Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2009 FBO #2827
SOLICITATION NOTICE

A -- OPEN INNOVATION SUPPORT SERVICES

Notice Date
8/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ09304631R
 
Response Due
8/28/2009
 
Archive Date
8/19/2010
 
Point of Contact
Ann E. Bronson, Contracting Officer, Phone 281-483-9889, Fax 281-244-5331, Email ann.e.bronson@nasa.gov - Perry L Mueller, Contract Specialist, Phone 281-483-7158, Fax 281-244-0995, Email Perry.l.mueller@nasa.gov<br />
 
E-Mail Address
Ann E. Bronson
(ann.e.bronson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial services/itemsprepared in accordance with the format in FAR Subpart 12.6, as supplemented withadditional information included in this notice. This announcement constitutes the onlysolicitation; a separate solicitation will not be issued.NASA/Johnson Space Center (JSC) has a requirement for an Open Innovation Service Providerwith an extensive external network that can be used to introduce collaborationopportunities to the public. Specifically, NASA JSC is looking for an offeror thatsupports a network of experts that can facilitate solutions to a vast array of issues andchallenges facing the future of human health and performance in spaceflight. Challengesare of varied type and difficulty and could include technological, biological, or humanmodeling needs. The potential offeror will provide NASA JSC with the methodology andinfrastructure to facilitate Open Innovation within the organization and for solutions tooutsourced challenges or problems.NASA JSC is seeking to establish initial success criteria with pilot participation of upto 6 challenges/problem statements. The potential offeror will be required to providefull support to NASA JSC for development, review and vetting, maintenance of challengestatement and award to winning solution provider. If process training is necessary, thepotential offeror must be prepared to provide all training presentations and materials toNASA JSC for a minimum team size of 10 personnel. This training will be expected to bedelivered onsite at NASA JSC in Houston, Texas. The potential offeror will also berequired to submit a final evaluation report of the initial challenge pilot postings,outlining strengths and weaknesses and areas for improvement if continued collaborationwere to be considered.Examples of the types of challenges/problem statements consideredby NASA JSC are: real time acoustic monitoring, medication and medical consumabletracking system, 02 concentrator, computer based technology that supports consistencychecking for design of automated systems in the design phase, extended-life cheeseproduct, and food packaging systems that reduce oxygen content in final package to lessthan 1%. Responses to this solicitation are to be broken up into two sections, technical and cost. Responses are limited to 15 pages. The page limitations do not apply to the costportion of the responses. A page is defined as one side of a sheet, 8 1/2" X 11", withat least one-inch margins on all sides, using no smaller then 12-point font type, withthe exception of no smaller than 10 point font for tables and figures. The technical section of the responses shall include the following information: (1) 3examples of successful challenges (i.e., challenges that ended with an award), (2) 3examples of unsuccessful challenges (i.e., challenges that did not end in a reward and/orterminated early or re-scoped), (3) background on solution providers-description andnumber of solution providers within the network and community approach. This includescontinued efforts and outreach for growing the network.The cost section of the responses shall include detailed cost regarding: (1) Overhead/Enrollment/Member fee cost and the cycle of costs for collaboration, (2) Costper challenge that is broken down for different challenge types and difficulty levels,(3) cost for continued support through the posting process, (4) cost fortraining/materials, and (5) travel costs to and from NASA JSC.Responses shall address all of the information described above. Failure to do so coulddeem the response to be inadequate for evaluation purposes.Responses will be evaluated on technical and cost merit. Technical merit is consideredto be more important than cost. It is critical that offeror's provide adequate detail toallow evaluation of their offer. (See FAR 52.212-1(b)).This announcement constitutes the only solicitation; offers are being requested and aseparate written solicitation will not be issued. Multiple awards may be made with thissolicitation.All contractual and technical questions must be in writing (via email) to Lamar Muellerat perry.l.mueller@nasa.gov no later than 12 noon local Houston time, August 21, 2009. Telephone questions will not be accepted. Any referenced notes may be viewed at the following URLs linked below.It is thepotential offeror's responsibility to monitor these sites for the release of any updates.The provisions and clauses in the RFP are those in effect through FAC 2005-36. All responsible sources may submit an offer which shall be considered by the agency.Offeror's for the service(s)/items described above are due NLT 12:00 PM CST on August 28,2009, to Ann E. Bronson @ ann.e.bronson@nasa.gov and must include solicitation number,discount/payment terms, taxpayer identification number (TIN), and be signed by anauthorized company representative. Offeror's shall provide the information required by FAR 52.212-1 (June 2008). Instructions to Offeror's-Commercial Items, which is incorporated by reference. Addendato FAR 52.212-1 are as follows:If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act--Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Item is applicable. Addenda to FAR 52.212.4 are as follows:FAR 52.212-5 (AUG 2009), Contract Terms and Conditions Required to Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36,52.225-1, 52.232-34.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html.The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Offeror's must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the Internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract. The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13.An ombudsman has been appointed - See NASA Specific Note "B".Prospective offeror's shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. Potentialofferor's will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ09304631R/listing.html)
 
Record
SN01918574-W 20090821/090820001515-3a6306d253230d8e0b09dddd42a4895a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.