of an RFP, all responsible small business sources may submit an offer which shall be considered by the agency.

NASA contemplates awarding NFSS as a commercial services, single-award, indefinite-delivery, indefinite-quantity (IDIQ) contract with firm-fixed-price (FFP) and cost-plus-fixed-fee (CPFF) task orders/work packages. Task orders/work packages will be subject to performance-based deductions as part of the anticipated solicitation. The preponderance of work under NFSS will be FFP.

The North American Industry Classification System (NAICS) code and its associated size standard will be 541219 - Other Accounting Services and $22M, respectively.

NASA Clause 1852.215-84, Ombudsman, will be applicable. The Institutional Product Service Line Ombudsman for this Financial Support Services acquisition can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf

No further industry questions for NFSS are requested, nor permissible at this time. Telephone inquiries will not be accepted. Interested parties will have an opportunity to submit written questions following release of a solicitation.

If a solicitation is released, then it and any associated documents will be available on: https://sam.gov/content/home

It continues to be the responsibility of interested parties to monitor this website for release of a solicitation and amendments (if any). Interested parties will be responsible for downloading their own copy of a solicitation and amendments (if any).

================================================================================================

As noted in the virtual Industry Briefing conducted on September 24, 2021:

In relation to Section L provision MSFC 52.205-90, Designated Point Of Contact, the due date for questions and comments relative to this acquisition is hereby extended to September 29, 2021, 6:00 PM Central Time. Questions or comments shall continue to be submitted via email to the point of contact specified in this provision.

Upon release of the final RFP, in relation to Section L provision Volume III - Past Performance Factor Instructions, paragraph (d) referenced contracts, relative to size for offerors, NASA anticipates a referenced contract will be determined relevant if it has an average annual value of $4,500,000 or greater, and relative to size for proposed subcontractors, a referenced contract will be determined relevant if it has an average annual value of $2,500,000 or greater.

Potential offerors shall continue to monitor sam.gov for release of the final RFP and any amendments thereto.

================================================================================================

The National Aeronautics and Space Administration (NASA) Draft Request for Proposal (DRFP) for the NASA Financial Support Services (NFSS) acquisition has been released.

This DRFP is issued as an acquisition-planning instrument and a means of soliciting industry comments for use in developing the final Request for Proposal (RFP). This DRFP is not a solicitation and NASA is not requesting proposals. The issuance of this DRFP does not commit NASA to pay any proposal preparation costs, or obligate NASA to procure or contract for these services, nor should it be construed as authorization to proceed with, or be paid for any charges incurred by, performing any of the work described herein.

The purpose of this DRFP is to assist the Government in developing the highest quality final RFP. In accordance with NASA Federal Acquisition Regulation (FAR) Supplement (NFS) 1815.201, Exchanges with Industry Before Receipt of Proposals, interested parties are invited to comment on all aspects of the DRFP, including the requirements, schedules, proposal instructions, evaluation approaches, any perceived safety, occupational health, security (including information technology security), environmental, export control, and/or other programmatic risk issues associated with performance of the work. Interested parties are also encouraged to comment on the Contract Line Item Number (CLIN) structure, any unique terms and conditions, and/or the ability to effectively price the effort across multiple geographic areas.

The principal purpose of this requirement is to provide financial support services and related services for multiple NASA Centers. The NFSS contractor will provide all necessary management, personnel, travel, and training (not otherwise provided by the Government) necessary to perform these services. The anticipated contract will be performed onsite at the following NASA Centers: Ames Research Center (ARC), Mountain View, CA; Armstrong Flight Research Center (AFRC) Edwards Air Force Base; CA, Glenn Research Center (GRC), Cleveland, OH; Johnson Space Center (JSC), Houston, TX; Kennedy Space Center (KSC), Merritt Island, FL; MSFC, Huntsville, AL; and Stennis Space Center (SSC), Bay St. Louis, MS; and any other NASA Center, and offsite at the contractor's facilities.

The NFSS acquisition is anticipated to be a total small business set-aside. This competitive acquisition is anticipated to result in a commercial service, single-award, indefinite-delivery, indefinite-quantity (IDIQ) contract with firm-fixed-price (FFP) and cost-plus-fixed-fee (CPFF) task orders. The preponderance of work under this IDIQ contract will be FFP. Contract execution is anticipated to utilize two task orders, one for Phase-In and one for contract administration. The contract is anticipated to have an effective IDIQ maximum ordering period of eight years from the contract effective date. The North American Industry Classification System (NAICS) code for this acquisition is 541219, Other Accounting Services, and the small business size standard is $22M. The cognizant contracting office responsible for this procurement is Marshall Space Flight Center (MSFC).

Interested parties are requested to review the DRFP and submit written comments and questions via email to Ryan D. Hardy, Contracting Officer, at MSFC-NFSSProcurement@mail.nasa.gov, as specified in Section L, MSFC 52.205-90, Designated Point of Contact, by 6:00 p.m. Central Time on September 27, 2021. Telephone inquiries will not be accepted. Responses to comments or questions, which will be considered in formulation of the final RFP, will be at the discretion of the Government. In addition, prospective offerors are requested to notify the individual specified in Section L, MSFC 52.205-90, Designated Point of Contact, by email of their intent to submit an offer.

A virtual industry day briefing was conducted in accordance with Section L, MSFC 52.210-91, Virtual Industry Day Meeting. Virtual industry day presentation slides and a list of registered participants have been uploaded.

The Government anticipates soliciting offers utilizing FAR Part 12, Acquisition of Commercial Items; FAR Part 15, Contracting by Negotiation; and NFS 1815, Contracting by Negotiation. The envisioned procurement is to be conducted by a source evaluation board in accordance with procedures prescribed by FAR and NFS. Upon issuance of a final RFP, all responsible sources may submit an offer in response to the solicitation which will be considered by the Agency.

NASA has determined that this acquisition may give rise to a potential organizational conflict of interest (OCI). Potential offerors should refer to NFS clause 1852.209-71, Limitation of Future Contracting, for a description of the potential conflict(s) and any restrictions on future contracting, along with Section L provision MSFC 52.209-93, Notice of Potential Organizational Conflicts of Interest.

NFS clause 1852.215-84, Ombudsman, is applicable. Information for the Ombudsman can be found at:

https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf

It is each interested party/potential offeror's responsibility to monitor sam.gov for release of the final RFP and any amendments thereto. Potential offerors will be responsible for downloading their own copy of the solicitation in its entirety.

Posted: Oct. 29, 2021, 1:26 p.m. EDT
Posted: Sept. 24, 2021, 4:59 p.m. EDT
Posted: Sept. 24, 2021, 2:31 p.m. EDT
Posted: Sept. 17, 2021, 6:29 p.m. EDT

Overview

Response Deadline
None
Posted
Sept. 17, 2021, 6:29 p.m. EDT (updated: Oct. 29, 2021, 1:26 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Huntsville, AL 35812 United States
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Fixed Price; Cost Plus Fixed Fee;
Est. Level of Competition
High
Odds of Award
33%
On 9/17/21 Marshall Space Flight Center issued Presolicitation 80MSFC21R0015 for NASA Financial Support Services (NFSS). The opportunity was issued with a Small Business (SBA) set aside with NAICS 541219 (SBA Size Standard $25 Million) and PSC R710.
Primary Contact
Name
Ryan D. Hardy   Profile
Phone
None

Secondary Contact

Name
Kathy Cooper   Profile
Phone
None

Documents

Posted documents for Presolicitation 80MSFC21R0015

Opportunity Lifecycle

Procurement notices related to Presolicitation 80MSFC21R0015

Award Notifications

Agency published notification of awards for Presolicitation 80MSFC21R0015

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation 80MSFC21R0015

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 80MSFC21R0015

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 80MSFC21R0015

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA MARSHALL SPACE FLIGHT CENTER
FPDS Organization Code
8000-MSFC0
Source Organization Code
100170446
Last Updated
Jan. 17, 2023
Last Updated By
kelcey.cole@nasa.gov
Archive Date
March 15, 2023