Safety and Mission Assurance Services (SMAS) II
ID: 80MSFC24R0002Type: Sources Sought
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA MARSHALL SPACE FLIGHT CENTERHUNTSVILLE, AL, 35812, USA
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Aeronautics and Space Administration (NASA) is preparing a Draft Request for Proposal (DRFP) for Safety and Mission Assurance Services II (SMAS II) at the George C. Marshall Space Flight Center. The DRFP invites comments from potential offerors on various aspects, including technical requirements and perceived risks related to safety, security, and environmental concerns. The final Request for Proposal (RFP) is scheduled for release by November 22, 2024, with proposals due approximately 45 days later. The anticipated contract, valued at a maximum of $488 million, includes multiple task orders operating under indefinite delivery/indefinite quantity (IDIQ) structures, covering various NASA facilities. The successful contractor will be required to meet Equal Employment Opportunity (EEO) clearances, submit proposals electronically via NASA's Enterprise File Sharing System, and navigate organizational conflict of interest considerations. Key details include a phase-in period, government-furnished property provisions, and contractual obligations for safety, health, and environmental mandates. This DRFP serves as a precursor to the final solicitation and does not impose any contractual obligations or request proposals at this stage.
    The document details the Request for Proposals (RFP) number NNM16577788R concerning contract cost calculations and rate development for a NASA program. It includes various tabs related to cost aspects, such as total expenses, labor rates, overhead, fringe benefits, and indirect rates, specifically for contractors and subcontractors. Offerors must input data highlighting their share of effort, labor categories, and associated costs across multiple states like Alabama, California, Florida, Louisiana, Mississippi, and Utah. Key sections require completion of direct labor costs, fringe, overhead, and general and administrative (G&A) costs over four years and various options. Additionally, it outlines parameters for determining composite IDIQ rates and contract management overhead. It mandates the inclusion of prior fiscal data to justify proposed rates, aiming for transparency and consistency in federal funding. The overall purpose of this document is to guide contractors in submitting compliant proposals that detail their budgetary requirements and projected costs throughout the duration of the contract, ensuring alignment with federal regulations and expectations.
    The document outlines the Request for Proposal (RFP) process related to contract pricing models for a federal project under the S&MA RFP Number 80MSFC24R0002. It details the structure for calculating total costs associated with a contract, specifically emphasizing the Prime Offeror's responsibility for mapping labor categories to standardized rates provided by NASA. The document includes instructions for filling in various tabs related to labor costs, overhead rates, fringe benefits, and subcontractor contributions, as well as the computation of burdened labor rates over multiple years. Key elements include the total cost calculations for different components (labor, travel, training, etc.) over the four-year project timeline alongside specified award fee percentages. Each tab contains formulas and grids for manually entering data, ensuring accurate reconciliations with subcontractor estimates. Sections dedicated to contractor audits and productive hours highlight compliance with federal requirements and serve as a guide for Ministerial pursuits in cost estimations. This comprehensive framework ensures clarity in labor and cost assignments, integral for formal contract negotiations and compliance in federal procurement processes.
    This document presents an inventory of government property, detailing multiple items including monitors, printers, projectors, scanners, computers, and inspection systems, along with their manufacturers, years of manufacture, model and serial numbers, Federal Supply Codes (FSC), and acquisition costs. The inventory features various technologies utilized by governmental agencies, highlighting a range of values from $680 for projectors to up to $316,980 for a specific phased array ultrasonic inspection system. It includes equipment manufactured from 1987 to 2024, underscoring the diversity of items acquired over time for different applications. This extensive listing serves to track government assets and provides potential bases for future federal grants, RFPs, or inter-agency financial planning. Overall, the document is structured as a detailed registry of items and their specifications, essential for compliance and oversight in managing public resources effectively.
    Lifecycle
    Similar Opportunities
    Facilities And Operations Maintenance Support Services II (FOMSS II)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors to provide Facilities Operations and Maintenance Support Services II (FOMSS II) at the George C. Marshall Space Flight Center (MSFC) in Huntsville, Alabama. The contract aims to deliver comprehensive operations, maintenance, and repair services for a diverse campus comprising approximately 344 structures, including complex aerospace facilities and environmental management tasks related to hazardous waste. This competitive acquisition is designated as an 8(a) set-aside, with a total estimated value of $110 million over a five-year period, including a 45-day phase-in and multiple option years. Interested parties must submit their comments on the Draft Request for Proposal (DRFP) by August 29, 2024, and proposals are anticipated to be due by October 11, 2024. For further inquiries, contact Noeleen Laughlin at noeleen.laughlin@nasa.gov or Joseph R. Tynes at joseph.r.tynes@nasa.gov.
    Safety and Mission Assurance Services (SMAS) III e-Library
    Active
    National Aeronautics And Space Administration
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking Safety and Mission Assurance Services (SMAS) III e-Library. This service involves the creation of an electronic library of supplemental information for safety and mission assurance purposes. The library will provide access to important resources and documents related to safety and mission assurance. The procurement is set aside for small businesses. The place of performance is Greenbelt, MD, USA (zip code: 20771). For more information, please contact Miranda G. Meyer at miranda.g.meyer@nasa.gov or Nancy J. Lindsey at nancy.j.lindsey@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.
    Draft Request for Proposal for NASA LARC Center Maintenance, Operations, And Engineering (CMOE) II
    Active
    National Aeronautics And Space Administration
    Sources Sought NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking input from interested firms for the Center Maintenance, Operations, And Engineering (CMOE) II follow-on procurement. The procurement is for technical services to support NASA/LaRC in the areas of institutional and research operations, maintenance, and engineering. These services include research facilities operations, central utilities operations, technology development/administration, research and institutional facility maintenance, and facility engineering. Interested firms are encouraged to submit a capability statement and provide input on the current contract structure, contract type, performance period, and strategies to advance Diversity, Equity, Inclusion, and Accessibility (DEIA). The estimated award date for this contract is on/about October 1, 2023.
    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.
    2025 Request for White Papers: NASA SBIR Phase II Sequential Awards
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is soliciting white papers for the 2025 Request for White Papers: SBIR Phase II Sequential Awards, aimed at small businesses with prior NASA SBIR Phase II awards. The initiative seeks to evaluate existing technologies that demonstrate potential for risk reduction and align with NASA's objectives, with funding amounts ranging from $2.5 million to $4 million for selected proposals. This opportunity is critical for advancing technologies in three specific Technical Need Areas (TNAs): Entry, Descent, and Landing Flight Instrumentation, Nuclear Electric Propulsion Subsystems, and Lunar Surface Power Management and Distribution Technologies. Interested firms must submit their white papers electronically by September 23, 2024, and can contact Kenneth E. Albright at kenneth.e.albright@nasa.gov or Steven Brockway at steven.m.brockway@nasa.gov for further information.
    Spaceport Operations and Center Services (SOCS)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to issue a Request for Proposal (RFP) for Spaceport Operations and Center Services (SOCS) at the Kennedy Space Center in Florida. The procurement aims to secure services related to the maintenance and operations of NASA facilities, infrastructure, utilities, logistics, and spaceport integration. These services are critical for supporting NASA's ongoing missions and ensuring the operational readiness of its spaceport facilities. The anticipated release date for the RFP is on or about August 29, 2024, with proposals due by October 31, 2024. Interested parties can reach out to Daniel Hinsley at ksc-socs-info@mail.nasa.gov for further information.
    NEXT GENERATION SCALABLE DATA ENGINEERING, OPERATIONS, AND INFORMATICS SUPPORT FOR OPEN SCIENCE (NEXT GEN)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the Next Generation Scalable Data Engineering, Operations, and Informatics Support for Open Science (Next Gen) initiative, aimed at enhancing its data science capabilities. This procurement focuses on providing resources to the Interagency Implementation and Advanced Concepts Team (IMPACT) in areas such as science informatics, machine learning, and scientific data management, with an emphasis on utilizing advanced techniques to maximize the scientific return from Earth science data. The contract will be structured as a total small business set-aside, with an estimated value of $76 million over a five-year period, from August 15, 2025, to September 30, 2030. Proposals are due by October 16, 2024, and interested parties should contact Brad Vest at Bradley.D.Vest@nasa.gov for further information.
    Aeronautics and Exploration Mission Modeling and Simulation (AEMMS) Extension 5
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the Aeronautics and Exploration Mission Modeling and Simulation (AEMMS) contract with Science and Technology Corporation (STC) on a sole source basis. This extension is necessary to continue critical mission work related to various projects, including Artemis, Air Traffic Management, and Mars Rotorcraft Technology Development, for an additional eight months, from December 1, 2024, through July 31, 2025, if all options are exercised. The Government intends to evaluate capabilities and qualifications from interested organizations to determine if a competitive acquisition is warranted, with submissions due by 5:00 PM PDT on October 2, 2024. For further inquiries, interested parties may contact Rachel Jandron at Rachel.A.Jandron@nasa.gov or Shane Chapman at shane.p.chapman@nasa.gov.
    Contract for Organizing Spaceflight Mission Operations and Systems (COSMOS)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the Contract for Organizing Spaceflight Mission Operations and Systems (COSMOS) at the Johnson Space Center in Houston, Texas. This procurement aims to provide technical, managerial, and administrative support to ensure the integrity, reliability, and security of mission systems for NASA's space flight programs, including the International Space Station and the Moon to Mars initiatives. The COSMOS contract is anticipated to be a single-award, Cost-Plus-Award-Fee (CPAF) contract with various elements, including Cost Reimbursable Delivery Orders, and will require compliance with specific security and performance standards. Interested parties must submit their capability statements by March 11, 2024, and can direct inquiries to Andrea De Paz at jsc-cosmos@mail.nasa.gov or by phone at 281-244-5472.