Marshall Space Flight Center Engineering Directorate’s Space Systems Department and Other MSFC Departments, Directorates, and Offices (ESMSFC)

Agency:
State: Alabama
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159747174159419
Posted Date: Mar 13, 2024
Due Date: Mar 28, 2024
Source: Members Only
Follow
Marshall Space Flight Center Engineering Directorate’s Space Systems Department and Other MSFC Departments, Directorates, and Offices (ESMSFC)
Active
Contract Opportunity
Notice ID
2024-MSFC-ESMSFC
Related Notice
Department/Ind. Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Sub-tier
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Office
NASA MARSHALL SPACE FLIGHT CENTER
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 13, 2024 01:21 pm CDT
  • Original Published Date: Mar 13, 2024 01:18 pm CDT
  • Updated Response Date: Mar 28, 2024 04:30 pm CDT
  • Original Response Date: Mar 28, 2024 04:30 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 12, 2024
  • Original Inactive Date: Apr 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Huntsville , AL 35812
    USA
Description View Changes

The National Aeronautics and Space Administration (NASA)/Marshall Space Flight Center (MSFC) is hereby soliciting information from potential sources for Engineering Support for Marshall Space Flight Center Engineering Directorate’s Space Systems Department and Other MSFC Departments, Directorates, and Offices (ESMSFC). The purpose of this sources sought synopsis/request for information is for market research, information and planning purposes only, to identify small businesses having an interest in, and the capability to support this requirement. This acquisition is a follow-on the current ESMSFC and is anticipated to be set-aside for small business interests. The result of this market research will contribute to determining the type of set-aside and the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541715, Research and Development in the Physical, Engineering and Life Sciences (Except Nanotechnology and Biotechnology). The size standard for NAICS 541715 is 1,000 employees.



MSFC is seeking capability statements from small business interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition for ESMSFC. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received.



ESMSFC Description:



The ESMSFC contract provides highly qualified engineering support services and technical skills for various MSFC programs and projects. Services provided include activities to assess, manage, and perform systems engineering services that span all phases of the system life cycle to include requirements definition, design, code, integration, verification and validation, maintenance, test facility design and development, controlling lifecycle artifacts such as concepts of operations, functions, requirements, verification, validation, interfaces, operations/maintenance/supportability, system certification, trade studies, systems analysis, technical performance, risk assessments, technical assessments, and various plans necessary for implementation, and development of products for human space flight programs, science investigations, and exploration initiatives. This includes implementing both traditional and digital engineering approaches (such as Model Based Systems Engineering). Services for this contract also include software development insight for ongoing projects as well as proposal development for potential new work across various MSFC programs and projects. Additionally, the contractor provides specialized consulting services for applying high maturity process improvement methodologies in such areas as the Capability Maturity Model Integration (CMMI) and ISO to include coaching, training, appraisal preparations in support of CMMI maturity level 2 and 3 ratings for ongoing and future flight & ground software development programs/projects. The contractor is Cepeda Systems and Software Analysis, Inc., which is a woman-owned, certified disadvantaged HUBZone small business.



It is anticipated that ESMSFC will be a single-award, Firm-Fixed-Price (FFP) Indefinite Delivery-Indefinite Quantity (IDIQ) with a five (5) year ordering period. Award is anticipated late 1st Qtr FY24. Attached to this posting is the draft ESMSFC Performance Work Statement.



Responses must demonstrate the company’s ability to perform in accordance with FAR 52.219-14, Limitations on Subcontracting.



No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.



Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than ten (10) 8.5” x 11” single sided pages with one-inch margins and text in 12-point Times New Roman font indicating the ability to perform all aspects of the effort.



Interested offerors shall address, at a minimum, the following items in their capability statement response:



Business Description:




  1. Business Name and Address, and Cage Code;

  2. Name of company representative and business title;

  3. Primary Socio-economic status and North American Industry Classification System Code (NAICS) with standard size;

  4. Additional socioeconomic groups(s) company is eligible to participate in;

  5. Size of Business in

    • Average annual revenue for past three years

    • Number of employees

    • Number of year in the business

    • Affiliate information: parent company, joint venture partners, and potential teaming partners;

    • Planned to propose as prime or subcontractor;



  6. Prime contract vehicles; to include General Services Administration (GSA): OASIS, ALLIANT II, VETS II, STARS III, MAS (including applicable SINs, groupd, or pools, or any other Government Agency contract vehicle that allows for decentralized ordering.

  7. List of customers covering the past three years (highlight relevant work performed, contract numbers and/or task order, contract type, dollar value of each procurement and a point of contact – address, email and phone number). If performed as a subcontractor, please indicate percentage of work/subcontract value.

  8. MSFC plans to use a Price Performance (PPTO) Tradeoff Selection Criteria with a potential Technical Acceptability criteria with emphasis on Capability Maturity Model Integration (CMMI). Please provide any comments on the use of this selection criteria for the consideration of the Government or any other recommendations.



Capability Statement:



Technical Capability– Describe your company’s overall skills, experience, and capabilities to perform the work of the anticipated draft ESMSFC Performance Work Statement. Additionally, please address the following technical qualifications:




  • Describe your experience in executing CMMI 3.0 (or latest version) Model, including your current CMMI certifications, with maturity level and the length of time the certification has been held.

  • Has your organization participated in CMMI 3.0 (or latest version) appraisals at the Maturity Levels 2 & 3? If so, please provide a brief description of the experience indicating the organization and time frame of the appraisal. If not, please provide your experience relating to performing CMMI appraisals.

  • Describe any CMMI instructor certifications currently held within your organization.

  • Describe your organizations experience with Model Based Systems Engineering (MBSE).

  • Describe your organizations experience with Agile software development and relevant supporting tools.

  • Statement addressing whether the requirement is considered to be commercially available. A commercial item is defined in FAR 2.101.




  1. Provide any recommendations on a technical acceptability criteria based on the CMMI criteria needed to support the requirements under PWS paragraph 2.2.

  2. Provide feedback and rationale on any other topics, factors, and/or items of interest you would like to address regarding this potential procurement.



Additionally, in support of the Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA is seeking to advance equity or remove barriers for members of underserved communities related to this requirement. As defined in the EO, Underserved Communities refers to populations sharing a particular characteristic, as well as geographic communities, that have been systematically denied a full opportunity to participate in aspects of economic, social, and civic life, as exemplified by the list in the preceding definition of "equity." Equity means the consistent and systematic fair, just, and impartial treatment of all individuals, including individuals who belong to underserved communities that have been denied such treatment, such as Black, Latino, and Indigenous and Native American persons, Asian Americans and Pacific Islanders and other persons of color; members of religious minorities; lesbian, gay, bisexual, transgender, and queer (LGBTQ+) persons; persons with disabilities; persons who live in rural areas; and persons otherwise adversely affected by persistent poverty or inequality.



NASA seeks input in the following areas:




  1. To support the requirements identified in this request for information (RFI)/sources sought notification, what barriers or opportunities exist to engage subject matter experts from industry and academia and how can those barriers be overcome? How can underserved communities be leveraged?

  2. To support the requirements identified in this RFI, what barriers or opportunities exist to partner with subcontractors that employ members of underserved communities, as defined above?

  3. What other recommendations would you make to enhance diversity and inclusion?

  4. What should be considered to encourage full participation and contribution of organizations and individuals (e.g., outreach efforts and innovative partnerships) in performance of this requirement?



All responses shall be submitted electronically via email to Kimberly Lanier Lawrence at Kimberly.m.lanier-lawrence@nasa.gov no later than 28 March 2024, Close of Business 16:30 CDT. Please reference “2024-MSFC-ESMSFC- Capability Statement” in the subject line of any response.



This notice is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.



The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines.


Attachments/Links
Contact Information
Contracting Office Address
  • HUNTSVILLE AL 35812
  • HUNTSVILLE , AL 35812
  • 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 >