Solicitation Number: LITES-II
Agency: National Aeronautics and Space Administration
Office: Langley Research Center
Location: Office of Procurement

The National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) is seeking capability statements from all interested 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 and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the Langley Information Technology Enhanced Services II (LITES II) contract. The Government reserves the right to consider a Small, 8(a), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.

The Langley Research Center (LaRC) requirements include the following:

Application system development, implementation, and maintenance support;
end-user computing support;
operation and maintenance of most of the Centers data center assets (e.g. Hardware: Dell, Sun, FibreChannel SAN, private network; OS: VMWare, RedHat, Ubuntu, Hyper-V, Windows Data Center System Applications: Oracle, MySQL, PostgreSQL, ColdFusion, Apache, and IIS);
technical support for database/data communications, and operating systems;
computer support for job scheduling, computer operations, and associated IT equipment maintenance;
hardware and software acquisitions; and
management of the Information System (I.S.) program applicable to business and administrative computing.

Also, LaRC requires support for computer science-related activities across all research disciplines including high-end computing and massively parallel processor applications, mathematical software, surface modeling and grid generation, graphics, image processing, mission software and training.

Further, LaRC requires some direct computational analysis and programming services for broad research areas in support of the LaRC mission.

The North American Industry Classification System (NAICS) code for this procurement is 541512, Computer System Design Services, with a size standard of $25.5M.

Estimated award date for this contract is November 1, 2015. Estimated award amount is $32 – $40M, per year, for five (5) years.

Interested Offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of ten (10) pages or less indicating the ability to perform all aspects of the effort described herein.

Responses must include the following: name and address of firm and size of business; average annual revenue for past three (3) years and number of employees; ownership; whether large, small, small disadvantaged, 8(a), WOSB, VOSB, SD-VOSB, HUBZone and HBCU /MIs; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor or subcontractor (provide potential prime contractor you will support); list of customers covering the past five (5) years (highlight relevant work performed, contract numbers, contract type (e.g. Fixed Price, Cost Reimbursement) and any types of incentives, (e.g. Award Fee, Incentive Fee, Award Term), dollar value of each procurement; and point of contact – address and phone number).

Technical questions should be e-mailed to: Duane Melson at: n.duane.melson@nasa.gov.

Procurement related questions should be e-mailed to: Joe Janus at: joseph.p.janus@nasa.gov.

All responses shall be submitted electronically to Joe Janus, at joseph.p.janus@nasa.gov no later than June 9, 2014. Please reference LITES II in any response.

LITES-II