FBO Notice Date 11/06/19
BIDS Reference Number 406
Document Type: Modification
Professional, Administrative, And Management Support Services

National Aeronautics and Space Administration, Marshall Space Flight Center, Office of Procurement, 35812

R -- Consolidated Program Support Services (CPSS) Program, Planning, andControl (PP&C) SOL 80MSFC19R0010PRESOL DUE 111819 POC Jennifer A. Jones, Contracting Officer, Email jenny.a.jones@nasa.gov - Deborah L. Robertson, Senior Contract Specialist, Email deborah.l.robertson@nasa.gov

The National Aeronautics and Space Administration (NASA) George C. Marshall Space Flight Center (MSFC) is issuing this solicitation for the Consolidated Program Support Services (CPSS) Program, Planning, and Control (PP&C) acquisition activity. The CPSS acquisition includes three separate Source Evaluation Boards (SEBs) for the following disciplines:

Program, Planning, and Control (PP&C)
Project Coordination (PC)
Configuration and Data Management (CDM)

This posting includes the Final Request for Proposal (RFP) for CPSS PP&C. The period for questions or comments relative to this acquisition has closed. At this time, the Government is no longer accepting additional questions or comments in relation to the solicitation.

This solicitation is for the CPSS PP&C acquisition which is the follow-on competition for the existing Marshall Integrated Program Support Services (MIPSS) PP&C task order and MIPSS Programmatic Subject Matter Expert (SME) task order.

CPSS PP&C includes PP&C integration, Earned Value Management (EVM), cost estimating, cost analysis, and scheduling. The PP&C integration discipline includes programmatic services supporting managers and decision makers for all aspects of program performance including planning, budgeting, scheduling, cost control, EVM, full cost accounting and budgeting implementation, workforce tracking and analysis, and risk management. The EVM discipline provides support in the area of EVM processes, analyses, and assessments including the Integrated Baseline Review (IBR) process per the NASA IBR Handbook, and surveillance and compliance activities per Electronic Industries Alliance EIA-748, Earned Value Management Systems, as well as training of EVM processes and tools. The Cost Estimating and Cost Analysis discipline provides support to program and projects in determining life-cycle costs (LCCs) and provides independent cost assessments of on-going projects. Within the PP&C cost estimating and analysis discipline, support for resource data storage and retrieval library will be required. The Resource Data Storage and Retrieval (REDSTAR) Library is a physical and online storage location for documents containing cost, schedule, technical, and programmatic data on NASA and non-NASA projects, along with studies, cost estimates, and other documents of interest to the NASA cost estimating community. The scheduling discipline provides support in the areas of WBS and schedule development, maintenance, analysis, assessments to include schedule risk assessments, and training.

CPSS SME discipline provides highly qualified experienced SME support to program management including, but not limited to, mentoring, strategic program and project planning and alternatives analysis, program cost and schedule projections, project review, and special studies as requested by the Government.

The CPSS PP&C acquisition is a total small business set-aside.

The CPSS PP&C contract will provide Mission Service PP&C support forMSFC and Johnson Space Center (JSC); however, it will include an indefinite-delivery, indefinite-quantity (IDIQ) component to provide additional PP&C support service and SME support Service to MSFC and any other NASA Centers, includingComponent Facilities and Technical & Service Support Centers, as identifiedin subsequent awarded task orders, and at such other locations as may be approved in writing by the Contracting Officer. The CPSS PP&C contract period of performance will include a one-year base period and four one-year option periods (to be exercised at the Government's discretion). The Mission Services and IDIQ portions of the contract are anticipated to be firm-fixed-price and the SME IDIQeffort is anticipated to be Time and Materials (T&M). Performance-based deductions will apply to the contract in its entirety.

Potential offerors shall possess an active Top Secret Facility Clearance (FCL) by the due date for receipt of proposals. Unpopulated Joint Venture (JV) offerors must have Top Secret FCLs for each member of the JV by the specified due date. Utilizing the CAGE code(s) provided, the Government will verify that the offeror possesses an active FCL using the Defense Counterintelligence and Security Agency's (DCSA) National Industrial Security System (NISS). No offeror will be considered for award that does not have a Top Secret level FCL in place by the due date for receipt of proposals.

Previous postings for this requirement include:

1. On September 18, 2018, a Request for Information/Sources Sought Notice (Reference Number: MSFC-PS22-CPSS) was posted on FedBizOpps requesting capability statements from small businesses with a due date of October 3, 2018. On September 28, 2018, an amendment was released to extend the response date to October 9, 2018, and provide supplemental technical requirement information.

2. On November 9, 2018, a Special Notice (Reference Number: MSFC-PS22-CPSS-SN001) was posted on FedBizOpps to inform industry of the anticipated three contract approach and socioeconomic opportunites for each contract.

3. On August 5, 2019, the Draft Request for Proposal (DRFP) (Reference Number: 80MSFC19R0010) was posted on FedBizOpps to solicit comments from industry forconsideration in developing the final solicitation.

4. On August 13, 2019, the DRFP Industry Overview chart package (Reference Number: 80MSFC19R0010) was posted on FedBizOpps to highlight acquisition requirements and key unique aspects of the solicitation and serve as an aid in preparation of proposals.

5. On October 4, 2019, the final RFP (Reference Number: 80MSFC19R0010) was posted on FedBizOpps.

6. On October 25, 2019, Amendment P00001 to the final RFP 80MSFC19R0010 was posted on FedBizOpps.

7. On October 30, 2019, Amendment P00002 to the final RFP 80MSFC19R0010 was posted on FedBizOpps.

8. On November 1, 2019, Amendment P00003 to the final RFP 80MSFC19R0010 was posted on FedBizOpps.

The Government intends to solicit offers using Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation and NASA FAR Supplement (NFS) 1815, Contracting by Negotiation. All responsible sources may submit an offer in response to the solicitation which will be considered by the Agency.

The solicitation and documents related to this procurement will be availableat the Federal Business Opportunities (FedBizOpps.gov) website https://www.fbo.gov. Potential offerors must monitor the FedBizOpps website for updates related to this acquisition.

NASA FAR Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.

Telephone inquiries will not be accepted or acknowledged. All communication must be submitted in writing by e-mail to Jennifer.A.Jones@nasa.gov.

It is the offeror's responsibility to monitor the FedBizOpps for the releaseof the solicitation, including amendments (if any).

CITE: https://www.fbo.gov/notices/8b5db66a8a8f15874b2e284c1c0e741aSET-ASIDE: Total Small Business