United States - Evolution and Development 3 (EED-3)
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 12 August 2019
- Opportunity publication date
- 10 July 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Jul 09, 2019 12:21 pm
Request for Information:
Date: July 09, 2019
Title: EED-3
Reference Number: RFI-2019-EED3
RFI Responses Due Date: August 12, 2019
REQUEST FOR INFORMATION (RFI).
The National Aeronautics and Space Administration (NASA), Goddard Space Flight Center (GSFC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for an anticipated Cost Plus Award Fee (CPAF) contract for the Earth Observing System Data and Information System (EOSDIS) Evolution and Development (EED)-3 program. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.
GSFC is soliciting information through this RFI to survey vendor capabilities in preparation and support of the development of an acquisition strategy and for a potential, future release of a Request for Proposal (RFP) for the EED-3 program. The purpose of this program is to provide the development and sustaining engineering of software and hardware systems that provide science data management for the EOSDIS Project. A major activity under this project will be for evolution and development engineering of several on premise and commercial cloud based systems. More details concerning this requirement are within the attached Draft Statement of Work (SOW).
No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps. It is the potential Offeror's responsibility to monitor this site for the release of any solicitation or synopsis.
Interested offerors/vendors having the required specialized capabilities to meet the above requirement shall submit a capability statement of ten (10) pages or less, indicating the ability to perform all aspects of the effort described herein.
For all of the responses, all offerors/vendors shall provide cost and schedule information as follows:
a. Provide a cost estimate and phasing. Please identify price drivers.
b. Provide a schedule estimate including identification of key milestones and deliveries.
c. Identify options for mitigating risk, including technical trades, cost, and schedule risk mitigations.
Additionally, all offerors/vendors responding to this notice shall:
a. Demonstrate their capabilities to perform the above requirement by matching their responses directly to the corresponding requirement in Section 3.0 of the Draft SOW. Each area or capability must be clearly marked so it can easily be traced to the corresponding section of the SOW. For example, capabilities relating to 3.1, Program Management shall be provided first, followed by 3.2, Transition of Engineering Responsibilities and so forth. Additionally, these responses shall include a matrix showing its relevant contracts and subcontracts for the SOW areas 3.1 through 3.8 to which they pertain.
b. Address their capability to provide operational reliability and robustness in managing a complex system which ingests, processes, archives, and distributes data from a large number of sources, as well as simplicity and straightforwardness for a significant number of individual and institutional users. Describe how your approach could adapt to growth in the user community, changes in the systems interfaces, and changes in technology.
c. Demonstrate their experience with Agile methodologies (e.g. Scrum, Kanban, Lean, SAFe, etc.) and their capabilities to apply Agile methodologies in their general Product development process.
d. Demonstrate their experience in transitioning to a commercial cloud environment, including cloud-native development as well as migration of existing software.
While our intent may be to team with an industry partner(s), we are not bound by this RFI to do so. This is not a Request for Proposal, nor a Request for Quotation, nor an Invitation to Bid. Therefore, this RFI is not to be construed as a commitment by the Government to enter into a contract nor will the Government pay for information provided in response to this RFI.
The North American Industry Classification System (NAICS) code for this procurement is 541512, Computer Systems Design Services with a size standard of $27.5M dollars.
Estimated award date for this contract is August, 2020.
Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). In addition, please let the contacts below know if you are interested in responding to this RFI prior to the deadline. Notification of interest will allow us to provide updated/revised information to the requirements and questions below.
Procurement related questions should be directed to:
Malika T. Graham
Contracting Officer
NASA/Goddard Space Flight Center
8800 Greenbelt Road
Greenbelt, MD 20771
Phone: 301.286.8162
E-mail: malika.graham@nasa.gov
Technical questions should be directed to:
Stephen Berrick
Earth Science Data and Information System (ESDIS)
Mailstop: 423
NASA/Goddard Space Flight Center
8800 Greenbelt Road
Greenbelt, MD 20771
Phone: 301.614.5924
Email: stephen.w.berrick@nasa.gov
This requirement is not considered a commercial item.
It is not NASA's intent to publicly disclose vendor proprietary information obtained during this solicitation. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondent as "Proprietary or Confidential" will be kept confidential.
Comments and suggestions for improving the requirements documents are always encouraged and solicited.
All responses shall be submitted to Malika Graham via electronic mail (in either Microsoft Word or ADOBE PDF format) to the e-mail address above no later than 12:00 PM (NOON) EDT on August 12, 2019. Please reference RFI-2019-EED3 in any response.
- Opportunity closing date
- 12 August 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- National Aeronautics and Space Administration Code 210.Y United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.