Skip to main content

An official website of the United States government

You have 2 new alerts

JSC Logistics Operations (JLO)

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: Sources Sought (Original)
  • Original Published Date: Nov 21, 2024 01:18 pm CST
  • Original Response Date: Dec 06, 2024 03:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 06, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: R706 - SUPPORT- MANAGEMENT: LOGISTICS SUPPORT
  • NAICS Code:
  • Place of Performance:
    Houston , TX 77058
    USA

Description

SOURCES SOUGHT SYNOPSIS

The National Aeronautics and Space Administration’s (NASA) Lyndon B. Johnson Space Center (JSC) is issuing this sources sought synopsis as a means of conducting market research to identify 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 & Universities (HBCU)/Minority Institutions (MI) having an interest in and the resources to support this requirement for the follow-on to the Logistics Operations Contract (LOC). The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 493110, General Warehousing and Storage, and NASA JSC intends this procurement to be a small business set-aside. 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 the responses hereto.

NASA is seeking capabilities from all categories of Small Businesses and HBCU/MSIs for the purpose of determining the appropriate level of competition and/or Small Business and HBCU/MSI subcontracting goals for this requirement.

This synopsis is for information and planning purposes, and there is no solicitation at this time. This request for capability information does not constitute a request for proposals, and the submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred nor will the respondents be notified of the results of the evaluation.  If a solicitation is released it will be synopsized in a Governmentwide point of entry (GPE).  It is the potential offeror’s responsibility to monitor GPE sites for the release of any solicitation or synopsis.

The elements of the Statement of Work may include but not be limited to the following: 

1. Project Management

2. Redistribution and Utilization

3. Supply Management

4. Packing and Shipping Services

5. Furniture Operations

6. Receiving and Inspection Services

7. Moving and Hauling Services

8. Vehicle and Fleet Management

9. Bicycle Program and Maintenance

10. Export Control Support Services

11. Equipment Management

12. Indefinite Delivery/Indefinite Quantity Special Support Services

If your organization has the potential capacity to perform the contract services listed above, please provide the following information to the best of your ability.  Partial responses are also accepted.

1) Organization name, address, email address, Web site address, telephone number, DUNS number, size & type (large, small, women-owned…) of ownership for the organization, and the number of years in business.

2) Discuss your company’s ability to perform each of the services listed above. 

3) If subcontracting, or joint venture, is anticipated in order to deliver technical capability, organizations should address the anticipated administrative and management structure of such arrangements (if this information is known at this time). Also, address what elements of work would be performed by the prime or joint venture and which elements would be performed by subcontractors.

The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; and 2) determine whether to conduct a competition with full and open competition or through a small business set-aside.  To assess the market capacity, the government will review potential offeror’s past performance with respect to this type of work (provide in the relevant Past Performance template provided in APPENDIX 1) and experience providing services under a performance-based service acquisition contract.

If the Government issues a Request for Proposal (RFP) the government reserves the right to restrict the procurement to a small businesses set-aside.  Telephone inquiries will not be accepted or acknowledged, and no feedback, or evaluations, will be provided to companies regarding their submissions.

NASA 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.

Submission Instructions: Interested parties who consider themselves qualified for one, or more, elements of the Statement of Work are invited to submit a response to this Sources Sought Notice by 5:00 PM Central on December 06, 2024. All responses under this Sources Sought Notice must be emailed to the Contracting Officer (CO) Jon Prihoda at Jon.Prihoda@nasa.gov, and not exceed five pages.  Please reference 80JSC025XJLO in any response. 

An Interested Vendors List will not be enabled within this posting. 

If you have any questions concerning this opportunity, please contact: jon.prihoda@nasa.gov

APPENDIX 1: Relevant Past Performance Template

# Contract NAME/Number          Agency           Contract Value          Dates of Performance             Prime or SUBCONTRACTOR             Service(S) Provided under contract

Contact Information

Contracting Office Address

  • HOUSTON TX 77058
  • HOUSTON , TX 77058
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Dec 06, 2024 11:04 pm CSTSources Sought (Original)