Environmental Test and Integration Services (ETIS) IV Draft RFP
ID: ETISIVDRFPType: Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA GODDARD SPACE FLIGHT CENTERGREENBELT, MD, 20771, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    NASA's Goddard Space Flight Center is seeking proposals for the Environmental Test and Integration Services (ETIS) IV under the Draft Request for Proposal (DRFP) 80GSFC24R0012. The procurement aims to secure a contractor to provide essential environmental testing and integration services, including structural testing, electromagnetic compatibility testing, and facility maintenance, critical for supporting NASA's space exploration missions. This contract, structured as a Cost-Plus-Award-Fee (CPAF) Indefinite Delivery Indefinite Quantity (IDIQ), has a minimum order value of $4 million and a maximum of $442 million, with a five-year performance period anticipated to begin in August 2025. Interested vendors must submit comments on the DRFP by September 18, 2024, and register for the Industry Day scheduled for September 16, 2024, by September 9, 2024. For inquiries, contact Eboni N. Washington at eboni.n.washington@nasa.gov.

    Point(s) of Contact
    Eboni N. Washington
    eboni.n.washington@nasa.gov
    Bria Cromartie Whitehead
    bria.d.cromartiewhitehead@nasa.gov
    Files
    Title
    Posted
    The Environmental Test and Integration Services (ETIS) IV Contract outlines requirements for contractor-provided services at the NASA Goddard Space Flight Center (GSFC). This contract aims to ensure the operation, maintenance, and enhancement of environmental test facilities and equipment critical for space flight hardware. Key tasks include structural testing, electromagnetic compatibility testing, mechanical integration, and optical assembly, requiring adherence to established quality and safety protocols. The Statement of Work (SOW) describes the need for various engineering support services, facility maintenance, and the management of equipment and operational logistics. It emphasizes compliance with safety standards while detailing specific responsibilities such as managing cleanroom operations, conducting acoustic tests, and executing configuration management for lifting devices and pressure vessels. Overall, the document serves as a comprehensive framework for contractors to provide essential testing and integration services, facilitating GSFC’s mission of space exploration while ensuring compliance with federal regulations and standards.
    The document outlines the various guidelines and matrices involved in pricing task orders for an Indefinite Delivery Indefinite Quantity (IDIQ) contract under the federal government’s Request for Proposal (RFP) DRFP #80GSFC24R0012. It specifies not-to-exceed direct labor rates, cost estimating relationships (CERs), indirect cost rate categories, and award fee rates applicable to both prime contractors and subcontractors across several contract years (CY1 to CY6). Each labor category must align with specified qualifications detailed in Section 6. Contractors are permitted to propose lower rates than the established limits. Detailed matrices require contractors to delineate the bases of their rates, distinguishing between onsite and offsite services. The document emphasizes transparency and strict adherence to these pricing frameworks, ensuring that all costs are accounted for and justified during the execution of tasks as per the terms of the contract. Overall, the attachment serves to guide pricing strategies and submissions for contractors engaged in federal tasks, aiding in budget management and operational consistency.
    The document outlines the Financial Management Reporting Requirements for contract DRFP 80GSFC24R0012. It specifies that contractors must submit NASA 533 series reports, detailing costs and labor hours for each task order, along with a cumulative report. Reports must include variance explanations if there are deviations over 10% from estimated to actual costs or labor hours, addressing reasons for variances, their impact, and corrective actions. The initial report in NF 533Q format is due within 30 days post-award, followed by regular NF 533M submissions within ten working days after the monthly accounting close. Detailed cost categories are specified, including direct labor, overhead, material handling, and general administrative expenses. The government retains the right to modify these requirements based on the award recipient's fee structure. This document serves to ensure structured financial accountability and transparency in government contracting, which is vital for effective management of federal funds and resources.
    The document outlines a Small Business Subcontracting Plan related to the federal RFP DRFP 80GSFC24R0012, designated for an unspecified contract. It is a requirement to be included with contractor proposals, emphasizing the commitment to engaging small businesses in the subcontracting process. The plan aims to ensure that a segment of the work will be allocated to small business entities, supporting their participation in federal contracting opportunities. This initiative reflects the federal government's broader objective of fostering economic growth by providing small businesses with access to government contracts and enhancing their development through collaboration. Subcontracting to small businesses is a vital component of federal procurement strategies, promoting diversity and innovation in the contracting landscape. The directive will guide potential contractors in delineating their approach to achieving these goals while maintaining compliance with federal regulations.
    The document titled "Safety and Health Plan," under DRFP 80GSFC24R0012, outlines essential safety and health protocols required to be submitted with a proposal for a forthcoming contract. Although details of the specific safety and health measures are not provided in the attachment, the document emphasizes the importance of robust safety protocols in compliance with federal standards. The submitted plan is expected to detail strategies for risk management, ensuring the safety of personnel and the public throughout the project's lifecycle. This emphasis on safety and health reflects broader governmental priorities in managing public resources and safeguarding worker welfare within federal contracting frameworks. Overall, the document serves as an essential preparatory element for prospective contractors, reinforcing the expectation that comprehensive safety measures will be integral to project proposals.
    The document outlines a Quality Assurance Plan associated with the Draft Request for Proposals (DRFP) 80GSFC24R0012, intended to be submitted alongside proposals for a yet-to-be-determined government contract. The purpose of this plan is to establish protocols and measures that ensure the quality of products and services provided under the contract, aligning with federal standards and specific project requirements. The plan emphasizes the importance of maintaining quality throughout the contract lifecycle, detailing strategies for monitoring performance, documenting compliance, and implementing corrective actions when necessary. By formalizing quality assurance practices, the document aims to enhance accountability, integrity, and efficacy in meeting governmental objectives. Overall, this section is crucial for prospective contractors to understand expectations and criteria for evaluation, reinforcing the administration's commitment to excellence in public service commitments.
    The document outlines the IT Security Management Plan associated with RFP DRFP 80GSFC24R0012, which pertains to an unspecified government contract. This plan is crucial for addressing cybersecurity measures within the scope of the contract and must be submitted within 30 days following contract award. It emphasizes the government's commitment to safeguarding sensitive information and ensuring robust security protocols are in place to support the overall integrity of IT operations. The plan is structured to guide compliance with federal mandates and local regulations, highlighting the importance of risk management and proactive security strategies. Overall, the document underscores the necessity of a thorough and strategic approach to IT security in government contracts, reflecting best practices in protecting resources and data.
    The Organizational Conflicts of Interest (OCI) Data Requirements Description (DRD) outlines the necessary components for a contractor's OCI Plan as part of Request for Proposal (RFP) 80GSFC24R0012. The plan aims to clearly define how contractors will identify, mitigate, and report OCIs during contract execution. Key elements include establishing a point of contact for OCI issues, detailing employee training on OCI principles, reporting protocols for breaches, and defining roles and responsibilities within the organization. Contractors are required to maintain records related to OCI compliance and undergo periodic self-audits. In addition, the plan must specify how affiliated companies will manage OCIs and how provisions will flow down to subcontractors. It includes measures for reporting conflicts, updating procedures as necessary, and asserting the absence of conflicts at the contract's inception. The document emphasizes adherence to relevant federal acquisition regulations and affirms the importance of ethical compliance throughout contract performance, ultimately aimed at ensuring fair competition and integrity in government contracting processes.
    The document outlines the Organizational Conflicts of Interest (OCI) Avoidance Plan required for proposals submitted in response to the federal RFP DRFP 80GSFC24R0012 for an unspecified contract. The plan's primary purpose is to identify and address any potential conflicts that could arise during the contracting process. It emphasizes the necessity for transparency and ethical practices to maintain the integrity of government contracting. The OCI avoidance plan must demonstrate the proposer’s awareness of, and strategies to mitigate, conflicts that might favor the proposer's interests over those of the government. This document is critical to ensure fair competition and to uphold the trust in contractual relationships between federal agencies and private entities. Submitting an effective OCI Avoidance Plan is essential for compliance with federal guidelines and enhances the likelihood of proposal acceptance.
    The document outlines a comprehensive list of installation-accountable government property (IAGP) associated with federal government RFPs (Requests for Proposals) and grants, specifically under contract DRFP 80GSFC24R0012. It details various equipment, including signal processors, thermal vacuum chambers, amplifiers, and computers, along with their manufacturers, model numbers, serial numbers, acquisition costs, and acquisition dates. The primary purpose is to maintain an inventory of significant assets affiliated with federal projects, ensuring proper tracking, management, and accountability of government property. The list serves as a critical reference point for the management of federal resources, facilitating procurement and oversight in line with regulatory standards. Overall, the document emphasizes the significance of asset management within government operations, ensuring compliance and efficient resource utilization.
    The document consists of an attachment from the U.S. Department of Labor regarding wage determination and collective bargaining agreements (CBA) related to the Request for Proposal (RFP) DRFP 80GSFC24R0012. It emphasizes the importance of adhering to wage determinations and collective bargaining terms when executing the contract, which is designated as "TBD" (To Be Determined). This attachment serves as a guideline for federal contractors to ensure compliance with labor standards and collective agreements during the execution of federally funded projects. Furthermore, it aims to protect the rights of workers by establishing fair wages and working conditions under applicable regulations. Thus, this document is essential for maintaining labor compliance in government contracting contexts, particularly within federal, state, and local RFPs.
    The agreement between Northrop Grumman Systems Corporation and Local 1501 of the International Brotherhood of Electrical Workers, effective from October 1, 2020, to September 30, 2025, establishes collective bargaining terms for employees at Goddard Space Flight Center. Key provisions include recognition of the Union as the exclusive bargaining agent, stipulations for membership, grievance and arbitration procedures, union security measures, wage agreements, and conditions for work hours and absences. The document outlines a structured process for addressing disputes, including a multi-step grievance procedure, performance reviews, and access to company policies. The Union is granted the authority to represent employees in workplace matters, while both parties agree to non-discrimination principles. The seniority system is incorporated to guide promotions, recalls, and layoffs, with layoffs executed based on seniority and qualifications. Compensation structures are clearly defined, ensuring pay increases and job classifications are articulated. Absences for union business, medical leave, and family obligations are addressed, ensuring employee rights to leave and job reinstatement. This agreement reflects the commitment of both parties to maintain fair labor practices and employee rights within the operational framework of Northrop Grumman’s activities under NASA contracts.
    The document outlines Wage Determination No. CBA-2021-107 by the U.S. Department of Labor concerning wage rates and fringe benefits for employees of Northrup Grumman Systems Corporation under a contract for environmental test and integration engineering services at NASA's Goddard Space Flight Center. It highlights the employment under a Collective Bargaining Agreement (CBA) with the International Brotherhood of Electrical Workers Local 1501, effective from October 1, 2020, to September 30, 2025. In compliance with the Service Contract Act, the document mandates that the contractor’s employees receive pay rates and benefits established in the current and modified CBAs. This determination underscores the federal government's commitment to fair labor standards for workers engaged in contracts for government services in the context of federal RFPs and grants. The document serves to ensure workers are compensated in accordance with negotiated agreements, reflecting labor protections in government contracting.
    The document outlines the Diversity, Equity, Inclusion, and Accessibility (DEIA) plan requirements as part of the NASA DRFP (Delivery Request for Proposal) No. 80GSFC24R0012. The DEIA plan exhibits the contractor's commitment to promoting diversity and equity in recruitment and workforce development, specifically targeting underserved communities. It mandates the submission of a DEIA plan within 30 days post-contract award, with annual updates. The plan should detail measurable performance metrics focused on three areas: Leadership and Commitment, Diverse Talent, and Culture & Sustainability. Leadership insights should include resource availability for civil rights advancement and affirmative policies. Diverse Talent metrics will assess recruitment activities success and identify barriers to engaging subject matter experts. Finally, Culture & Sustainability will focus on developing an inclusive work environment and improving data collection for equitable service delivery. This initiative aligns with Executive Order 13985, aiming to enhance procurement access for marginalized groups. Overall, the DEIA plan is integral for evaluation and accountability in workforce diversity efforts within NASA and signifies a federal commitment to equitable practices.
    The DEIA Plan outlined in RFP DRFP 80GSFC24R0012 provides guidelines for federal contractors to promote diversity, equity, inclusion, and accessibility throughout their operations. A key requirement is the submission of this plan within 30 days following the contract award. The document emphasizes the importance of integrating DEIA principles into contract execution, aiming to enhance workforce diversity and ensure equitable treatment across various dimensions of the work environment. The focus on accessibility signifies a commitment to creating environments that are open and accessible to all individuals, regardless of their background or abilities. This plan serves as a framework for contractors to develop effective strategies that align with federal mandates and contribute to broad societal goals. The overarching objective is to foster a more inclusive workforce and create equitable opportunities for all stakeholders involved.
    The document lists government-furnished property (GFP) associated with the Request for Proposal (RFP) DRFP 80GSFC24R0012. It includes a detailed inventory of various computing devices, primarily laptops and tablets, along with their manufacturers, models, serial numbers, and assigned values, totaling $116,032. Key entries include multiple DELL and Hewlett-Packard laptops along with Microsoft Surface tablets. The listing provides insights into the assets available under the contract and their respective financial worth. Understanding this GFP inventory is essential for effective management and accountability in governmental operations, particularly in the context of federal grants and RFPs, as it outlines the resources that may be utilized or required for proposed projects. The document serves as a critical reference for procurement and project planning within relevant government contracts.
    The document serves as an Applicable Documents List (ADL) for Information Technology (IT) security associated with NASA's draft request for proposals (DRFP) 80GSFC24R0012. Dated August 11, 2023, it outlines a comprehensive inventory of standards, guidelines, and publications relevant to IT security practices. The list includes various National Institute of Standards and Technology (NIST) Special Publications (SPs) that cover critical topics, such as cybersecurity event recovery, trusted email communication, cryptographic standards, access control mechanisms, and risk management frameworks. This catalog is instrumental for contractors involved in fulfilling federal RFPs by ensuring compliance with established IT security protocols and enhancing system security risk management practices. The structured format of the document organizes numerous applicable documents, each with specific focus areas and revisions, aiding stakeholders in identifying necessary compliance references essential for safeguarding sensitive information and systems within government operations. Such detailed documentation underscores the commitment to maintaining high standards of cybersecurity within federal engagements.
    The document outlines NASA’s procedures for gathering historical data related to contract labor and expenditures in preparation for a follow-on competitive solicitation. It highlights the intent to include detailed historical labor categories, weighted average direct labor rates, and actual spending data in future proposals to enhance the evaluation process and ensure realistic pricing. Contractors are required to submit critical information within 30 days upon request, including the number of work year equivalents (WYEs) for each labor category, current wage rates, last wage escalations, exemption status under labor standards, and a description of duties and requirements. Additionally, non-labor cost expenditures must be reported alongside estimations for indirect personnel. A consolidated response from prime contractors and significant subcontractors is preferred for efficiency and clarity in data submission. This structured approach aims to promote fair competition and informed offer evaluations in NASA's procurements.
    The document labeled as ATTACHMENT O relates to the Request for Proposal (RFP) DRFP 80GSFC24R0012, indicating a federal contract in its preliminary stages, denoted as TBD (To Be Determined). The DD254 form, typically utilized for documenting the safeguarding of classified information in defense contracts, suggests a focus on security protocols related to this potential government project. Although specific details about the contract's objectives or scope are not provided, the inclusion of the DD254 implies that the project may require sensitive information management and security clearance processes. Overall, the main purpose of the document appears to facilitate the initial steps in the procurement process for federal grants or contracts, signaling a structured approach to operational security and compliance within government contracting efforts.
    The document appears to pertain to issues related to the accessibility of a government file, specifically indicating a need for an updated PDF viewer. This suggests that the primary topic may involve federal government requests for proposals (RFPs), federal and state grants, or local RFPs, potentially highlighting the importance of proper technology access to engage with government documents. Although no specific details or key points of content can be delineated due to the lack of substantive text, the emphasis is on the necessity of using compatible software to effectively view official government communications. This situation underscores the role of technology in facilitating public access to government resources, likely impacting stakeholders interested in federal or state opportunities. Overall, the message serves as a reminder of accessibility challenges faced by individuals attempting to navigate governmental documents and processes.
    The document outlines essential requirements for contractor and subcontractor employees traveling internationally on official NASA business, specifically under Solicitation #80GSFC24R0012 from the Goddard Space Flight Center. Key mandates include pre- and post-travel Counterintelligence Threat Briefings for travel to high-threat countries, compliance with the Department of State's eCC process to secure country clearance, and completion of Counter Threat Awareness Training. Employees must inform the contracting officer’s representative and Center's Foreign Travel Coordinator prior to travel and submit an Advance Travel Notification Form at least 30 business days before departure. Additional guidelines specify that travelers must use the International Traveler Checklist and carry their CTAT certification. The document emphasizes adherence to health directives in the destination country and the necessity for authorization to carry NASA IT devices during international trips. It underscores a commitment to protecting sensitive information and ensuring contractor compliance with travel regulations to mitigate foreign intelligence threats.
    The Government Quality Assurance Surveillance Plan (QASP) outlines the surveillance strategy for the Environmental Test and Integration Services (ETIS) IV contract managed by NASA's Goddard Space Flight Center. It emphasizes a performance-based acquisition approach, allowing contractors greater flexibility while the government retains surveillance responsibilities to ensure contract compliance and quality performance. The document establishes processes for monitoring contractor activities both onsite and offsite, focusing on objective and subjective performance metrics aligned with the contract Statement of Work. The QASP serves as a dynamic guideline, detailing the roles of government personnel, such as Contracting Officers and the surveillance team. It highlights the importance of risk management and defines insight-based surveillance methods to minimize government intervention while maintaining oversight in critical areas. Key focus areas include engineering, environmental compliance, property management, safety, and quality management systems. The plan aims to effectively manage contractor performance, ensuring adherence to the required standards without direct interference. This surveillance mechanism is essential to balance flexibility for the contractor with accountability for delivering quality services in support of NASA's space missions.
    The document outlines the Information Technology (IT) Security Management Plan Template for the Environmental Test and Integration Services (ETIS) IV contract, issued in April 2018. The primary purpose is to standardize the approach to managing IT security risks associated with the ETIS program, ensuring compliance with federal guidelines. Key components include risk assessment procedures, security controls, incident response strategies, and continuous monitoring practices. The plan emphasizes the integration of security considerations into project management activities and coordination between various stakeholders, including contractors and government agencies. By establishing a comprehensive security framework, the document aims to protect sensitive information and ensure the integrity of IT systems throughout the contract's lifecycle. This standardized approach is crucial for safeguarding government operations and maintaining public trust in federal services.
    The document outlines the Government Pricing Model (GPM) specifying non-management direct labor categories, hours, and position descriptions for the Environmental Test and Integration Services (ETIS) IV. It details labor categories, with anticipated direct labor hours over five contract years, from positions such as Computer Programmers, Engineers, and Engineering Technicians, emphasizing their required education, experience, and roles. Each position includes specific duties: for instance, Engineers are involved in testing and integrating spacecraft, while Technicians assist with environmental tests and equipment maintenance. The document serves to inform potential contractors on labor requirements for RFP submissions, ensuring alignment with the government's specifications for skilled personnel in aerospace and testing environments. The structured layout provides clear guidelines for hours and qualifications, facilitating streamlined and compliant proposals in response to government solicitations.
    The Cost-Plus-Award-Fee (CPAF) Performance Evaluation Plan (PEP) outlines the framework for evaluating the performance of the contractor providing Environmental Test and Integration Services (ETIS IV) under a federal contract. This plan highlights the roles of key participants, including the Procurement Officer, Fee Determination Official (FDO), Performance Evaluation Board (PEB), and Performance Monitors, emphasizing their responsibilities in assessing contractor performance. The contract is structured with a minimum order value of $4 million and a maximum of $442 million, with the award fee distribution to fluctuate based on task orders. Evaluation criteria focus on technical performance, business management, cost control, and small business utilization. Performance will be graded using adjectival ratings that inform fee determinations, with a focus on the contractor's ability to meet specified requirements, manage costs, and ensure effective subcontractor engagement. The government retains unilateral authority to amend the plan and award fees earned based on the contractor's performance score, with clear guidelines on the evaluation period schedule. This structured approach ensures accountability and incentivizes high performance in compliance with federal regulations and objectives for contractor management.
    The request for proposal (RFP) 80GSFC24R0012 pertains to the Environmental Test and Integration Services (ETIS) IV, with details on the contract's historical data currently unspecified as the contract number is to be determined (TBD). This document serves to provide historical context for the ETIS IV contract, highlighting its significance within governmental procurement processes for environmental testing services. The primary focus is on outlining requirements and expectations for contractors that aim to deliver effective testing and integration services. The intent is to ensure that potential bidders understand the procurement landscape while promoting transparency and accountability in federal contracting. Overall, this RFP aims to solicit proposals that can comply with the federal government's environmental standards and requirements during operational integration, thus playing a crucial role in the maintenance of regulatory compliance and environmental safety.
    The Safety and Health Plan for the Environmental Test and Integration Services IV outlines the necessary policies, procedures, and techniques to ensure the health and safety of contractors, subcontractors, and the public during operations at NASA centers. It mandates a comprehensive management framework that includes a corporate safety policy, specific goals aligned with OSHA standards, and processes to encourage employee involvement. The plan requires identification and control of worksite hazards through systematic analysis and regular inspections. It also emphasizes proactive mishap investigation and detailed record-keeping for occupational injuries. Furthermore, it stipulates guidelines for emergency preparedness, training programs, and the responsible management of hazardous materials. Key requirements include designating safety representatives, maintaining communication with NASA officials, and creating a robust system for reporting and responding to safety concerns. The overarching aim is to foster a culture of safety while adhering to federal, state, and NASA-specific regulations. This initiative aligns with government RFPs by ensuring compliance and thorough hazard management in service contracts.
    The Environmental Test and Integration Services (ETIS) IV DRAFT Request for Proposal (RFP) outlines NASA's requirements for a contractor to provide personnel, materials, and facilities to perform specified environmental test and integration services at the Goddard Space Flight Center. The RFP includes detailed instructions on various reporting requirements, including financial management reports, material inspections, foreign travel requests, and property management. Contractors must adhere to specific clauses related to cost reimbursement, minimum/maximum order amounts, and safety measures. They are also required to submit monthly and quarterly reports, as well as annual financial statements and equipment usage reports, ensuring compliance with NASA standards. The document highlights the evaluation criteria for proposals and emphasizes the importance of maintaining quality management systems during the contract period. The ETIS IV contract is critical for supporting NASA's objectives and ensuring effective oversight of environmental testing and integration activities.
    NASA is seeking industry feedback on the upcoming Draft Request for Proposal (DRFP) related to a Cost-Plus-Award Fee (CPAF) Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on integration and testing programs. Key areas for feedback include whether the $25M past performance threshold presents a barrier for competitors and the interest in alternative operational models. The acquisition will be executed over a five-year period, with a Phase-In conducted 60 days prior to contract effectiveness. Participation in the bidding process requires compliance with several registries, maintaining a required SECRET facilities clearance, and addressing potential Organizational Conflicts of Interest (OCI). A significant part of the process includes a scheduled Industry Day and opportunities for vendors to submit mitigation strategies for any identified OCIs. The expected release date for the Final RFP is October 2024, with proposals due in about 30 days, and contract awards planned for August 2025. This DRFP does not request proposals but serves to invite comments that may influence final terms and requirements. Interested parties are encouraged to monitor updates and respond within the specified timelines.
    The document is a government solicitation (RFP) issued by NASA for the procurement of supplies or services, identified by solicitation number 80GSFC24R0012. It addresses vendors and instructs them to submit sealed offers, both in original and electronic formats, by a designated deadline, which is to be determined. Contact for inquiries is provided, with Eboni Washington as the primary point of communication. The solicitation includes various sections detailing the procurement process, contract clauses, pricing, requirements for delivery, evaluation factors, and special instructions for bidders. It specifically mentions that this contract is not rated under the Defense Priorities and Allocations System (DPAS), indicating it does not have priority for national defense-related contracts. The document’s structure outlines the schedule for responses, contractual obligations, and factors influencing award decisions, integral for potential offerors to understand the bidding process. The solicitation emphasizes compliance with submission guidelines and highlights the importance of acknowledging any amendments. Overall, this solicitation reflects NASA’s systematic approach to acquiring necessary services or goods while ensuring a clear framework for offerors to follow during the bidding process.
    The Past Performance Questionnaire provides guidelines for evaluating contractors in relation to federal contracts, primarily focused on NASA's Goddard Space Flight Center. The document is structured into several sections, including contract information, a description of services, evaluator details, assessments of the contractor's relevant experience and performance, and overall evaluations of management of cost. Each section outlines specific questions designed to assess various performance metrics related to quality, schedule adherence, cost management, and responsiveness. Key performance indicators include quality of services, timely risk mitigation, understanding of compliance, schedule accuracy, and effective management of contracts and personnel. Ratings range from Very High to Very Low, allowing evaluators to provide nuanced feedback on contractor performance. The evaluation ultimately aims to gather comprehensive data on a contractor's past performance, which influences future contract awards and government procurement decisions. The document emphasizes the importance of past performance as a key criterion for contractor selection, underscoring the necessity for detailed evaluations to ensure effective government service delivery and project management. The collected data will assist in making informed decisions about contractor capabilities, as part of broader federal grant and RFP processes.
    The document presents a Government Pricing Model (GPM) related to the Request for Proposals (RFP), DRFP# 80GSFC24R0012, detailing financial aspects essential for the evaluation of prime offeror submissions. It outlines categories for unburdened Other Direct Costs (ODCs), including materials, travel, and indirect costs associated with both prime and subcontractor proposals. The structure includes entries for contract years, detailing estimated costs on a yearly basis up to five years, encapsulating the total loaded costs and any applicable indirect rates such as General & Administrative (G&A) expenses. This summary captures the essence of cost structure expectations for government contracts, signifying critical elements for compliance and financial planning aimed at ensuring transparency in the procurement process. Moreover, it indicates the importance of adhering to federal acquisition regulations as it contains source selection information. The document's purpose is ultimately to facilitate the bidders’ understanding of the funding framework required in their proposals, optimizing evaluation consistency and financial clarity in federal procurement.
    The document is a comprehensive exhibit associated with RFP# 80GSFC18R0034, providing detailed cost breakdowns for various labor categories within the context of federal contracting. It includes sections on direct labor rates, overhead costs, and indirectly associated expenses such as general and administrative (G&A) costs. The document specifies the required financial components and structures for both prime offerors and significant subcontractors to ensure consistent pricing models across contract years. It outlines labor category specifics, unburdened rates, loading rates, and overarching guidelines for calculating total estimated costs, including additional elements such as fringe benefits, indirect rates, and subcontracting goals for small business firms. This information is crucial for structuring proposals that align with federal requirements and support informed decision-making in the sourcing process. The document underscores the importance of compliance with federal acquisition regulations, and offers a framework for detailed fiscal analysis, facilitating better assessments during proposal evaluations and contract negotiations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FLIGHT DYNAMICS SUPPORT SERVICES (FDSS) IV - 80GSFC24R0027 elibrary
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center is seeking qualified contractors to provide Flight Dynamics Support Services (FDSS) IV under the solicitation number 80GSFC24R0027. The primary objective of this procurement is to deliver comprehensive engineering services related to flight dynamics, including mission analysis, trajectory design, and operational support for various NASA missions, particularly focusing on the On-orbit Servicing, Assembly, and Manufacturing (OSAM-1) mission and the Earth Observing System (EOS) missions. These services are critical for enhancing NASA's capabilities in satellite operations and ensuring the success of ongoing and future space missions. Interested parties should reach out to primary contact Jonnelle Goff at jonnelle.c.goff@nasa.gov or secondary contact Ricarda Mason at ricarda.e.mason@nasa.gov for further details. The contract is expected to have a maximum ordering value of $265 million, with the final Request for Proposals (RFP) anticipated around October 2, 2024, and contract awards planned by August 2025.
    Earth Science Data and Information System (ESDIS) Next (ENX) RFI
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center is seeking information from potential sources for the Earth Science Data and Information System (ESDIS) Next (ENX) project, which focuses on the development and sustaining engineering of software and hardware systems for science data management. The ENX initiative aims to enhance NASA's Earth science data management capabilities by transitioning to cloud-based platforms, improving operational efficiency, and ensuring data integrity and security, while also fostering collaboration with various stakeholders in Earth science research. Interested parties, particularly those from small businesses and underserved communities, are encouraged to submit capability statements and recommendations by September 26, 2024, to Jonathon D. Wingerberg at jonathon.d.wingerberg@nasa.gov, as no solicitation currently exists for this opportunity.
    Zuken DS.E3 License Data and Configuration Management; POP: 10/1/24 - 9/30/25
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of Zuken DS.E3 License Data and Configuration Management tools, aimed at supporting space flight harness design and fabrication at the NASA Langley Research Center in Hampton, VA. This procurement includes the acquisition of various floating licenses, specifically five licenses each for the Framework Engine and Component Master, along with one Engineering Services Package, to enhance NASA's capabilities in aerospace technology. The performance period for this contract is set from October 1, 2024, to September 30, 2025, with proposals due by September 17, 2024. Interested vendors must provide a Unique Entity Identifier (UEI) and adhere to federal procurement regulations, with inquiries directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.
    Final Request for Proposal - Test Facility Operations, Maintenance, and Engineering III (TFOME III)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Glenn Research Center is seeking proposals for the Test Facility Operations, Maintenance, and Engineering III (TFOME III) contract. This procurement aims to secure services related to the operations, maintenance, and engineering of test facilities, which are crucial for supporting NASA's research and development initiatives in the physical, engineering, and life sciences. The opportunity is set aside for 8(a) certified businesses, emphasizing the importance of fostering small business participation in federal contracts. Interested parties should note that the proposal due date has been extended to October 7, 2024, and can reach out to Rita K. Dickens at rita.k.dickens@nasa.gov or by phone at 216-433-3805 for further information.
    Atmosphere Support (ATMOS) Draft Request For Proposal (DRFP)
    Active
    National Aeronautics And Space Administration
    NASA's Goddard Space Flight Center is inviting proposals for the Atmosphere Support (ATMOS) Draft Request For Proposal (DRFP), aimed at advancing atmospheric science research and development within the Earth Science Division-Atmospheres. The procurement seeks to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract, exclusively for small business concerns, to support a range of atmospheric science activities, including instrument development, data analysis, and field campaigns over a five-year period. This initiative is critical for enhancing NASA's capabilities in understanding atmospheric processes and addressing societal issues such as climate change. Interested parties should submit their comments on the DRFP by October 22, 2024, with contract awards anticipated in April 2025. For further inquiries, contact Jeffrey Kirk at jeffrey.s.kirk@nasa.gov or Michelle Padfield at Michelle.R.Padfield@nasa.gov.
    Chamber Services - Pilot Studies
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking quotations for pilot chamber testing services as part of its research on decompression sickness (DCS) related to spaceflight. The procurement involves conducting pilot studies that include three test days, aimed at validating chamber facilities and testing teams, with a focus on enhancing data collection for DCS risk mitigation during space missions. This initiative is crucial for advancing aerospace medicine and ensuring safety in future space exploration efforts. Interested vendors must submit their quotes by September 19, 2024, referencing solicitation ID 80NSSC881004Q, and include their UEI and Cage code for active SAM.gov registration. For further inquiries, contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    Safety and Mission Assurance Services (SMAS) II
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to solicit proposals for the Safety and Mission Assurance Services II (SMAS II) contract at the George C. Marshall Space Flight Center. This contract aims to provide a wide range of safety and mission assurance services, including system safety, reliability, software assurance, and quality engineering, supporting various NASA facilities such as Kennedy Space Center and Michoud Assembly Facility. The anticipated contract, valued at up to $488 million, will be a small business set aside with a single-award indefinite-delivery, indefinite-quantity (IDIQ) structure, and is expected to have an eight-year performance period. Interested parties are encouraged to submit comments on the Draft Request for Proposal (DRFP) by October 4, 2024, with the final RFP expected to be released on or about November 22, 2024. For further inquiries, contact Maranda McCord at maranda.b.mccord@nasa.gov.
    Atmosphere Support (ATMOS) Special Notice
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center is announcing a special notice regarding the Atmosphere Support (ATMOS) procurement. This opportunity aims to inform industry stakeholders about the anticipated acquisition schedule, including the release of a Draft Request for Proposal (RFP) on September 6th, with an eLibrary to follow, and an Industry Day expected around October 1st. The final RFP is projected to be released on November 1st, highlighting the importance of this procurement in supporting NASA's atmospheric research initiatives. Interested parties can reach out to Jeffrey Kirk at jeffrey.s.kirk@nasa.gov for further information.
    FY24 HPE Maintenance Renewal
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking bids for the FY24 HPE Maintenance Renewal, aimed at acquiring essential maintenance services for HPE hardware at the Langley Research Center (LaRC) in Hampton, Virginia. The procurement includes support for various components such as SGI Clusters, servers, power cords, and memory modules, with a performance period from August 1, 2024, to July 31, 2025. This initiative underscores NASA's commitment to maintaining its critical computing infrastructure, which is vital for its research capabilities. Interested vendors should reference RFQ number 80NSSC24878914Q in all correspondence and include their CAGE code in quotes, with inquiries directed to Brianna Faye at brianna.n.ladner@nasa.gov.
    NASA Launch Services II 2024 On-Ramp
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is initiating an on-ramp opportunity for its Launch Services II (NLS II) contract, which remains open until June 30, 2030. This procurement aims to secure launch services from domestic providers capable of delivering payloads of at least 250kg to orbit, adhering to specific risk mitigation categories as outlined in NASA Policy Directive 8610.7D. The NLS II contract is critical for supporting NASA's missions by ensuring reliable access to space through certified launch vehicles. Interested parties must notify NASA of their intent to submit proposals by September 27, 2024, and provide details about their launch vehicle configurations and current flight manifest. For further inquiries, contact Jason R. Siewert at jason.r.siewert@nasa.gov or call 321-407-0250.