Langley Logistics Support Services 2 (LSS2)

expired opportunity(Expired)
From: Federal Government(Federal)
LSS2-Sources-Sought_RFI

Basic Details

started - 26 Jan, 2023 (15 months ago)

Start Date

26 Jan, 2023 (15 months ago)
due - 15 Feb, 2023 (14 months ago)

Due Date

15 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
LSS2-Sources-Sought_RFI

Identifier

LSS2-Sources-Sought_RFI
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Customer / Agency

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (8313)NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (8313)NASA LANGLEY RESEARCH CENTER (228)

Attachments (1)

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.

National Aeronautics and Space Administration/Langley Research Center (NASA/LaRC) is issuing this combined Request for Information (RFI)/Sources Sought (SS) to receive input from interested firms for the Logistics Support Services 2 (LSS 2) follow-on procurement. This notice is issued for information and planning purposes, intended to provide industry the opportunity to verify and provide input regarding the reasonableness and feasibility of the current contract structure and PWS requirements. In addition, input from interested sources (both primes and subcontractors) will allow NASA/LaRC to assess the capabilities of industry to meet the LSS 2 requirements, foster partnering among interested firms, and to promote competition.As part of NASA/LaRC’s efforts, this sources sought notice is issued to identify interested sources (prime and subcontractors) and to seek capability statements from interested firms to identify sources capable of satisfying NASA/LaRC’s requirements. This
includes 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. This information will be considered for the purposes of determining the appropriate level of competition and/or small business and HBCU/MSI subcontracting goals for LSS 2.The Government reserves the right to consider a small business and those small business categories in 8(a) Program, Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received.NASA/LaRC anticipates the follow-on procurement to have a 5-year total period of performance (POP) that will include a 2-year base and three 1-year option periods. The anticipated contract type will be firm-fixed price (FFP) for the core services (CLIN 1), a FFP CLIN (CLIN 2) for parts and supplies, and an indefinite delivery/indefinite quantity (IDIQ) component (CLIN 2) to allow for task orders to be issued on a FFP basis.INSTRUCTIONS FOR CAPABILITY STATEMENTS: Interested firms having the required capabilities to meet the LSS2 requirements described herein are provided the opportunity to submit a capability statement and provide additional input requested in this RFI/SS of no more than five (5) pages. Specifically indicate your interest in performing as a prime and/or subcontractor and provide specific details that would demonstrate your firm’s ability to perform all aspects of the effort (see current LSS2 PWS provided for information purposes only).Section 1: Provide the following information regarding your firm: (a) CAGE Code, name and address of firm, point of contact (including phone number and email), size of business, average annual revenue for past 3 years and average number of employees for last 3 years; (b) type of business and number of years in business: indicate large, small, small disadvantaged, 8(a), women-owned, veteran-owned, service-disabled- veteran owned, HUBZone small businesses, and Historically Black Colleges and Universities/Minority Institutions; (c) Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime contractor); and (d) Indicate if your interest is as a potential prime contractor or subcontractor.Specifically, indicate if your firm DOES NOT wish to be placed on an Interested Parties/Sources List. If a firm does not object to being on the LSS2 Interested Parties/Sources List, NASA/LaRC will post the provided company’s name and POC information on sam.gov to foster partnering and subcontracting. There is no requirement to be on the interested sources list to participate in the future. Interested firms may also add their information using the sam.gov “Interested Vendors” function for this acquisition/procurement.Section 2: Detail your firm’s (a) ability to perform all or any aspects of the effort; (b) list of customers covering worked performed within the past three (3) years (if applicable, please list at least 3 customers) highlighting relevant work performed, technical description, contract number, contract type, dollar value of each procurement, NAICS code, and procurement and technical points of contact (email address and phone number). If a small business concern is interested to participate at the prime contractor level, provide specifics details reflecting your capabilities to perform the broad requirements and note the requirement to comply FAR 52.219-14, Limitations on Subcontracting regarding similarly situated firms.Section 3: Provide input regarding the current contract structure, particularly the contract type (FFP for the core services and IDIQ for work that cannot be adequately defined up front).Section 4: NASA/LaRC is transforming as the Agency and Center transform to meet the future state of work related the COVID pandemic. Provide any input that NASA/LaRC should consider how it can more efficiently and effectively meet the LSS2 mission requirements, areas to consider to advance the ability to achieve a hybrid of on and off- site performance recognizing the nature of the LSS2 requirements, and areas NASA/LaRC should consider to modernize its operations across all aspects including the Logistics framework and/or infrastructure.Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101.Separate from the capability statement and associated page limit identified above, NASA/LaRC is also seeking input form industry in support of NASA’s commitment to Diversity, Equity, Inclusion, and Accessibility (DEIA) and Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA/LaRC is seeking input to advance DEIA and remove barriers for members of underserved communities related to this requirement.Interested firms are highly encouraged to gain a full understanding of the EO and NASA’s strategic plans to meet the EO. The following is provided for reference only https://www.nasa.gov/press-release/nasa-launches-mission-equity-seeks-public-input- to-broaden-access. Input is sought for strategies to advance DEIA which includes, but not limited to:Provide input regarding potential barriers to equity and approaches/input that will contribute to the success of the NASA/LaRC mission in an equitable environment in the performance of the LSS2 contract.Approaches that NASA/LaRC can take to foster and advance reaching underserved or underrepresented communities for this procurement opportunity,Strategies NASA/LaRC should consider fostering a more diverse and inclusive contractor/subcontractor workforce,Considering the cumulative scope of the LSS2 requirements, what challenges and opportunities should be considered by NASA/LaRC to maximize opportunities for small business concerns?Novel/innovative contracting strategies that NASA/LaRC should consider making it more conducive for small businesses to participate in this procurement, including approaches to streamline the pre-award competitive process (e.g., industry conferences, proposal instructions) and post-award activities/requirements (e.g., reporting).Estimated award date for this contract is on/about June 30, 2023.This synopsis 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. With the exception of the Interested Parties/Sources List that the government does intend to post on sam.gov unless a firm indicates otherwise, NASA/LaRC will not affirmatively release any information received in response to this RFI/SS to the public but may use information received in developing the best approach for a contract strategy, and therefore such information may be recognizable to the interested party who submitted it. Any information submitted in response to this RFI/SS that is marked as “Confidential Commercial or Financial Information” will be considered as voluntarily submitted in accordance with the Freedom of Information Act.No solicitation exists; therefore, do not request a copy of a solicitation. If additional information is released it will be available on www.sam.gov. It is the interested firm’s responsibility to monitor this website for the release of information, synopsis, and/or solicitation. Potential offerors will be responsible for downloading their own copy of all information. Interested firms are encouraged to select “Follow” in SAM.GOV for the posting of this acquisition/procurement to receive updates and changes.All responses should be directed to the point of contact identified below. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by NASA to form a binding contract. NASA is under no obligation to issue a solicitation or to award any contract on the basis of this RFI/SS. NASA will not pay for any information solicited under this RFI/SS. Although NASA LaRC will consider all information provided by potential sources, respondents will not be notified of the results of the review.Responses shall be submitted in writing, via email, to LaRC-LSS2@mail.nasa.govPlease reference “LSS2 RFI-SS” in any response.

Hampton ,
 VA  23681  USALocation

Place Of Performance : N/A

Country : United StatesState : VirginiaCity : Hampton

You may also like

Wastewater Asset Management Support Services

Due: 15 May, 2024 (in 19 days)Agency: City of Gresham - Purchasing Office

DEPARTMENT OF STATE USLC HAGERSTOWN WAREHOUSE SUPPORT SERVICES IDIQ CONTRACT.

Due: 28 Feb, 2029 (in about 4 years)Agency: STATE, DEPARTMENT OF

LABOR AND LOGISTICS SUPPORT SERVICES

Due: 30 Apr, 2024 (in 4 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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

Classification

naicsCode 541614Process, Physical Distribution, and Logistics Consulting Services
pscCode R706Logistics Support Services