Amendment 0001 for the National Aeronautics and Space Administration (NASA) Request for Proposal (RFP) for the Consolidated Program Support Services Program, Planning and Control II acquisition has been released.
The primary purpose of Amendment 0001 is to respond to RFP questions and comments in relation to the CPSS PP&C II solicitation. Attachment A, Responses to Industry RFP Questions, provides responses to questions and comments. Additionally, as part of this amendment Attachments J-1, J-2, J-4, J-16, and J-18 are updated as noted in Block 14 of the amendment.
Offerors are responsible for downloading their own copy of the amended solicitation in its entirety. Furthermore, it also remains each offeror's responsibility to continue monitoring sam.gov for any future amendment(s) to this solicitation. As part of any resultant proposal submission, offerors shall acknowledge receipt of all solicitation amendment(s).
--------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
You are invited to submit a proposal in response to the National Aeronautics and Space Administration (NASA) George C. Marshall Space Flight Center’s (MSFC) Consolidated Program Support Services Program Planning & Control II (CPSS PP&C II) solicitation.
The principal purpose of the CPSS PP&C II contract is to provide PP&C and Programmatic Subject Matter Expert (SME) services. These PP&C disciplines include PP&C Integration; Program Analysis; Earned Value Management; Cost Estimating and Cost Analysis; Resource Data Storage and Retrieval Analysis Center; Scheduling and Scheduling Analysis; and Risk Integration and Quantitative Risk Analysis. SME support includes, but is not limited to, strategic program and project planning and alternatives analysis, project review, and special studies as requested by the Government.
This competitive acquisition will be a total small business set aside and will result in a single-award indefinite-delivery, indefinite-quantity contract with cost-plus-fixed-fee task orders. The North American Industry Classification System code for this acquisition is 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), (Exception 3) - Guided Missiles and Space Vehicles, their Propulsion Units and Propulsion Parts, and the small business size standard is 1,300 Employees.
All questions regarding this RFP should be submitted in writing, electronically to Charlene Booth, Contracting Officer, at [email protected] no later than 2:00 p.m., Central Time, June 23, 2025. Offerors are encouraged to submit questions as soon as possible for consideration.
NASA 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.