Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOURCES SOUGHT

R -- NASA MSFC Consolidated Financial Support Services (CFSS)

Notice Date
5/22/2020 7:25:33 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NASA MARSHALL SPACE FLIGHT CENTER HUNTSVILLE AL 35812 USA
 
ZIP Code
35812
 
Solicitation Number
MSFCCFSSRFI02112020
 
Response Due
2/26/2020 10:00:00 AM
 
Archive Date
04/30/2021
 
Point of Contact
Tiffani Danner
 
E-Mail Address
Tiffani.s.danner@nasa.gov
(Tiffani.s.danner@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NASA Marshall Space Flight Center (MSFC) is seeking information that will assist the Agency in assessing cost and feasibility of consolidated financial services support for the following NASA Agency Centers: MSFC, Huntsville, AL; Ames Research Center (ARC), Mountain View, CA; Armstrong Flight Research Center (AFRC), Edwards, CA; Glenn Research Center (GRC), Cleveland, OH; Johnson Space Center (JSC), Houston, TX; Kennedy Space Center (KSC), Kennedy Space Center, FL; and Stennis Space Center (SSC), Bay St. Louis, MS. Goddard Space Flight Center�s (GSFC) Program Analysis and Control (PAAC) contract provides financial services support to NASA Headquarters, Langley Research Center (LaRC) and GSFC. All Centers will have the flexibility of using either the CFSS or PAAC contracts. Purpose: This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future nor commit the Government to contract for any supply or service. Further, NASA/MSFC is not seeking proposals at this time and will not accept unsolicited proposals. Firms are advised that the Government will not pay for any information received or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding firm�s expense. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the Contract Opportunities website at: https://beta.sam.gov/ for additional information pertaining to this RFI. 1.0������ Description The Agency�s Office of the Chief Financial Officer (OCFO) is seeking information regarding professional and technical consolidated financial support services.� The services include but are not limited to: business and resource management, financial reporting and monitoring, policy integration, systems integration, quality assurance integration, and accounting operations. Specific service requirements include: Resource management Budget formulation, operations, and execution Funds execution and control Maintaining and updating financial tools Financial reporting services Funds distribution, internal and external reporting Funds status and monitoring account balances Financial reconciliations (including Centrally Billed Account), analysis and reporting �������services General ledger activities Data mapping Cost accounting and management Evaluation of compliance with applicable policies and procedures Business information services and systems integration Audit, assessment, and control activities Travel planning, preparation, processing, and reviewing expense reports Purchase Request creation and routing process Reimbursable agreement process support and management services Labor processing and analysis Economic impact studies Business best practices 2.0������ Requested Information Interested firms are requested to provide a submission addressing the following information: Ability to meet or exceed the technical services and requirements in Section 1.0 above, including any experience with Chief Financial Office supported systems and processes Interest in submitting a proposal for these services and requirements Recommendations on acquisition type(s) including, but not limited to, a single or multiple award (e.g., regionalized) approach with associated rationale Recommended contract type (e.g., fixed price, cost reimbursement), and structure (e.g., mission services; mission and indefinite-delivery, indefinite-quantity (IDIQ); all IDIQ) with associated rationale Teaming strategies Summary of corporate capabilities and experience in providing this type of support Recommended socio-economic set-aside approach Capabilities relative to disparate geographic locations Information relative to similar acquisitions performed by other Government agencies ��(e.g., two or three factor trade, set-aside approach) Any other potential low-cost solution alternatives 3.0������ Response Instructions Specific instructions for submitting responses are provided below. 3.1������ General Response Details: 3.1.1��� The RFI response should be comprised of one technical volume (see RFI Section 3.2), one cover sheet, and the RFI Attachment A, Informational Form. Responses should not exceed six pages (one cover sheet and five technical volume pages).� Responses to the technical volume should be provided in Microsoft (MS) Word 2016 or later and be single spaced utilizing Times New Roman 12-point font.� Attachment A MS Excel spreadsheet contains two tabs and utilizes Time New Roman 8-point font. Attachment A should remain in Times New Roman 8-point font and when printed by the Government, should fit to one 8� x 14 page. �Column and row sizes should not be changed.� Attachment A is excluded from the page limitation.� The Excel spreadsheet should be submitted unlocked and be formattable.� No additional data other than the information requested should be included in the Attachment. 3.1.2��� The cover sheet should include the following as a minimum: Name, mailing address, phone number, and e-mail of designated point of contact. 3.1.3��� Providing data/information that is limited or restricted for use by NASA would be of little value and such restricted/limited data/information is not solicited. 3.2������ Technical Response Details: The technical volume should provide the information requested in Sections 1.0 and 2.0 and be submitted in accordance with Section 3.1.1 of this RFI. 4.0������ Response Submission Details: All responses to this RFI should be submitted electronically via e-mail to Ms. Tiffani Danner at tiffani.s.danner@nasa.gov, no later than 12:00 p.m. Central Time (CT), February 26, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/02d2eaa65937469d8f51798e8632cca5/view)
 
Place of Performance
Address: AL 35806, USA
Zip Code: 35806
Country: USA
 
Record
SN05669428-F 20200524/200522230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.