NASA's Consolidated Applications and Platform Services (NCAPS) requirement

Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
State: Federal
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159745252903729
Posted Date: Feb 3, 2023
Due Date: Mar 31, 2023
Solicitation No: 80TECH23R0002
Source: Members Only
Follow
NASA's Consolidated Applications and Platform Services (NCAPS) requirement
Active
Contract Opportunity
Notice ID
80TECH23R0002
Related Notice
80TECH22R0002
Department/Ind. Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Sub-tier
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Office
NASA IT PROCUREMENT OFFICE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 03, 2023 12:30 pm EST
  • Original Published Date: Jan 06, 2023 01:49 pm EST
  • Updated Response Date: Mar 31, 2023 04:30 pm EDT
  • Original Response Date: Mar 31, 2023 04:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Nov 11, 2023
  • Original Inactive Date: Apr 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 541512 - Computer Systems Design Services
  • Place of Performance:
Description View Changes

The purpose of this notice is to provide an updated Attachment S - Application Inventory. The previous attachment contained missing and illegible information.



********************************************************************************************



In accordance with FAR 7.107-5, Notifications, Paragraph (d), this notice is being published to notify the public that the agency has determined a substantial bundling of contract requirements is necessary and justified. See the accompanying NASA Information Technology Procurement Office (ITPO) Determination and Findings (D&F) for Substantial Bundling of Requirements.



********************************************************************************************



The purpose of this notice is to provide NASA Consolidated Applications and Platform Services (NCAPS) Industry Day charts and registration list.



********************************************************************************************



The purpose of this notice is to provide updated information on the industry day as follows:



The NASA Consolidated Applications and Platform Services (NCAPS) industry day will be held on January 24, 2023 at 9:00 AM ET via Microsoft Teams. The registration form is attached. On the form, please include the name of each representative from your company that will be attending. A Microsoft Teams meeting invite will be provided to each representative listed on the registration form. This form should be returned to Sara Stuart, Contract Specialist, at sara.stuart@nasa.gov and Jim Griffin, Contracting Officer, at james.r.griffin@nasa.gov by Thursday, January 19, 2023 at 12:00 PM ET.



One-on-one meetings with industry will also be offered January 24-26, 2023 via Microsoft Teams. The registration form for the meetings is also attached. On the form, please include the name of each representative from your company that will be attending the one-on-one meeting, limit to five participants per company. A Microsoft Teams meeting invitation will be provided to each representative listed on the registration form. This form should be returned to Sara Stuart, Contract Specialist, at sara.stuart@nasa.gov and Jim Griffin, Contracting Officer, at james.r.griffin@nasa.gov by Thursday, January 19, 2023 at 2:00 PM ET.



Industry day slides will be provided/posted to sam.gov upon completion of the meeting.



********************************************************************************************



Draft Request for Proposal (DRFP), Solicitation No. 80TECH23R0002, for NASA's Consolidated Applications and Platform Services (NCAPS)



You are invited to review and comment on the National Aeronautics and Space Administration (NASA) Information Technology Procurement Office’s NASA Consolidated Applications and Platform Services (NCAPS) solicitation. The principal purpose of this requirement is to provide enterprise IT and related services for the Office of Chief Information Technology (OCIO). The services include information security; application, web, and platform services; information and data analytics; IT services for automation; and IT innovation across NASA's centers. The anticipated contract will support all NASA Centers and Facilities.



Potential offerors are encouraged to comment on all aspects of the draft solicitation, including the requirements, schedules, proposal instructions, and 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. Potential offerors should identify any unnecessary or inefficient requirements and are also encouraged to comment on the DRFP contract line item number (CLIN) structure, any unique terms and conditions, the clarity of the Scenarios, and the Section M Evaluation Criteria.



This competitive acquisition will result in a requirements-based, hybrid Contract that includes Firm-Fixed Price (FFP) Core Services Catalog items, FFP Core Services Labor, Cost Plus Fixed Fee (CPFF) Core Services Labor, Cost-Reimbursement no fee Other Direct Costs (ODCs) and Indefinite Delivery/Indefinite Quantity (IDIQ) task orders. The IDIQ task orders can be either CPFF and/or FFP task orders. Phase-in is FFP. The total potential period of performance/effective ordering period of this contract is 8 years, including a 90-day Phase-in (90-day Phase-in, 9-month Base Period, and 7 one-year Option Periods). The North American Industry Classification System (NAICS) code for this acquisition is 541512 - Computer Systems Design Services and the small business size standard is $30 million.



Potential offerors should ensure its company is listed in the online database(s) for the following:




  1. System for award management: https://www.sam.gov/SAM/

  2. U.S. Department of Labor Veterans’ Employment and Training Service, VETS-4212 Reports: https://vets4212.dol.gov/vets4212/

  3. Date Universal Numbering System (and the transition to the US Government’s unique entity identifier (UEI)): https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/iae-information-kit/unique-entity-identifier-update



The successful offeror must pass an Equal Employment Opportunity (EEO) clearance before contract award (See FAR 22.805).



The current planned release date for the Final Request for Proposal (RFP) is on or about February 28, 2023, with proposals being due approximately 30 calendar days later.



The anticipated contract award date is October 2023, with phase-in commencing on November 1, 2023. The contract will support all NASA Centers and Facilities.



The following additional information is provided to assist in understanding this acquisition:




  1. A Phase-in period will be conducted. The phase-in period will be 90 days and will begin on November 1, 2023, and end on January 30, 2024. Phase-in will be a separate CLIN.

  2. The Government will make available existing Installation-Accountable Government Property (IAGP) for onsite contract performance.

  3. A virtual industry day is anticipated to be held on January 24, 2022.

  4. NASA has determined that this acquisition may give rise to a potential organizational conflict of interest (OCI). 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. Offerors should also refer to provisions L.25, Notice of Potential Organizational Conflicts of Interest and M.2, Prospective Contractor Responsibility and Special Standards for more information.

  5. Please also note that NFS clause 1852.237-72 Access to Sensitive Information references the OCI plan as a contract compliance document. Each potential Offeror should review FAR Subpart 9.5 and consider carefully the extent to which an OCI may arise before making the decision to compete for the NCAPS effort.Please note Top Secret facilities clearance is required for this acquisition in accordance with the DD Form 254, Contract Security Classification Specification. The Top Secret level facility clearance must be in place by the due date for receipt of proposal. For proposals submitted as joint ventures, the facility clearance must be held by each member of the Joint Venture that will be performing the classified work and the CAGE code shall be provided for each company for verification of current security clearance status.

  6. Please note that the Offeror's staffing plan will be required to include its approach for the fair and improved inclusion of women and minorities, to the maximum extent possible and consistent with applicable law, in its contractor and subcontractors' workforce performing the essential functions of the NCAPS contract.

  7. Proposals for this solicitation are required to be submitted through NASA’s Enterprise File Sharing and Sync Box (EFSS Box), a FedRAMP Moderate certified platform. Potential offerors, especially those that have not previously submitted a proposal utilizing NASA’s EFSS Box, are encouraged to review the solicitation instruction entitled “Electronic Proposal Delivery - Proposal Marking and Delivery Through NASA’s EFSS Box” which provides instructions related to the submission of proposal via EFSS Box. Offerors are encouraged to check with their corporate IT staff to determine if there are firewall restrictions that would need to be addressed prior to the submission of proposal files through NASA’s EFSS Box.



In order to control and protect sensitive data owned by the Government and its Contractors, NASA policy requires all acquisition-related documents be released in Adobe Portable Document Format (PDF).



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.SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates.



NASA FAR Supplement clause 1852.215-84, OMBUDSMAN, is applicable. The Ombudsman for this acquisition is Mr. Marvin Horne, at Marvin.L.Horne@nasa.gov.



This DRFP is not a solicitation and NASA is not requesting proposals. This DRFP does not commit NASA to pay any proposal preparation costs, nor does it obligate NASA to procure or contract for this requirement. 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.



Any comments regarding the DRFP should be submitted electronically in writing to James Griffin, Contracting Officer, at James.R.Griffin@nasa.gov and Sara Stuart, Contract Specialist, at sara.stuart@nasa.gov, using the email subject line "QUESTIONS FOR DRFP 80TECH23R0002" no later than January 31, 2023. Comments shall be submitted in the NCAPS DRFP Comment Template provided in this posting. If a respondent believes their comments contain confidential, proprietary, competition sensitive, or business information, those questions/comments shall be marked appropriately. However, questions that are marked as containing confidential, proprietary, competition sensitive or business information will not be provided a Government response. The Government will consider all comments received in preparation of the Final RFP. To the extent a comment leads the Government to revise the acquisition approach or requirements, the change will be reflected in the Final RFP. Some DRFP questions and comments may receive a posted response to the GPE if the Contracting Officer determines that a response would facilitate additional understanding of the solicitation. The Government may also respond via the GPE to comments and/or questions received following the issuance of the Final Request for Proposal (RFP).




Attachments/Links
Contact Information
Contracting Office Address
  • 8800 Greenbelt Road
  • Greenbelt , MD 20771
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >