Skip to content Login
NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

NASA SHARED SERVICES CENTER


Synopsis - Dec 12, 2003
Modification 01 - Posted on Dec 12, 2003
Modification 02 - Posted on Dec 17, 2003

General Information
Solicitation Number: N/A
Reference Number: NSSC-A76-SSOUGHT
Posted Date: Dec 12, 2003
FedBizOpps Posted Date: Dec 12, 2003
Original Response Date: N/A
Current Response Date: Jan 09, 2004
Classification Code: 99 -- Miscellaneous

Contracting Office Address
 
NASA/Goddard Space Flight Center, NASA Headquarters Acquisition Branch, Code 210.H, Greenbelt, MD 20771

Description
 
The National Aeronautics and Space Administration is conducting market research to identify potential sources for the upcoming NASA Shared Services Center (NSSC) A-76 competition. Specifically, NASA is seeking capabilities from small, small disadvantaged and women-owned small businesses for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for this requirement. The NSSC concept is to consolidate selected NASA business and technical services currently performed at ten remote NASA Centers to one location, in order to eliminate duplication, improve quality and efficiency, and lower cost. The final location of the NSSC site is currently under study. Site selection will be announced in a subsequent public release. NASA intends to conduct this acquisition using the Standard Competition Procedures as provided in the Office of Management and Budget (OMB) Circular A-76 (Revised), dated May 29, 2003. Further, the intent is to make one award to a single service provider who would be responsible for providing all of the technical and business services under study; NASA does not intend to make separate awards for each business and technical service under study. In general, the selected business and technical services under study are as follows: (1) Human Resources Services; (2) Financial Management Services; (3) Procurement Services, and (4) Information Technology Services. The study may be expanded to include additional services/functions as necessary. The type of work to be performed under each service area is summarized as follows. (1) Human Resources Services: Personnel Program Support, Employee Development/Training Programs Support, Employee Benefits and Services, Human Resource Information Systems and Reports, and Personnel Action Processing and Record Keeping; (2) Financial Management Services: Accounts Payable (Payroll, Travel, Vendors), Payments Certification, Payroll, Time and Attendance, Labor Processing/Distribution, Accounts Receivable (Billing and Collection), Reimbursable Collections and Closeouts, Financial Reporting (General Ledger, Treasury 224, NF 1018s), and Internal Reviews for the NSSC/Finance Organization; (3) Procurement Services: Transactional Services, to include award and administration of NASA Grants and Cooperative Agreements, Small Business Innovative Research (SBIR) and Small Business Technology Transfer (STTR) contracts, managing a Procurement Workforce Training Program, and providing procurement electronic services; (4) Information Technology Services: provide NSSC IT support (e.g., web applications, local intranet, call center). All potential sources are asked to submit capability statements expressing their interest. Capability statements should be limited to no more than 5 pages, and shall include, at a minimum: name and address of firm; size/ownership of business, i.e., large, small, small disadvantaged, 8(a), Disabled-Veteran, Veteran, Woman owned business, and Hub Zone; number of years in business; a point of contact with name, title, phone, fax and e-mail; Cage code and DUNS number (if available); affiliate contractor (if potential sub) or subcontractors (if potential prime); experience and familiarity with providing the services listed above either individually or in a consolidated services type environment, and any experience as a prime or subcontractor with major consolidation of functions from remote sites to one location. The anticipated North American Industries Classification System (NAICS) codes for the individual selected services may include 921190, 561499, 561330, and 541513. Please advise if the required services are considered to be commercial or commercial-type. A commercial service is defined in FAR 2.101. Please note THIS IS NOT A REQUEST FOR PROPOSAL. A SOLICITATION DOES NOT EXIST AT THIS TIME. Only electronic submittals will be accepted. Information shall be e-mailed to: James.Becker-1@nasa.gov no later than 5.00P.M. EST, January 9, 2004. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. Prospective offerors are encouraged and responsible to monitor this web site for further information concerning this procurement.

Point of Contact
Name:James L Becker
Title:Procurement Analyst/Contracting Officer
Phone:(202) 358-0462
Fax:(202) 358-4065
Email:James.Becker-1@nasa.gov

Name:James L Becker
Title:Procurement Analyst/Contracting Officer
Phone:(202) 358-0462
Fax:(202) 358-4065
Email: James.Becker-1@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at:
NASA Insignia Owner: Ron Crider | Technical Support | Section 508 Compliant
Last revised: June 09, 2004 by DLE