Consolidated Program Support Services Program Planning & Control II (CPSS PP&C II)
ID: 80MSFC25R0011Type: Solicitation
Overview

Buyer

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

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    NASA's Marshall Space Flight Center is soliciting proposals for the Consolidated Program Support Services Program Planning & Control II (CPSS PP&C II), aimed at providing Program Planning and Control (PP&C) and Programmatic Subject Matter Expert (SME) services. The contract will encompass various PP&C disciplines, including program analysis, earned value management, cost estimating, scheduling, and risk analysis, essential for supporting NASA's extensive programs. This competitive acquisition is set aside for small businesses and will result in a single-award indefinite-delivery, indefinite-quantity contract with a maximum value of $400 million, with proposals due by July 28, 2025. Interested offerors should direct inquiries to Charlene Booth at charlene.c.booth@nasa.gov and ensure compliance with all solicitation amendments and requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA's Marshall Space Flight Center has issued a Request for Proposal (RFP) for the Consolidated Program Support Services (CPSS) Program Planning & Control (PP&C) II. The solicitation seeks proposals to provide personnel support for various functions, including program analysis and cost management, with a focus on small business participation. The contract will be indefinite delivery indefinite quantity (IDIQ) with a two-year base period and three one-year options, anticipated to be awarded in March 2026. This acquisition, requiring a Top Secret facility clearance and addressing potential organizational conflicts of interest (OCI), is crucial for supporting NASA's extensive programs across multiple centers. Offerors must ensure adherence to solicitation guidelines, including past performance volume requirements and submission protocols via NASA's secure EFSS Box platform. The RFP emphasizes the necessity for a thorough review of all solicitation documents and highlights the importance of providing Past Performance Questionnaires from references before the proposal deadline. This process aims to enhance competition by including flexibility in subcontracting while maintaining quality assurance through performance history evaluations. Proposals are due by July 28, 2025, encouraging timely participation and engagement with the RFP requirements, ensuring readiness for a successful proposal submission.
    The government document outlines the solicitation for a contract (80MSFC25R0011), primarily focused on Program Planning and Control (PP&C) and Programmatic Subject Matter Expert (SME) support services. It describes the contract's structure, which includes different periods of performance: a phase-in period from June to August 2026, a base period from September 2026 to May 2028, and three option periods extending to May 2031. The contract utilizes both firm fixed-price and cost-plus-fixed-fee pricing models, with a maximum not-to-exceed value of $400 million. Key clauses cover funding, inspection, equipment marking, data delivery, and contractor performance expectations, emphasizing compliance with various NASA procedural requirements. It also specifies contractor obligations regarding security, workforce management, and environmental stewardship in accordance with applicable laws. The document serves as a formal request for proposals (RFP), aimed at ensuring efficient execution of government projects, adherence to stringent safety and regulatory guidelines, and fulfillment of NASA's mission objectives through effective contractor partnerships.
    The document details an amendment related to the solicitation process for a federal contract, primarily focusing on revisions to the Excel Pricing Model, Attachment J-18. Key adjustments pertain to Tabs A, B, and I, where missing formulas have been corrected or added. It is crucial for offerors to acknowledge this amendment in their proposal submissions, as failure to do so may render their proposals unacceptable and ineligible for award. The deadline for submitting questions has passed, indicating that no further inquiries will be entertained. Offerors must include the revised pricing model in their proposal's Cost Volume (Volume II) to comply with the solicitation requirements. All other terms and conditions of the original solicitation remain unchanged, ensuring continuity and adherence to previously established guidelines.
    Similar Opportunities
    Loading similar opportunities...