Software Engineering Services (SES III)
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: Presolicitation (Updated)
- Updated Published Date: Jul 28, 2022 12:16 pm EDT
- Original Published Date: Jan 17, 2020 04:11 pm EST
- Updated Response Date: May 06, 2020 02:00 pm EDT
- Original Response Date: Feb 03, 2020 03:00 pm EST
- Inactive Policy: Manual
- Updated Inactive Date: Jun 15, 2020
- Original Inactive Date: Feb 18, 2020
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Place of Performance: Greenbelt , MD 20770USA
Description
NASA/GSFC has a follow-on requirement for the Software Engineering Services (SES) III contract to support the Engineering Technology Directorate (ETD). The principal purpose of SES III is to develop and acquire engineering of software and information systems supporting through all phases (formulation through on-orbit operations/decommissioning) of NASA’s programs and projects for the Engineering and Technology Directorate’s (ETD) Software Engineering Division (SED) and related organizations throughout Goddard Space Flight Center (GSFC), as required. These systems include: flight, ground, and science data software monitoring, control, on-orbit performance management and operations; spacecraft data processing and analysis, and information management; and science data analysis and management.
The place of performance for SES III will be at NASA/GSFC, the contractor facilities, other NASA Centers or as specified in task orders.
It is anticipated that the subject contract will be a Cost-Plus-Fixed-Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) Single-Award contract with a five-year ordering period, with a potential additional 6 months per FAR Clause 52.217-8, Option to Extend Services. The maximum ordering value will be $325.5M, with a unilateral upward adjustment capability of 30% for programmatic uncertainties, if needed, for a total potential Maximum Ordering Value of $423.2M.
The anticipated contract award date is on or about January 19, 2021. All responsible sources may submit an offer when applicable, which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://prod.nais.nasa.gov/pub/pub_library/Omb.html.
The Government does not intend to acquire a commercial item using FAR Part 12. This procurement will be a total 8(a) set-aside. The North American Industry Classification System (NAICS) Code for this procurement is 541715, with a size standard of 1000 employees.
Contractor must have a “Top Secret/SCI” level facilities clearance at time of proposal submission. It is anticipated that a Draft Request For Proposal (DRFP) will be released in mid March 2020. This will be an opportunity for potential offerors to provide questions, comments or any concerns regarding the DRFP and attachments, which includes the SOW. No proposal/offer is to be submitted during this posting.
The Government anticipates the final RFP to be released in early May 2020. Interested parties are responsible for monitoring the website www.beta.sam.gov for schedule updates, the release of the solicitation, and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
An electronic library, or eLibrary, has been established for the SES III procurement, 80GSFC20R0019. The eLibrary can be accessed using the following link: https://elibrary.gsfc.nasa.gov/. Documents will be posted on the eLibrary as they become available. Offerors are responsible for monitoring this website for any updates.
All contractual and/or technical questions must be submitted in writing, via electronic mail. Questions must be submitted to the following electronic mail: Lakeshia.M.Robinson@nasa.gov. Questions over the telephone will not be accepted.
Attachments/Links
Contact Information
Contracting Office Address
- GREENBELT MD 20771
- GREENBELT , MD 20771
- USA
Primary Point of Contact
- Lakeshia Robinson
- Lakeshia.M.Robinson@nasa.gov
- Phone Number 301-286-8602
- Fax Number 301-286-1720
Secondary Point of Contact
History
- Aug 15, 2022 11:55 pm EDTPresolicitation (Updated)
- Jun 15, 2020 11:55 pm EDTPresolicitation (Updated)
- Feb 18, 2020 11:55 pm ESTPresolicitation (Original)