Search Contract Opportunities

Strategic Professional Engineering Assessment Contract II (SPEAC II)

ID: RFQ1542028 • Alt ID: 80JSC022Q0006 • Type: Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

TO: All Prospective Quoters SUBJECT: Request for Quotation (RFQ), Solicitation No. 80JSC022Q0006, for Strategic Professional Engineering Assessment Contract II (SPEACII) You are invited to submit a quote in response to the National Aeronautics and Space Administration (NASA) Lyndon B. Johnson Space Center's (JSC) Strategic Professional Engineering Assessment Contract II (SPEACII) solicitation. The principal purpose of this requirement is to provide independent programmatic and institutional assessment capability support and related services for the JSC Exploration Integration & Science Directorate (EISD) and other NASA Centers. The Quoter shall provide reviews and assessments performed in support of organizational tactical and strategic planning efforts, and conduct independent assessments including aspects of cost, schedule, technical risk, and safety and mission assurance, as applicable. NASA will conduct this acquisition as a full and open competition. The North American Industry Classification System (NAICS) code for this acquisition is 541330 and the small business size standard is $16.5M. This competitive acquisition will result in a Single-Award Blanket Purchase Agreement (BPA) with the ability to issue Firm-Fixed Price Orders. The BPA is anticipated to have a period of performance of 5 years from the BPA effective date, including a one-year Base Period, and four one-year options. The anticipated ordering periods are as follows: Base Period (November 1, 2022 to October 31, 2023), Option Period 1 (November 1, 2023 to October 31, 2024), Option Period 2 (November 1, 2024 to October 31, 2025), Option Period 3 (November 1, 2025 to October 1, 2026), Option Period 4 (November 1, 2026 to October 31, 2027). No phase-in period is anticipated. The anticipated BPA award date is June 14, 2022, with a November 1, 2022 BPA effective date. The BPA will be performed at NASA Johnson Space Center (JSC), other NASA Centers and facilities, government sites, associated contractor facilities, the contractor's facilities, and at other such places as designated by individual Orders. Potential Quoters should pay close attention to all solicitation instructions; however, the following requirements list is summarized to assist in Quote development. Please note that this list is not exhaustive, and the solicitation terms and conditions and provisions in sections IV and V take precedence: 1. The Government will make available existing Installation-Accountable Government Property (IAGP) for onsite contract performance as described in the RFQ clause INSTALLATION-ACCOUNTABLE GOVERNMENT PROPERTY (NFS 1852.245-71) (ALT I) (JAN 2011). 2. NASA has determined that this acquisition may give rise to a potential Organizational Conflicts of Interest (OCI). Quoters should refer to NASA FAR Supplement (NFS) clause 1852.209-71 Limitation of Future Contracting, for a description of the potential conflict(s) and any restrictions on future contracting. DRD 006 OCI Plan will be due at the time quotes are due. The Contracting Officer has the sole authority to determine whether an organizational conflict of interest exists and to determine whether the organizational conflict of interest has been reasonably resolved. The OCI Plan will be evaluated under Responsibility. However, based on FAR 9.504(e), award may be withheld if a conflict of interest is determined to exist that cannot be avoided or mitigated. As such, the Government may communicate with any Quoter at any time during the evaluation process concerning its OCI Plan. This OCI Plan, as approved by the Government, will be included in any resulting BPA as a compliance document. 3. Please note a Top Secret facilities clearance is required for this acquisition in accordance with the DD Form 254, Contract Security Classification Specification. The clearance is required at the time quotes are due. 4. NASA JSC appreciates the comments received in response to the release of the Draft RFQ. These comments resulted in improvements to the quality and content of the overall RFQ. Quoters should review the RFQ in its entirety, as its content has changed from the Draft RFQ version. Attachment 1 SPEACII Matrix of Changes to this cover letter identifies some areas where significant changes or clarifications have been made from the Draft RFQ to this final RFQ that may not have been addressed in the Draft RFQ questions and responses. This document is not intended to cover all changes nor describe all RFQ requirements. Quoters should carefully review the final RFQ in its entirety. 5. Be advised, in accordance with provision 11.2 Volume II: Past Performance, Quoters need to encourage their references to submit their Past Performance Questionnaires to jsc-speacii@mail.nasa.gov prior to quote due date. 6. Below is a list of the Source Selection Authority (SSA) and voting members along with their associated NASA JSC organizational codes, for the Streamlined Procurement Team (SLPT). The names provided are for informational purposes only and other than the Contracting Officer, Omar Collier, these individuals shall not be contacted regarding this acquisition. The Government may change personnel associated with this acquisition at its discretion. SSA Donna Shafer, Johnson Space Center (JSC) Associate Director, AA Voting Members Cara L. Walker, XB Omar Collier, BH Karen Kelldorf, XB 7. Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the corporate address submitted with its proposal. 8. SPEAC II requirements are expected to vary, from potentially no activity to numerous concurrent orders covering a wide range of programmatic and institutional assessment activities. Short-term assessments may be required over a wide range of programmatic and institutional activities with lead time as short as 14 days. 9. Authorization to perform work under the SPEACII will be through the issuance of Firm-Fixed-Price (FFP) Orders. 10. Throughout the document, the Government uses "TBD" to designate a Government Fill-in and "Quoter fill-in" to designate a section to be filled-in by the quoter. 11. Vendor, Contractor, Quoter and Offeror; contract and BPA; and proposal and quote; are used interchangeably throughout the document. 12. Since contractor submissions are simply quotes under the GSA Schedule program, the Government is not obligated to determine a competitive range, conduct discussions with all quoters, solicit final revised quotes, and use other techniques associate with FAR part 15. The contracting techniques associated with FAR Part 15 do not apply. 13. Contractor Teaming Arrangements under a Contract Team Arrangement Document as defined by GSA do not meet the government's minimum requirement and shall not be accepted. For purposes of this BPA, the government shall establish privity of contract with a single entity only. 14. The Government will consider quarterly payments on a time-phased price basis for Orders issued in excess of $500K, on a case by case basis. Payment for Orders issued below $500K shall be after completion of the Order. 15. A Technical Library is included as attachments to the final RFQ 16. The Government intends to evaluate quotes and award a BPA without exchanges with Quoters, but at its sole discretion, the Government reserves the right to conduct exchanges. Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, any amendments and links to online reference/technical/bidders library will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.ebuy.gsa.gov. Potential Quoters are requested to periodically monitor the websites for updates. NFS clause 1852.215-84, OMBUDSMAN, is applicable. The Center Ombudsman for this acquisition can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf This RFQ does not commit NASA JSC to pay any quote preparation costs, nor does it obligate NASA JSC to procure or contract for these services. This request is not an authorization to proceed, and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation. Quotes submitted in response to this solicitation shall be due no later than 03/31/2022 at 2:00 pm Central Time. A "Blackout Notice" has been issued to NASA personnel. All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Officer listed below. All questions regarding this RFQ should be submitted in writing, electronically to Omar Collier, Contracting Officer, at jsc-speacii@mail.nasa.gov on or before 2:00pm Central Time 03/08/2022. Quoters are encouraged to submit questions as soon as possible for consideration. Thank you for your support. We look forward to receiving your Quotes.
The first opportunity, ESD 10001, is a revision of the National Aeronautics and Space Administration's (NASA) Exploration Systems Development Implementation Plan. The purpose of this plan is to outline the implementation strategy for the development of exploration systems. The plan includes information on the enterprise authority, management approach, governance structure, technical control, schedule and cost control, safety and mission assurance, risk management, systems engineering management, verification and validation processes, mission operations, configuration and data management, security plan, lessons learned plan, human rating certification plan, planetary protections, and range safety risk management process. The plan was last revised on September 21, 2021.

The second opportunity, ESD 10016, is the Enterprise Verification and Validation Plan for NASA's Exploration Systems Development. This plan outlines the approach and guidelines for performing integrated system verification and validation activities for exploration systems. It includes information on the verification and validation process, roles and responsibilities, integrated system V&V strategy, verification of program interface requirements and functions, S&MA verification processes, model and simulation verification, validation process for Artemis I and II missions, V&V closure and certification process, flight tests and integrated ground tests, enterprise data management and integration, and enterprise review approach. The plan was last revised on September 28, 2020.

Both opportunities are publicly available documents that provide detailed information on NASA's plans for the development of exploration systems and the verification and validation processes involved in ensuring their readiness for mission execution.

Overview

Response Deadline
March 30, 2022 Past Due
Posted
Feb. 22, 2022
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Vehicle Type
Blanket Purchase Agreement
On 2/21/22 National Aeronautics and Space Administration issued Solicitation RFQ1542028 for Strategic Professional Engineering Assessment Contract II (SPEAC II) due 3/30/22. The opportunity was issued full & open with NAICS 541330 and PSC R425.

Documents

Posted documents for Solicitation RFQ1542028

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation RFQ1542028

Similar Active Opportunities

Open contract opportunities similar to Solicitation RFQ1542028

Experts for Strategic Professional Engineering Assessment Contract II (SPEAC II)

Recommended experts avaliable for hire