NASA MSFC Consolidated Financial Support Services (CFSS)

expired opportunity(Expired)
From: Federal Government(Federal)
MSFCCFSSRFI02112020

Basic Details

started - 24 Feb, 2020 (about 4 years ago)

Start Date

24 Feb, 2020 (about 4 years ago)
due - 26 Feb, 2020 (about 4 years ago)

Due Date

26 Feb, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
MSFCCFSSRFI02112020

Identifier

MSFCCFSSRFI02112020
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Customer / Agency

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (8337)NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (8337)NASA MARSHALL SPACE FLIGHT CENTER (250)
[object Object]

SetAside

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

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

NASA Marshall Space Flight Center (MSFC) is seeking information that will assist the Agency in assessing cost and feasibility of consolidated financial services support for the following NASA Agency Centers: MSFC, Huntsville, AL; Ames Research Center (ARC), Mountain View, CA; Armstrong Flight Research Center (AFRC), Edwards, CA; Glenn Research Center (GRC), Cleveland, OH; Johnson Space Center (JSC), Houston, TX; Kennedy Space Center (KSC), Kennedy Space Center, FL; and Stennis Space Center (SSC), Bay St. Louis, MS. Goddard Space Flight Center’s (GSFC) Program Analysis and Control (PAAC) contract provides financial services support to NASA Headquarters, Langley Research Center (LaRC) and GSFC. All Centers will have the flexibility of using either the CFSS or PAAC contracts.Purpose: This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future nor commit the Government to contract for any
supply or service. Further, NASA/MSFC is not seeking proposals at this time and will not accept unsolicited proposals.Firms are advised that the Government will not pay for any information received or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding firm’s expense.All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the Contract Opportunities website at: https://beta.sam.gov/ for additional information pertaining to this RFI.1.0       DescriptionThe Agency’s Office of the Chief Financial Officer (OCFO) is seeking information regarding professional and technical consolidated financial support services.  The services include but are not limited to: business and resource management, financial reporting and monitoring, policy integration, systems integration, quality assurance integration, and accounting operations.Specific service requirements include:Resource managementBudget formulation, operations, and executionFunds execution and controlMaintaining and updating financial toolsFinancial reporting servicesFunds distribution, internal and external reportingFunds status and monitoring account balancesFinancial reconciliations (including Centrally Billed Account), analysis and reporting        servicesGeneral ledger activitiesData mappingCost accounting and managementEvaluation of compliance with applicable policies and proceduresBusiness information services and systems integrationAudit, assessment, and control activitiesTravel planning, preparation, processing, and reviewing expense reportsPurchase Request creation and routing processReimbursable agreement process support and management servicesLabor processing and analysisEconomic impact studiesBusiness best practices2.0       Requested InformationInterested firms are requested to provide a submission addressing the following information:Ability to meet or exceed the technical services and requirements in Section 1.0 above, including any experience with Chief Financial Office supported systems and processesInterest in submitting a proposal for these services and requirementsRecommendations on acquisition type(s) including, but not limited to, a single or multiple award (e.g., regionalized) approach with associated rationaleRecommended contract type (e.g., fixed price, cost reimbursement), and structure (e.g., mission services; mission and indefinite-delivery, indefinite-quantity (IDIQ); all IDIQ) with associated rationaleTeaming strategiesSummary of corporate capabilities and experience in providing this type of supportRecommended socio-economic set-aside approachCapabilities relative to disparate geographic locationsInformation relative to similar acquisitions performed by other Government agencies   (e.g., two or three factor trade, set-aside approach)Any other potential low-cost solution alternatives3.0       Response InstructionsSpecific instructions for submitting responses are provided below.3.1       General Response Details:3.1.1    The RFI response should be comprised of one technical volume (see RFI Section 3.2), one cover sheet, and the RFI Attachment A, Informational Form. Responses should not exceed six pages (one cover sheet and five technical volume pages).  Responses to the technical volume should be provided in Microsoft (MS) Word 2016 or later and be single spaced utilizing Times New Roman 12-point font.  Attachment A MS Excel spreadsheet contains two tabs and utilizes Time New Roman 8-point font. Attachment A should remain in Times New Roman 8-point font and when printed by the Government, should fit to one 8½ x 14 page.  Column and row sizes should not be changed.  Attachment A is excluded from the page limitation.  The Excel spreadsheet should be submitted unlocked and be formattable.  No additional data other than the information requested should be included in the Attachment.3.1.2    The cover sheet should include the following as a minimum: Name, mailing address, phone number, and e-mail of designated point of contact.3.1.3    Providing data/information that is limited or restricted for use by NASA would be of little value and such restricted/limited data/information is not solicited.3.2       Technical Response Details: The technical volume should provide the information requested in Sections 1.0 and 2.0 and be submitted in accordance with Section 3.1.1 of this RFI.4.0       Response Submission Details: All responses to this RFI should be submitted electronically via e-mail to Ms. Tiffani Danner at tiffani.s.danner@nasa.gov, no later than 12:00 p.m. Central Time (CT), February 26, 2020.

AL  35806  USALocation

Place Of Performance : N/A

Country : United StatesState : AlabamaCity : Huntsville

You may also like

ACE PORTAL SUPPORT SERVICES TASK ORDER UNDER CBP'S EBMSS BPA

Due: 26 Sep, 2024 (in 4 months)Agency: U.S. CUSTOMS AND BORDER PROTECTION

COPS COMMUNICATIONS STRATEGY AND FINANCIAL MANAGEMENT SUPPORT SERVICES CONSULTING SERVICES

Due: 31 Dec, 2026 (in about 2 years)Agency: OFFICES, BOARDS AND DIVISIONS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541611Administrative Management and General Management Consulting Services
pscCode R710Financial Services (includes credit card services and any other financial services. See revision to description for code R703 above)