MSFC Logistics Support Services II (MLSS II)
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Original)
- Original Published Date: Jul 07, 2023 10:16 am CDT
- Original Date Offers Due: Aug 07, 2023 02:00 pm CDT
- Inactive Policy: Manual
- Original Inactive Date: Jul 07, 2024
- Initiative:
- None
Classification
- Original Set Aside: 8(a) Set-Aside (FAR 19.8)
- Product Service Code: R706 - SUPPORT- MANAGEMENT: LOGISTICS SUPPORT
- NAICS Code:
- 561210 - Facilities Support Services
- Place of Performance: Huntsville , AL 35808USA
Description
The National Aeronautics and Space Administration (NASA) Request for Proposal (RFP) for the MSFC Logistics Support Services II (MLSS II) acquisition has been released.
The principal purpose of this requirement is to provide logistics support services. Logistics support services cover the areas of management, disposal operations, equipment management, mail management, supply and materials management operations, transportation management, and other specialty services.
NASA is conducting this acquisition as an 8(a) set-aside competition. The North American Industry Classification System (NAICS) code for this acquisition is 561210, Facilities Support Services, and the small business size standard is $47M.
This competitive acquisition will result in a commercial services, single-award indefinite-delivery, indefinite-quantity (IDIQ) contract with firm-fixed price (FFP) and time-and-materials (T&M) task orders. The contract will have an ordering period of five years from the contract effective date. This competitive acquisition will be conducted in accordance with FAR Part 12 and NFS Part 1812, in conjunction with FAR Part 15 and NFS Part 1815. Evaluation of offers will be conducted in accordance with NFS Subpart 1815.370, NASA Source Evaluation Boards.
Offerors are encouraged to refer to Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items, in particular paragraph (g), which states that the Government intends to evaluate offers and award a contract without discussions with offerors.
Documents related to this acquisition, including this letter, the solicitation, attachments, any amendments will be attainable electronically through the Government-wide point of entry website at https://SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates.
NASA FAR Supplement (NFS) clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf
In accordance with NFS 1815.201(f), a “Blackout Notice” has been issued to NASA personnel. All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Officer listed below. Proposals submitted in response to this solicitation shall be due no later than August 07, 2023, 2:00 p.m., Central Time. All questions regarding this RFP should be submitted in writing, electronically to Max D. Ledesma, Contracting Officer, at Max.D.Ledesma@nasa.gov, not later than July 14, 2023, 5:00 p.m., Central Time, in accordance with Section L, MSFC provision 52.205-90, Designated Point of Contact. Offerors are encouraged to submit questions as soon as possible for consideration.
This RFP does not commit NASA MSFC to pay any proposal preparation costs, nor does it obligate NASA MSFC to procure or contract for these services. This request is not an authorization to proceed and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation.
Thank you for your support. We look forward to receiving your proposals.
Attachments/Links
Contact Information
Contracting Office Address
- HUNTSVILLE AL 35812
- HUNTSVILLE , AL 35812
- USA
Primary Point of Contact
- Max Ledesma
- max.d.ledesma@nasa.gov
Secondary Point of Contact
- Samuel P. Mcilvoy
- Samuel.P.Mcilvoy@nasa.gov
History
- Oct 03, 2024 10:55 pm CDTSolicitation (Updated)
- Jul 07, 2024 10:55 pm CDTSolicitation (Updated)
- Apr 19, 2024 10:55 pm CDTPresolicitation (Updated)
- Aug 23, 2023 11:46 am CDTSolicitation (Updated)
- Aug 22, 2023 01:28 pm CDTSolicitation (Updated)
- Aug 17, 2023 03:08 pm CDTSolicitation (Updated)
- Aug 14, 2023 03:57 pm CDTSolicitation (Updated)
- Aug 07, 2023 04:56 pm CDTSolicitation (Updated)
- Aug 01, 2023 01:32 pm CDTSolicitation (Updated)
- Jul 07, 2023 10:16 am CDTSolicitation (Original)