part i- the schedule - prod.nais.nasa.gov  · web viewcontract work breakdown structure (wbs) and...

84
NNJ13HA01CJSC Engineering, Technology and Science Contract 1 SECTION L INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1 LISTING OF PROVISIONS INCORPORATED BY REFERENCE Provision(s) at the beginning of this Section are incorporated by reference, with the same force and effect as if they were given in full text. Provisions incorporated by reference which require a fill-in by the Government include the text of the affected paragraph(s) only. This does not limit the provision to the affected paragraph(s). The Contractor is responsible for understanding and complying with the entire provision. The following contract provisions pertinent to this section are hereby incorporated by reference: I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) PROVISION NUMBER DATE TITLE 52.211-14 APR 2008 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS AND EMERGENCY PROGRAM USE 52.214-34 APR 1991 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE 52.214-35 APR 1991 SUBMISSION OF OFFERS IN U.S. CURRENCY 52.215-1 JAN 2004 INSTRUCTIONS TO OFFERORS- COMPETITIVE ACQUISITION 52.215-16 JUN 2003 FACILITIES CAPITAL COST OF MONEY 52.215-22 OCT 2009 LIMITATIONS ON PASS-THROUGH CHARGES – IDENTIFICATION OF SUBCONTRACT

Upload: truongtram

Post on 21-Mar-2019

232 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 1

SECTION L INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

L.1 LISTING OF PROVISIONS INCORPORATED BY REFERENCEProvision(s) at the beginning of this Section are incorporated by reference, with the same force and effect as if they were given in full text. Provisions incorporated by reference which require a fill-in by the Government include the text of the affected paragraph(s) only. This does not limit the provision to the affected paragraph(s). The Contractor is responsible for understanding and complying with the entire provision.

The following contract provisions pertinent to this section are hereby incorporated by reference:

I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)PROVISION NUMBER DATE TITLE

52.211-14 APR 2008 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS AND EMERGENCY PROGRAM USE

52.214-34 APR 1991 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE

52.214-35 APR 1991 SUBMISSION OF OFFERS IN U.S. CURRENCY

52.215-1 JAN 2004 INSTRUCTIONS TO OFFERORS-COMPETITIVE ACQUISITION

52.215-16 JUN 2003 FACILITIES CAPITAL COST OF MONEY

52.215-22 OCT 2009 LIMITATIONS ON PASS-THROUGH CHARGES – IDENTIFICATION OF SUBCONTRACT EFFORT

52.222-24 FEB 1999 PRE-AWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE EVALUATION

52.222-46 FEB 1993 EVALUATION OF COMPENSATION FOR PROFESSIONAL EMPLOYEES

52.232-38 MAY 1999 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER

Page 2: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 2

52.237-1 APR 1984 SITE VISIT

52.237-10 OCT 1997 IDENTIFICATION OF UNCOMPENSATED OVERTIME

II. NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) PROVISIONS

PROVISION NUMBER DATE TITLE

1852.227-71 APR 1984 REQUESTS FOR WAIVER OF RIGHTS TO INVENTIONS

(End of Provisions Incorporated By Reference)

L.2 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA (FAR 52.215-20) ALTERNATE IV (OCT 2010)

(a) Submission of cost or pricing data is not required.(b) Provide information described below:

(i) See Provision L.23.5 Volume III – Cost/Price Proposal

(End of Provision)

L.3 TYPE OF CONTRACT (FAR 52.216-1) (APR 1984)

The Government contemplates issuing an Award Fee Indefinite Delivery, Indefinite Quantity (IDIQ) contract with Cost Reimbursable (CR) task orders. Upon award the Government intends to issue both CR completion form and level of effort task orders to execute the requirements listed in the Statement of Work (SOW). All costs associated with the phase-in of this Contract are firm-fixed price.

(End of Provision)

L.4 SERVICE OF PROTEST (FAR 52.233-2) (SEP 2006)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

Hand Carried

Page 3: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 3

Call Miyoshi Thompson at 281.244.1683 prior to arrival

U.S. Mail Name: Ms. Miyoshi Thompson/ BHE-mail: [email protected]

Address:NASA Johnson Space CenterJETS Solicitation NNJ11379802RATTN: Miyoshi Thompson2101 NASA ParkwayHouston TX 77058-3696

Shipping Address (other than U.S. Mail):NASA Johnson Space CenterJETS Solicitation NNJ11379802RATTN: Miyoshi Thompson2101 NASA ParkwayHouston TX 77058-3696

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of Provision)

L.5 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FAR   52.252-1) (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses:

Federal Acquisition Regulation (FAR) provisions: http://www.acqnet.gov/far/

NASA FAR Supplement (NFS) provisions:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

(End of Provision)

Page 4: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 4

L.6 AUTHORIZED DEVIATIONS IN PROVISIONS (FAR 52.252-5) (APR 1984)

(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision.

(b) The use in this solicitation of any NASA FAR Supplement (48 CFR Chapter 18) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.

(End of Provision)

L.7 PRE-PROPOSAL/ PRE-BID CONFERENCE (NFS 1852.215-77) (DEC 1988)

(a) A pre-proposal/pre-bid conference will be held on February 6 - 7, 2012. For additional information reference the JETS Acquisition Website at http://procurement.jsc.nasa.gov/jets

(b) Attendance at the pre-proposal/pre-bid conference is recommended; however, attendance is neither required nor a prerequisite for proposal/bid submission and will not be considered in the evaluation.

(End of Provision)

L.8 PROPOSAL PAGE LIMITATIONS

(a) The page limitations for each of the sections of the proposal submitted in response to this solicitation are defined in Section L.23.2, “Proposal Arrangement, Page Limitations, Copies, and Due Dates”.

(b) A page is defined as one side of a 20lb bond sheet, 8 1/2" x 11", with at least 1-inch margins on all sides, using not smaller than 12 point (non-compressed) Times New Roman type. Smaller font sizes are acceptable for notional graphics such as computer screen mock-ups or form/report print-outs. Data utilizing font smaller than 12 point will be treated as a picture and will not be evaluated. Foldouts count as an equivalent number of 8 1/2" x 11" pages. For example an 11” x 17” foldout will be counted as two pages. The metric standard format most closely approximating the described standard 8 1/2" x 11" size may also be used. It is permissible to submit OSHA logs, environmental correspondence and letters from insurance carriers in their original fonts rather than reformatting them to meet the 12-point font requirements. The templates in Volume III may utilize 11 point font.

(c) Title pages, cover sheets, tables of contents, acronym listings (or a glossary of

Page 5: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 5

abbreviations), and requested cross reference lists (see L.23.2(i)) are excluded from the page counts specified in paragraph (a) of this provision. These pages shall not contain evaluatable information. No information contained on these pages will be evaluated. In addition, the Cost section of your proposal is not page limited. However, this section is to be strictly limited to cost and price information. Information that can be construed as belonging in one of the other sections of the proposal will be so construed and counted against that section's page limitation.

(d) If final proposal revisions are requested, separate page limitations will be specified in the Government's request for that submission.

(e) Pages submitted in excess of the limitations specified in this provision will not be evaluated by the Government and will be returned to the Offeror.

(f) Offerors are highly encouraged to provide only the relevant information necessary to understand their proposal. Filling the page count with extraneous and/or repetitive information is highly discouraged.

(End of Provision)

L.9 SAFETY AND HEALTH PLAN (NFS 1852.223-73) (NOV 2004)

(a) The Offeror shall submit a detailed Safety and Health Plan as part of its proposal (see NPR 8715.3, NASA Safety Manual, Appendices). The plan shall include a detailed discussion of the policies, procedures, and techniques that will be used to ensure the safety and occupational health of Contractor employees and to ensure the safety of all working conditions throughout the performance of the contract.

(b) When applicable, the plan shall address the policies, procedures, and techniques that will be used to ensure the safety and occupational health of the public, astronauts and pilots, the NASA workforce (including Contractor employees working on NASA contracts), and high-value equipment and property.

(c) The plan shall similarly address subcontractor employee safety and occupational health for those proposed subcontracts that contain one or more of the following conditions:

(1) The work will be conducted completely or partly on premises owned or controlled by the Government.(2) The work includes construction, alteration, or repair of facilities in excess of the simplified acquisition threshold.(3) The work, regardless of place of performance, involves hazards that could endanger the public, astronauts and pilots, the NASA workforce (including Contractor employees working on NASA contracts), or high-value equipment or property, and the hazards are not adequately addressed by Occupational Safety and Health

Page 6: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 6

Administration (OSHA) or Department of Transportation (DOT) regulations (if applicable).

(4) When the assessed risk and consequences of a failure to properly manage and control the hazards warrants use of the clause.

(d) This plan, as approved by the Contracting Officer, will be included in any resulting contract.

(End of Provision)

L.10 RESERVED

L.11 INSURANCE – IMMUNITY FROM TORT LIABILITY (NFS 1852.228-80) (SEPT 2000)

If the Offeror is partially or totally immune from tort liability to third persons as a State agency or as a charitable institution, the Offeror shall include in its offer a representation to that effect. When the successful Offeror represented in its offer that it is immune from tort liability, the following Clause(s) will be included in the resulting Contract:

(a) When the Offeror represents that it is partially immune from tort liability to third persons as a State agency or as a charitable institution, the Clause at FAR 52.228-7, Insurance — Liability To Third Persons, and the associated NFS Clause 1852.228-81, Insurance — Partial Immunity From Tort Liability, will be included in the Contract.

(b) When the Offeror represents that it is totally immune from tort liability to third persons as a State agency or as a charitable institution. The Clause at NFS 1852.228-82, Insurance — Total Immunity From Tort Liability, will be included in the Contract.

(End of Provision)

L.12 DETERMINATION OF COMPENSATION REASONABLENESS (NFS 1852.231-71) (MAR 1994)

(a) The proposal shall include a total compensation plan. This plan shall address all proposed labor categories, including those personnel subject to union agreements, the Service Contract Act, and those exempt from both of the above. The total compensation plan shall include the salaries/wages, fringe benefits and leave programs proposed for each of these categories of labor. The plan also shall include a discussion of the

Page 7: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 7

consistency of the plan among the categories of labor being proposed. Differences between benefits offered professional and non-professional employees shall be highlighted. The requirements of this plan may be combined with that required by the clause at FAR 52.222-46, Evaluation of Compensation for Professional Employees.

(b) The Offeror shall provide written support to demonstrate that its proposed compensation is reasonable.

(c) The Offeror shall include the rationale for any conformance procedures used or those Service Contract Act employees proposed that do not fall within the scope of any classification listed in the applicable wage determination.

(d) The Offeror shall require all service subcontractors (1) with proposed cost reimbursement or non-competitive fixed-price type subcontracts having a total potential value in excess of $500,000 and (2) the cumulative value of all their service subcontracts under the proposed prime contract in excess of 10 percent of the prime contract's total potential value, provide as part of their proposals the information identified in (a) through (c) of this provision.

(End of Provision)

L.13 PROTESTS TO NASA (NFS 1852.233-70) (OCT 2002)

Potential bidders or offerors may submit a protest under 48 CFR Part 33 and FAR Part 33 (Protests, Disputes, & Appeals) directly to the Contracting Officer. As an alternative to the Contracting Officer's consideration of a protest, a potential bidder or offeror may submit the protest to the Assistant Administrator for Procurement, who will serve as or designate the official responsible for conducting an independent review. Protests requesting an independent review shall be addressed to Assistant Administrator for Procurement, NASA Code H, Washington, DC 20546-0001.

(End of Provision)

L.14 GOVERNMENT PROPERTY MANAGEMENT INFORMATION (NFS 1852.245-80) (JAN 2011)

(a) The Offeror shall identify the industry leading or voluntary consensus standards, and/or the industry leading practices, that it intends to employ for the management of Government property under any contract awarded from this solicitation.

(b) The Offeror shall provide the date of its last Government property control system analysis along with its overall status, a summary of findings and recommendations, the status of any recommended corrective actions, the name of the Government activity that performed the analysis, and the latest available contact information for that activity.

Page 8: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 8

(c) The Offeror shall identify any property it intends to use in performance of this contract from the list of available Government property in the provision at 1852.245–81, List of Available Government Property.

(d) The Offeror shall identify all Government property in its possession, provided under other Government contracts that it intends to use in the performance of this contract. The Offeror shall also identify: The contract that provided the property, the responsible Contracting Officer, the dates during which the property will be available for use (including the first, last, and all intervening months), and, for any property that will be used concurrently in performing two or more contracts, the amounts of the respective uses in sufficient detail to support prorating the rent, the amount of rent that would otherwise be charged in accordance with FAR 52.245–9, Use and Charges (August 2010), and the contact information for the responsible Government Contracting Officer. The Offeror shall provide proof that such use was authorized by the responsible Contracting Officer.

(e) The Offeror shall disclose cost accounting practices that allow for direct charging of commercially available equipment, when commercially available equipment is to be used in performance of the contract and the equipment is not a deliverable.

(f) The Offeror shall identify, in list form, any equipment that it intends to acquire and directly charge to the Government under this contract. The list shall include a description, manufacturer, model number (when available), quantity required, and estimated unit cost. Equipment approved as part of the award need not be requested under NFS clause 1852.245-70,

(g) The Offeror shall disclose its intention to acquire any parts, supplies, materials or equipment, to fabricate an item of equipment for use under any contract resulting from this solicitation when that item of equipment:

Will be titled to the government under the provisions of the contract; is not included as a contract deliverable; and the Contractor intends to charge the costs of materials directly to the contract. The disclosure shall identify the end item or system and shall include all descriptive information, identification numbers (when available), quantities required and estimated costs.

(h) Existing Government property may be reviewed at the following locations, dates, and times: Not Applicable

(End of Provision)

L.15 LIST OF AVAILABLE GOVERNMENT PROPERTY (NFS 1852.245-81) (JAN 2011)

Page 9: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 9

(a) The Government will make the following Government property available for use in performance of the contract resulting from this solicitation, on a no-charge-for-use basis in accordance with FAR 52.245-1, Government Property. The Offeror shall notify the Government, as part of its proposal, of its intention to use or not use the property.

ItemDescriptio

n

Acquisition

Date

Acquisition

Cost

Quantity

If Equipment

See Attachment J.4 List of Government Furnished Property

(b) The Government will make the following Government property available for use in performance of the Contract resulting from this solicitation, on a no-charge-for-use basis in accordance with FAR 52.245-2, Government Property Installation Operation Services. The Offeror shall notify the Government of its intention to use or not use the property.

ItemDescriptio

n

AcquisitionDate

AcquisitionCost

Quantity

If Equipment

N/A Manufacturer Model Serial Numbe

r

(c) The selected contractor will be responsible for costs associated with transportation, and installation of the property listed in this provision.

(End of Provision)

L.16 OCCUPANCY MANAGEMENT REQUIREMENTS (NFS 1852.245-82) (JAN 2011)

(a) In addition to the requirements of the clause at FAR 52.245–1, GovernmentProperty, as included in this contract, the Contractor shall comply with the following in performance of work in and around Government real property:

(1) NPD 8800.14, Policy for Real Property Management.(2) NPR 8831.2, Facility Maintenance Management

(b) The Contractor shall obtain the written approval of the Contracting Officer before installing or removing Contractor-owned property onto or into any Government real property or when movement of Contractor-owned property may damage or destroy Government-owned property. The Contractor shall restore damaged property to its original condition at the Contractor’s expense.

Page 10: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 10

(c) The Contractor shall not acquire, construct or install any fixed improvement or structural alterations in Government buildings or other real property without the advance, written approval of the Contracting Officer. Fixed improvement or structural alterations, as used herein, means any alteration or improvement in the nature of the building or other real property that, after completion, cannot be removed without substantial loss of value or damage to the premises. Title to such property shall vest in the Government.

(d) The Contractor shall report any real property or any portion thereof when it is no longer required for performance under the contract, as directed by the Contracting Officer.

(End of Provision)

L.17 PROPOSAL MARKING AND DELIVERY (JSC 52.215-109) (AUG 2011)

(a) Methods of Proposal DeliveryProposals shall be delivered to the designated proposal receiving office by one of the following methods:

U.S. Postal Service Commercial Delivery ServiceDelivery by company employee or other individual agent

Regardless of the method of delivery chosen, the Offeror is responsible for delivery of the proposal to the designated receiving office no later than the date and time stated in the provision L.23.2, “Proposal Arrangement, Page Limitations, Copies, and Due Dates”.

(b) External Marking of Proposal Package(s)All proposal packages must be closed, sealed, and marked in large letters

“PROPOSAL – DELIVER UNOPENED”

Submitted by: [Offeror’s Identity and address] in response to JETS – Solicitation NNJ11379802R

Civil Service Points of Contact:Miyoshi J. Thompson, Contracting Officer: 281-244-1683

Proposals packages must include the solicitation number, the contracting officer’s name, mail code/stop, and the Offeror’s name and address clearly marked on the outside of the package.

The Offeror shall include a notice on the cover of the proposal package as follows:

“NOTICE: THIS PROPOSAL MUST BE DELIVERED TO THE SPECIFIED ADDRESS NO LATER THAN (OFFEROR—ENTER DATE AND TIME).”

Page 11: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 11

(c) Delivery AddressProposals submitted by commercial delivery service or hand carried packages must be delivered to:

NASA Johnson Space CenterCentral Receiving, Bldg 4202101 NASA ParkwayHouston, TX 77058-3696

JSC Central Receiving can only be accessed through JSC Gate 4, which is located off Space Center Boulevard. Offerors are cautioned that the delivery process may require an hour or more for packages to be screened through security and subsequently transported and delivered by the Offeror at the designated building while being accompanied by an employee of the U.S. Government. After 1:30 p.m., local time, incoming packages cannot be screened until the following business day. Any attempt by an Offeror to deliver a proposal on a weekend or a Federal holiday shall be coordinated through the Contracting Officer at least 48 hours prior to the planned delivery date.

(d) To deliver a proposal:

Each Offeror shall notify the Contracting Officer at least one day in advance of the proposal submission to schedule a time for receipt of proposals. The following information shall be provided to the Contracting Officer regarding proposal delivery:

1. Name of person(s) delivering proposal,2. Affiliation of person(s) delivering proposal,3. Contact number for person(s) delivering proposal

Offerors can access JSC by entering JSC at Gate 4. Offerors are advised that entry through any other gate could result in excessive delays or searches of vehicle contents by non-Governmental personnel. Anyone delivering a proposal, including persons having authorized access to JSC, may be subjected to searches or delays when attempting to en-ter through a gate other than Gate 4. Gate 4 can be reached by traveling east on Bay Area Boulevard from Interstate Highway 45. Turn right off of Bay Area Boulevard onto Space Center Boulevard and enter JSC at the first entrance on the right. Gate 4 is open from 6:00 a.m. local time and closes at 8:00 p.m. Upon entering JSC, Offerors will encounter a security guard posted at Gate 4. Offerors shall advise the guard posted at Gate 4 that they are delivering a proposal and will receive instructions to proceed to a security check-point (Post 12). Since all incoming freight is screened, to avoid delays, Offerors are en-couraged to limit vehicle contents to the proposal being delivered.

(e) Upon arriving at security each Offeror shall verify with the guard that an authorized civil service point of contact has been requested to escort the Offeror for the remainder of the delivery process. The authorized civil service point of contact will be notified by the

Page 12: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 12

security guard. The time when the Offeror arrives with the proposals will determine the official proposal submission time and the civil service point of contact will acknowledge the time. The cutoff time for proposal submission is 1:30 p.m., local time at the point of destination on the due date designated in paragraph (a) of this provision. Upon arrival of the civil service point of contact, the packages will be taken for screening before being loaded back onto the Offeror’s vehicle for delivery at the designated building. Offerors are responsible for transporting proposals from the security gate to the designated building and may be requested to offload the proposal material upon arrival at the designated building.

(End of provision)

L.18 AVAILABILITY OF SPECIFICATIONS

(a) All Federal, Military, NASA, other Government Standards and Specifications, and technical documentation incorporated directly by reference in this solicitation may be obtained from the JETS Technical Library which is available on-line at:

http://procurement.jsc.nasa.gov/jets

(b) All Federal, Military, NASA, other Government Standards and Specifications, and technical documentation incorporated or non-directly referenced in this solicitation may be obtained by submittal of a request to:

Name: Miyoshi Thompson/BHE-mail: [email protected]: NASA Johnson Space Center

2101 NASA ParkwayHouston, TX 77058-3696

The request should identify the solicitation number and the specification requested by date, title, and number, as cited in the solicitation.

(c) Voluntary standards, such as industrial, manufacturing, independent laboratory, society, and institutional associations (non-Government organizations) codes, standards, specifications, and technical documents incorporated by reference in this solicitation must be obtained, at the bidder's expense, from the organization that develops, establishes and/or publishes those documents.

(d) The Contracting Officer will furnish, upon request, copies of NASA quality documents referenced in the solicitation and not otherwise available to the Offeror for the preparation of its offer.

(End of provision)

Page 13: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 13

L.19 NOTICE OF POTENTIAL ORGANIZATIONAL CONFLICTS OF INTEREST (OCI)

(a) Notice. The Contracting Officer has determined that this acquisition may give rise to an organizational conflict of interest (OCI). Accordingly, the attention of prospective Offerors is invited to FAR Subpart 9.5 --Organizational Conflicts of Interest. In accordance to the Section L, Volume IV requirements, an Offeror must submit an Organizational Conflict of Interest (OCI) Mitigation Plan as part of its proposal. The Contracting Officer has the sole authority to determine whether an organizational conflict of interest exists and to determine whether the organizational conflict of interest has been reasonably resolved. The OCI Mitigation Plan will not be evaluated as part of mission suitability. However, an acceptable OCI Mitigation Plan (including strategies for mitigating any identified OCIs) is an eligibility requirement for consideration of the Offeror’s proposal and award of the JETS contract. As such, the Government may communicate with any Offeror at anytime during the evaluation process concerning its OCI Mitigation Plan. This OCI Mitigation Plan, as approved by the Government, will be included in any resulting contract as a compliance document.

(b) Description of Potential Conflict. The nature of these organizational conflicts of interest is:

(1) Impaired objectivity. The potential OCI is that a successful prime contractor (including a newly-formed joint venture) or first tier subcontractor having a financial interest in existing contracts for NASA spacecraft, spacecraft instruments, flight software, and/or ground networks systems will have a bias that may influence its exercise of judgment in performing the work under the JETS contract. There is a presumption that Offerors having such an impaired objectivity OCI will be ineligible for award, though the Government recognizes that an acceptable OCI mitigation strategy may be presented that overcomes this presumption;

(2) Biased Ground Rules. There is a concern that the successful Offeror in performing studies, analyses, and specification/requirements under this contract will have an unfair competitive advantage in future competitions that use or rely on this JETS work. There is a presumption that Offerors having such a biased ground rules OCI will be ineligible for award, though the Government recognizes that an acceptable OCI mitigation strategy may be presented that overcomes this presumption; and

(3) Unequal Access to Information. There is a concern that the contractor will acquire nonpublic information (including proprietary and/or commercially-sensitive information) in performing the contract that may provide the contractor will an unfair competitive advantage in later competitions for a Government contract.

Potential types of tasks which could lead to potential OCI issues where such an OCI may arise include (but not limited to):

Page 14: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 14

Assessment of component and system designs, analysis, models developed for the Orion/MPCV

Assessment of component and system designs, analysis, models developed for the ISS or EVA

Assessment of component and system designs, analysis, models developed for the commercial crew or cargo providers

Assessment of hardware designs, analysis, models developed for the JSC Engineering Directorate by contractors other than the JETS contractor

Design, development, test and evaluation including certification and fabrication of hardware including flight hardware and software

(c) Responsibility of Offeror. (1) Applying the principles of FAR Subpart 9.5, each Offeror shall assess whether there is an organizational conflict of interest associated with the proposal it submits. The Offeror must explain the actions it intends to use to resolve any organizational conflicts of interest it finds in the Government’s assessment and its own assessment. Offerors shall disclose all relevant information regarding any actual or potential conflicts of interest, including those related to any existing contracts for NASA spacecraft, spacecraft instruments, flight software, and/or ground networks systems in its OCI Mitigation Plan. (2) If the Offeror‘s proposed action to resolve an organizational conflict of interest is not acceptable, the Contracting Officer will notify the Offeror providing the reasons why its proposed resolution is not considered acceptable and allow the Offeror a reasonable opportunity to respond before making a final decision on the organizational conflict of interest and the Offeror’s eligibility for contract award.

(d) Representation. By submission of its offer, the Offeror represents, to the best of its knowledge and belief, that – (1) there are no relevant facts that could give rise to an OCI, as defined in FAR Part 2; or (2) the Offeror has disclosed all relevant information regarding any actual or potential conflicts of interest.

(e) Waiver. The agency reserves the right to waive the requirements of FAR 9.5, in accordance with FAR 9.503.

(f) Required OCI Resolution. The use of NFS clause 1852.209-71 entitled “Limitation of Future Contracting”.

(End of Provision)

L.20 PROPOSAL ACCEPTANCE PERIOD

Proposals submitted in response to this solicitation shall remain firm for at least 350 calendar days after the date specified for receipt by the Government and shall contain a statement to this effect. In addition, Offerors shall insert “350” into Block 12 of Standard Form 33, Solicitation, Acceptance, and Award.

(End of Provision)

Page 15: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 15

L.21 COMMUNICATIONS REGARDING THIS SOLICITATION

Any communications in reference to this solicitation shall cite the solicitation number and be directed to the following Government representative:

Name: Ms. Miyoshi Thompson/ BHE-mail: [email protected]: NASA Johnson Space Center

2101 NASA ParkwayHouston, TX 77058-3696

QUESTIONS REGARDING THIS SOLICITATION MUST BE PRESENTED IN WRITING and shall be submitted electronically to the above e-mail address by May 2, 2012 at 5:00 PM CDT in order that answers may be obtained and disseminated in a timely manner, since it is not expected that a proposal submission date can be extended. Oral questions are not desirable due to the possibility of misunderstanding or misinterpre-tation. Questions shall not be directed to the technical activity personnel.

(End of Provision)

L.22 ACCOUNTING FOR LEASE COSTS

This solicitation covers a 60-day phase in period and a basic period of 5 years, with options for up to an additional 4 years (two 2-year options) of performance. In this regard, Offerors should be aware that Financial Accounting Standards (FAS) apply to Government Contracts through their incorporation into the Federal Acquisition Regulation (see FAR 31.205-36, Rental Costs). Of particular interest in this context is Statement of Financial Accounting Standards (SFAS) No. 13, “Accounting for Leases.” The amount of lease costs that will be allowable under the Contract will depend, in part, on whether the lease is considered to be “operating” (wherein lease costs would be allowable if otherwise allocable and reasonable) or “capital” (in which case, allowable lease costs would be limited to what the cost would have been if the Contractor had acquired the facility and depreciated it).

Whether a lease is properly characterized as an operating lease or a capital lease depends upon criteria established by SFAS-13, which states, in pertinent part, that a lease is a capital lease if (1) the lease transfers ownership of the property to the lessee; (2) the lease contains a bargain purchase option; (3) the lease term is equal to 75 percent or more of the estimated economic life of the leased property; or (4) the present value of minimum lease payments equals 90 percent or more of the fair market value of the leased property. It should be noted that SFAS-13 provides that the determination as to whether a lease is operating or capital is to be made at the inception of the lease. An analysis is also required at the time an option is exercised if it is considered a “new agreement” in

Page 16: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 16

accordance with the provisions of FAS 13.

Under SFAS-13 criteria 3 and 4 above, the issue as to whether a lease is capital or operating may depend not only upon the apparent lease term expressed in the lease, but also upon whether termination of the lease before the expiration of the term is “reasonably possible” or a “remote contingency.” SFAS-5 (applicable to SFAS-13) defines “reasonably possible” as “the chance of the future event or events occurring is more than remote but less than likely.” The definition of “remote contingency” is “the chance of the future event, or events, occurring is slight.”

The Offeror shall submit copies of any proposed lease, along with a statement of whether it considers the lease to be capital or operating, for purposes of reimbursement under the Contract. The Offeror should also include an analysis detailing the cost impact of treating the lease as an operating lease and the cost impact of treating the lease as a capital lease. The Offeror shall also, whether it considers the lease to be operating or capital, submit the rationale therefore, with sufficient substantiation to enable the Government to conclude that the Offeror’s categorization and proposed cost of the lease is correct. The Offeror should explain where these costs are included in the cost proposal elements.

(End of Provision)

L.23 INSTRUCTIONS FOR PROPOSAL PREPARATIONThis section provides detailed instructions to Offerors to be used in the preparation of proposals. It is organized as follows:

L.23.1 IntroductionL.23.2 Proposal Arrangement, Page Limitations, Copies, and Due DatesL.23.3 Volume I – Mission SuitabilityL.23.4 Volume II – Past PerformanceL.23.5 Volume III – Cost/Price ProposalL.23.6 Volume IV – Model Contract

(End of Provision)

L.23.1 INTRODUCTIONIn providing these instructions, the Government’s intention is to solicit information that will permit a competitive evaluation of the Offeror’s proposal. The information solicited will demonstrate the Offeror’s competence and capability to successfully complete the requirements specified in the JETS Statement of Work (SOW). Information related to EA and KA laboratories is provided in Attachment J-25, EA/KA Facility Information.

(a) Generally, the proposal shall: Demonstrate understanding of the overall and specific requirements of the proposed Contract; Convey the company’s capabilities for transforming understanding into accomplishment; Provide in detail, the plans and

Page 17: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 17

methods for so doing; and Provide, as requested below, the cost/price associated with so doing.

(b) The proposal shall be clear, concise, shall not include ambiguous language or terms, and shall include sufficient detail for effective evaluation and substantiation of all information. The proposal should not simply rephrase or restate the Government’s requirements, but rather shall provide convincing rationale to address how the Offeror intends to meet these requirements.

(c) Elaborate brochures or documentation, detailed artwork, or other superfluous embellishments are unnecessary and are not desired, unless specifically requested in a scenario response.

(d) Offerors are requested to provide information responsive to the items set forth below. This information is considered essential for the Government to conduct a fair and uniform evaluation of proposals in accordance with the evaluation factors and sub-factors provided in Section M. The items listed are not, however, all-inclusive and you should include in your proposals any further discussion you believe to be necessary or useful in demonstrating your ability to perform the work under this Contract.

(e) For a more complete understanding of this part of Section L, refer to Section M. The instructions in this part of Section L are directly related to the evaluation factors set forth in Section M.

(f) This procurement will be conducted utilizing a combination of mission suitability, past performance and cost/price factors. The Government seeks to select an Offeror whose proposal represents the best value after evaluation.

(g) An initial review will be conducted to determine acceptability of the proposals. All unacceptable proposals will be eliminated from further evaluation.

(h) The Government reserves the right to award IDIQ Task Orders, (Attachment L-3) as proposed. All other work will be authorized on IDIQ Task Orders negotiated between the Contractor and the Government. The Offeror should plan adequate support for the task order process during Phase-In.

(i) The proposal shall be detailed and complete enough to clearly and fully demonstrate that the Offeror understands the requirements and the inherent risks associated with the objectives of this procurement. It is inadequate to simply state that the Offeror understands and will comply with the requirements, or to paraphrase the requirements such as: “standard procedures will be employed to…” and “well-known techniques will be used for…”. The Mission Suitability Proposal shall comprehensively explain how you propose to comply with the applicable specifications, as well as the techniques and procedures you propose to implement.

(j) Information previously submitted, if any, will not be considered unless it is

Page 18: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 18

resubmitted as part of the proposal; it must not be incorporated by reference. Offerors must not assume that the Evaluation Team is aware of their company abilities, capabilities, plans, facilities, organization or any other pertinent fact that is important to the accomplishment of the work.

(End of Provision)

L.23.1.1 PERIOD COVERED BY PROCUREMENT

This solicitation covers a period of 9 years and the 60-day phase-in. For contracting purposes,

Anticipated Dates Duration Contractual Coverage12/03/12 – 01/31/13 60 Days Phase-In02/01/13 – 01/31/18 5 Years Base Period02/01/18 – 01/31/20 2 Years Option 102/01/20 – 01/31/22 2 Years Option 2

The option periods identified above will be exercised only if the requirements of FAR 17.207, Exercise of Options, have first been met. The Government is not obligated to exercise any option if it determines for any reason that doing so is not in its best interest.

(End of Provision)

L.23.2 PROPOSAL ARRANGEMENT, PAGE LIMITATIONS, COPIES, AND DUE DATES

(a) Proposal ArrangementOfferors shall arrange their proposals into four volumes as set forth below.

Table L-1: Overview of Proposal Volumes and Page LimitationsVolume No. Title Page Limits Electronic Format

I Mission Suitability 400Part 1 Management Approach (MA1-5)

Contract Management Plan (DRD MGMT-01) Included in 400 MS WordContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02)

Included in 400 MS Word

Government Property Management Plan (DRD BP-09)

Included in 400 MS Word

Table to demonstrate allocation of SOW Section 1 price to Task Orders

Included in 400 MS Word

Key Personnel Approach Narrative Included in 400 MS Word

Page 19: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 19

Volume No. Title Page Limits Electronic FormatKey Personnel Evidence of Commitment (MA2)

1 page per key person**

MS Word

Total Compensation Plan (DRD MGMT-09) Included in 400 MS WordStaffing and Critical Skills Plan (DRD MGMT-04)

Included in 400 MS Word

External Customer Plan (DRD MGMT-10) (required portions only)

10* Included in 400

MS Word

Contract Phase-In Plan (DRD MGMT-05) Included in 400 MS WordPart 2 Technical Approach (TA1 – TA3)

Narrative - TA1 Included in 400 MS WordTechnology, Innovation, and Process Improvement Plan (DRD MGMT-11)

10*Included in 400

MS Word

Narrative – TA2 Associated Specific Technical Understanding and Resources Note: Technical Resource Summary Template (TRST) is not included in the page count

Included in 400 Note: TRST is not included in the page count

MS Word

TA3 Quality Plan (DRD SMA-01) Included in 400 MS Word

Part 3 Safety and Health Approach (SH1)Safety and Health Plan (DRD SMA-03) Included in 400 MS Word

Part 4 Small Business Utilization Approach (SBU1-SBU2)Small Business Subcontracting Plan (DRD MGMT-13)

Included in 400 MS Word

Narrative - SBU2 Included in 400 MS WordII Past Performance 8550

Past Performance Description Included in 8550 MS WordKey Personnel Resumes\ 2 pages per

position**MS Word

Page 20: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 20

Volume No. Title Page Limits Electronic FormatPast Performance Attachments Included in 85

Note: OSHA Forms 300 and

300A Safety and Environmental Data are is not subject to page

count limitations Note: Letters

summarizing the Offeror’s

liability and lawsuit history related to safety

and health performance are

not subject to page count limitations

MS Word

III Cost/Price Proposal Not LimitedCost Narrative Not Limited MS WordTemplates Not Limited MS Excel

IV Model ContractSections A-J, with all fill-ins completed, and Section K, Representations and Certifications, with all fill-ins completed

Not Limited MS Word

Organizational Conflict of Interest Mitigation Plan (DRD MGMT-12)

Not Limited MS Word

* The numbers of pages shown for these items are guidelines only. The Offeror may increase or decrease the number of pages in each submitted item, provided the total number of pages submitted for the volume or section does not exceed the page limitation shown above for each volume.

** The page limit for Key Personnel is one page for the evidence of commitment in Volume I and two pages for the resumes in Volume II for each key position proposed. These pages are not included in the total volume page count.

(b) Volumes shall be separately bound in 3-ring binders that permit the volume to lie flat when open. Staples shall not be used. A cover sheet shall be included on each binder, clearly marked with date of offer, volume number, title, copy number, solicitation number and the Offeror’s name. The same identifying data should be placed on the spine of each binder. Information should not be incorporated by reference. A suitable table of contents shall be provided with each volume for ready reference to sections, tables, and figures. Pages shall be formatted in a standard page style, without the use of columns. All pages in each volume shall be numbered sequentially with Arabic

Page 21: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 21

numerals for contents subject to page limitations or with lower case Roman numerals for contents not subject to page limitations (e.g., title pages, tables of contents, and acronym lists). Offerors shall tab each subsection within each volume for ease of reference. Tabs and dividers are not included in the page count limitations and will not be evaluated.

(c) If final proposal revisions are requested, separate page limitations will be specified in the Government's request for that submission.

(d) Pages submitted in excess of the limitations specified in this provision will not be evaluated by the Government and will be returned to the Offeror. For example, if an Offeror submits Volume 1 with 405 pages, the final 5 pages will be returned to the Offeror and will not be evaluated.

(e) Proposal Copies and Due Dates

Table L-2: Proposal Copies and Due DatesDue Date Volume Title Time Due Delivery Location CopiesJune 20,

2012I Mission Suitability 1:30 p.m.

Local at destination

JSC(See L.17)

14 hard copy, 3 CD-ROM

May 30, 2012*

II Past Performance 1:30 p.m. Local at destination

JSC (See L.17)

14 hard copy, 3 CD-ROM

June 20, 2012

III Cost/Price Proposal 1:30 p.m. Local at destination

JSC and DCAA (See L.17)

8 hard copy, 3 CD-ROM (to JSC)1 hard copy, 1 CD-ROM (to DCAA)

June 20, 2012

IV Completed Model Contract and Signed SF 33; Representations and Certifications with all fill-ins completed

1:30 p.m. Local at destination

JSC (See L.17)

5 originals, 3 CD-ROM (JSC)

May 30, 2012*

IV Organizational Conflict of Interest Mitigation Plan (DRD MGMT-12)

1:30 p.m. Local at destination

JSC (See L.17)

14 hard copy, 3 CD-ROM

* Proposal Volume II, Past Performance, and the Cognizant Audit Office Template (CAOT) and OCI Mitigation Plan are requested early, but not officially due until June 20, 2012.

(f) Each Offeror is required to submit its proposal in two formats, one conventional hard copy bound format in the quantities specified above, and one in an electronic format in the quantities specified above. The electronic submission must be compatible with the software and hardware specification described in paragraph (g) below. Electronic media must be labeled or tagged with the RFP Number, Company Name, Date Pre-pared, an indication of the files or range of files contained on the disks marked and in

Page 22: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 22

accordance with FAR 52.215-1(e), Restriction on Disclosure and Use of Data, and FAR 3.104-5, Disclosure, Protection, and Marking of Contractor Bid or Proposal In-formation and Source Selection Information.

(g) Electronic copies of the proposal shall be compatible with Microsoft Office® 2007. Further, the Microsoft Excel spreadsheets shall be submitted in Microsoft Excel format, and not in a scanned Microsoft Word or Adobe PDF file. To the extent of any inconsistency between data provided electronically and proposal hard copies, the hard copy data will be considered to be the intended data. For electronic submissions, each volume of the proposal should be submitted as a separate electronic file. If a volume extends to multiple disks, the Offeror shall clearly indicate the sequence number. The Offeror shall not embed sound or video files into the proposal files. Minimize the use of scanned images and keep embedded graphics as simple as possible.

(h) A cover sheet should be contained as the first page of each book, clearly marked with volume number, title, solicitation identification, and the Offeror’s name. Be sure to apply all appropriate markings, including those prescribed in accordance with FAR 52.215-1(e), Restriction on Disclosure and Use of Data, and FAR 3.104-5, Disclosure, Protection, and Marking of Contractor Bid or Proposal Information and Source Selection Information.

(i) Provide a Cross Reference List that tracks the page and paragraph numbers of the Offer’s proposal to the page and paragraph numbers in the Government’s instructions. A Cross Reference List shall be submitted in each Volume for that particular volume.

(j) For purposes of the proposal, the electronic formats specified above supersede the format specified in Attachment J-2.

(End of Provision)

L.23.3 VOLUME I – MISSION SUITABILITY

The proposal must demonstrate that the offered items(s)/services(s) meet the contract requirements. The Offeror shall describe or provide the following in Volume I:

Part 1. Management ApproachPart 2. Technical ApproachPart 3. Safety & HealthPart 4. Small Business Utilization

L23.3.1 Part 1 - Management Approach (MA)

The Offeror shall describe the proposed management approach, program and project management functions, strategies, policies and processes including any innovations

Page 23: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 23

proposed.

MA1. Overall Management Approach– The Offeror shall provide the following DRDs:

Contract Management Plan (DRD MGMT-01) Contract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Government Property Management Plan (DRD BP-09)

The Offeror shall demonstrate its methodology for allocation of SOW Section 1 total price (cost and fee) to TOs for CY1. An example is shown on the table below:

TO-RFP 01

TO RFP02

TO RFP 03

TO RFP 04

TO RFP 05

TO RFP 06

TO RFP 07

TO RFP 08

TO RFP 09

TO RFP 11

SOW Section

1

Example: Total Price

$M (Cost & Fee)

(After multiplier)

$75 $60 $100 $170 $140 $200 $150 $120 $115 $80 $100

Percentage of Section 1 Allocated to Task Order (based on Offeror’s allocation

methodology)

a% b% c% d% e% f% g% h% i% j%

SOW Section 1 Price =

$100 ($M) Allocation

$k $l $m $n $o $p $q $r $s $t

MA2. Key Personnel Approach – The Offeror shall discuss its approach and rationale for identifying, selecting and filling Key Positions (including Key Positions of Teaming Partners and subcontractors). The Offeror shall address the Key Personnel positions pro-posed in Clause H.10 Key Personnel and Facilities. The Offeror shall provide the basis

Page 24: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 24

for selecting the proposed Key Positions, and the basis for selection of the individuals and a summary of their qualifications to fill those positions. Describe the minimum qual-ification standards (training, certifications, type and length of experience, etc.) you will use to replace key personnel, if required, during the term of the contract. Provide this in-formation for each key position. Describe how you will ensure key personnel will main-tain the minimum qualification standards.

Additionally, the Offeror shall provide evidence of commitment, for each individual pro-posed for a key position.

If Key Personnel are currently being proposed for other contracts, or for other reasons are not planned to be 100% dedicated to this Contract, describe the level of commitment pro-posed. Discuss your rationale for how the work can be effectively performed with Key Personnel who are not fully committed to this Contract. Include in the discussion, sce-narios that may lead to less than their full commitment to this Contract and any alterna-tives you propose. If the commitment of Key Personnel is contingent upon the outcome of another competition, alternate Key Personnel shall be proposed along with evidence of commitment.

The Key Personnel approach shall be consistent with the overall management approach and rationale.

MA3. Staffing Approach - The Offeror shall provide the DRDs listed below:

Total Compensation Plan ( DRD MGMT-09)The total compensation plan must correspond with the data provided on the Total Compensation Templates (a), (b), (c), (d), and (e).

Staffing and Critical Skills Plan (DRD MGMT-04)

The Staffing Approach shall be consistent with the overall management approach and rationale.

MA4. External Customers Approach – The Offeror shall submit a response to the following elements of the External Customers Plan (DRD MGMT-10): Paragraph B. CONTENT: subparagraphs 1, 3.iii, 5, and 8. The Offeror shall also submit any associated terms and conditions in its model contract, Volume IV. The External Customer Approach shall be consistent with the overall management approach and rationale.

MA5. Contract Phase-In Approach – The Offeror shall submit the Contract Phase-In Plan (DRD MGMT-05). The Contract Phase-In Approach shall be consistent with the overall management approach and rationale.

(End of Provision)

Page 25: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 25

L.23.3.2 Part 2 - Technical Approach (TA)The Offeror shall describe its approach and rationale to meeting the technical requirements of the SOW consistent with its Management, including any innovations proposed, focusing on the sub factors below.

TA1. Efficiencies, Innovations and Technology Infusion – The Offeror shall describe its approach to develop and infuse efficiencies, innovations and technology into the JETS Contract effort by providing:

Any efficiencies and innovations that are applicable across multiple RFP Task Orders.

A Technology, Innovations, and Process Improvement (TIPI) Plan (DRD MGMT-11).

TA2. Specific Technical Understanding and Resources - The Offerors are required to demonstrate their understanding of the requirements of the SOW and each RFP IDIQ Task Order listed in Table L-3 and the specific labor resources needed to successfully perform these requirements. Since the paragraphs and tables described in these instructions are also intended to facilitate the technical evaluation of the Offeror’s Cost/Price proposal, Offerors should carefully follow these instructions.

The Offeror's response to this section should be consistent with the proposed Management Approach. Likewise, the Full Time Equivalents (FTEs) proposed on the Technical Resources Summary Templates (TRSTs) must agree with the resources proposed in the Volume III, Cost/Price. FTEs are defined as the proposed productive hours needed to comprise one average full time employee. This may be one employee or several part time employees. Productive Hours are defined as the total available hours for productive work in a year, excluding overtime, less paid time off.

The Offeror shall provide detailed responses to all of the RFP IDIQ Task Orders listed in Table L-3. The Government reserves the right to award the IDIQ Task Orders at contract start based on the Offeror’s proposal price inclusive of the allocation of SOW Section 1 as proposed. The task orders are intended to evaluate the Offeror’s technical understanding and cost realism of typical work content.

The Task Orders (TOs) in Table L-3 are intended to be representative of the work expected to be executed under the JETS contract. Task Orders 1-10 9 are completion form TOs. NASA expects that completion form TOs will represent at least 60% of the work on the JETS contract. Task Order 11 is a Level of Effort (LOE) TO. NASA expects that up to 40% of the work on the JETS contract will be conducted under LOE TOs. TO 11 represents approximately 40% of the work expected to be executed under the contract in CY 1. TOs 1-5 represent work which NASA anticipates being relatively stable and consistent for the life of the contract. Therefore, Offerors shall propose the resources they will require to perform TOs 1-5 in each year of the contract taking into account all efficiencies expected from year to year. TOs 6-9 represent work with less stability.

Page 26: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 26

While NASA anticipates that work of similar character will continue throughout the contract, significant variations in the tasks are likely. Therefore, Offerors are required to propose resources for these tasks for CY 1 only. The resources for these tasks for CY 1 shall be straight-lined in CYs 2-9. Offerors are not required to propose resources for TO 10 (Technical Narrative only).

While TOs 1-9 are representative of the completion form work anticipated under the contract, they do not represent the magnitude of the completion form effort. To allow Offerors to develop a meaningful, complete cost/price proposal, the resources proposed for TOs 1-9 will be multiplied by specified factors in Attachment L-4 Technical Resources Summary Template (TRST). This application of multiplication factors will result in total proposed resources for TOs 1-9 that are reasonably representative of the total magnitude of future completion form TOs currently anticipated. Adding the proposed resources for all completion form TOs 1-9 (after application of the RFP required multiplier factor in the TRST for each of those TOs) to the level-of-effort resources prescribed in the RFP for TO 11 will result in the representative magnitude of work needed for Offerors to propose the types and quantities of resources, including any offsite facilities, that will be needed to accomplish SOW Section 1 requirements.

Offerors are cautioned that this estimate is not a guarantee of future work. Offerors are directed to Clause B.6 MINIMUM/MAXIMUM IDIQ POTENTIAL CONTRACT VALUE, regarding the guaranteed minimum order for IDIQ. The Government intends to issue task orders during the phase-in period to be in effect at contract start.

Table L-3: IDIQ Task OrdersTask Order

Task Order Number Title Reference

Attachment1 TO-RFP-01 Energy Systems Test Area Battery Facility Maintenance L-3-1

2 TO-RFP-02 Electronic Systems Test Laboratory (ESTL) Test and Development Services L-3-2

3 TO-RFP-03 Spacecraft Software Engineering L-3-34 TO-RFP-04 ARES Astromaterials Curation L-3-45 TO-RFP-05 ARES Astromaterials Research L-3-5

6 TO-RFP-06 Crew and Thermal Systems Division Chamber B Maintenance and Operations L-3-6

7 TO-RFP-07 ARES Mission Services L-3-7

8 TO-RFP-08

ISS Permanent Leak Repair Technology Demonstration – Technical Understanding of Requirements, BOE and Resources are required for Phase I. Only the narrative for Technical Understanding of Requirements is required for Phases II, III and IV

L-3-8

9 TO-RFP-09 Hardware Design and Fabrication L-3-910 TO-RFP-10 Rapid Recovery System Sample Return Concept

Development – Technical Understanding of L-3-10

Page 27: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 27

Requirements narrative only, no BOE or Resources are requested

11 TO-RFP-11

Level Of Effort – Narrative for Technical Understanding and BOE are not required. The resources are provided by the Government in Attachments L-3 and L-8. Offerors shall price the resources provided.

L-3-11

The Offeror shall provide: A) the specific technical understanding of the requirements; B) the Basis Of Estimate (BOE) including any efficiencies proposed; and C) provide an estimate of the resources (labor and non-labor) needed to perform the requirements for each Task Order in Table L-3 (with the exceptions detailed in Table L-3) in the technical resources summary templates (TRST). For Task Orders 1-5, the Offeror shall provide this information for each year of the contract (CYs 1-9) assuming that the Task Orders are renewed for the life of the contract. Any innovations or efficiencies proposed in the TRST shall be tied to an explanation in the BOE and Technical Understanding of Requirements. For Task Orders 6-9, the Offeror shall provide this information only for CY1. The resources developed for these tasks for CY 1 are to be straight-lined for the remaining contract period of performance (CYs 2-9).

Management and Administration Requirements (SOW Section 1)

The Offeror shall propose the resources necessary to conduct this effort in Attachment L-4 Technical Resources Summary Template (TRST) and the basis of estimate for the resources. (The Offeror’s detailed approach for the work described in the SOW Section 1 will be evaluated as part of the Contract Management Plan in MA1.) The BOE and resources proposed shall be consistent with the Contract Management Plan. The scope of this effort should be based on assuming that Task Orders 1-9 are executed and that additional completion form TOs are executed consistent with the resources multipliers in Attachment L-4 TRST and that Task Order 11, (Level of Effort) is executed. The Offeror shall provide the resources information for each year of the contract CY 1-9. Any innovations or efficiencies proposed in the TRST shall be tied to an explanation in the BOE and consistent with the Contract Management Plan.

A. Technical Understanding of RequirementsThe Offeror shall provide a sufficient narrative detailing the technical approaches for providing products and services defined in each of the RFP IDIQ Task Orders in Table L-3, and provide all assumptions and rationale used. Provide discussion to fully demonstrate understanding of the technical requirements for each Task Order. Discuss all needed functions including enabling and facility support requirements, and cite the appropriate reference to the SOW of the contract to the Offeror’s approach and rationale in executing the requirements.

If, or where the Task Order or other section of the contract instructs the Offeror to utilize specific products or services required from other JSC organizations, the

Page 28: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 28

Offeror must identify those resources and how they will be incorporated into the work flow and managed; however, assume that those services are provided (i.e. Offerors don’t have to estimate the cost of those services). The Offeror should not assume that any products or services are provided by JSC that are not specifically mentioned in the RFP.

Describe the processes used to accurately identify, monitor, and control technical risks associated with each specific Task Order. Identify those specific technical risks that the Offeror believes should be addressed relative to performance of work under all applicable sections of the SOW for that Task Order and discuss plans to mitigate or accept each risk. Additionally, identify any significant technical trades the Offeror conducted in developing its technical approach for each Task Order.

For Task Order 10 only, the Offeror shall provide 1) an overview of its concept for meeting the requirements of the Task Order, 2) a discussion of the team makeup and technical skills required, 3) a plan to conduct a concept review including products that would be presented at the review, 4) a discussion of the additional requirements and information that would be needed to complete the effort and 5) skills, technologies, corporate assets, and innovations that the Offeror would propose bringing to the effort.

For purposes of the RFP assume that on-site in-line quality engineering and quality assurance will be supplied by NASA or other NASA support contractors unless the Task Order specifically states otherwise.

B. Basis of Estimate (BOE) & EfficienciesFor Section 1 and each RFP Task Order, explain the BOE by providing supporting rationale for all labor resources (FTEs and skill mix) proposed. Include a discussion regarding how the proposed FTEs were estimated. Also, include a discussion associated with any assumptions made regarding the requirements that led to the proposed resources such as: "we assume that a verification plan for the XYZ deliverables already exist and all we are responsible for is the maintenance of the plan." Include sufficient narrative discussion to convince the Government that the proposed resources are realistic for the proposed technical and management approach. Include with your narrative discussion a schedule and critical path for the proposed effort. This narrative shall be consistent with the Offeror's OCI Mitigation Plan, such that, for example, a proposed and relevant mitigation strategy is incorporated and included in the estimated costs.

Offerors are required to identify and estimate any non-labor resources dollars for each RFP Task Order and Section 1. A narrative BOE shall be provided that depicts the Offeror’s demonstrated understanding of the required non-labor resources required to satisfy the RFP Task Orders and Section 1.

For Section 1 and each RFP Task Order explain any applicable efficiencies or innovations in sufficient detail to allow for a comprehensive analysis. If efficiencies

Page 29: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 29

or innovations are being proposed, ensure sufficient supporting information to perform a technical analysis is provided. Also, describe how any proposed methodologies, processes and techniques used to gain efficiencies or innovations would be implemented. Address risks and risk mitigation plans associated with savings or improvements. Also explain in detail how the proposed efficiencies or innovations can actually be achieved. The Offeror shall incorporate language in the SOW or in another Section of the model contract if determined more appropriate, to contractually bind the proposed efficiencies or innovations. Efficiencies or innovations that affect multiple RFP Task Orders should be addressed in the Offeror’s response to TA1, but the Offeror should briefly mention the proposed efficiencies or innovations again in the response to this section.

For purposes of the RFP assume that JSC manufacturing in Building 9 or 10 is not available for use in execution of the RFP task orders (see Clause H.22).

C. ResourcesThe resources (labor and non-labor) shall agree with the narrative discussion in paragraphs A and B above. The resource details shall be contained in the Technical Resources Summary Template (TRST) described below, for that Task Order (and Section 1 of the SOW), and shall reconcile with the cost proposal as indicated in the cost proposal instructions for a pricing model. The TRST shall not include Technical Understanding of Requirements or BOE & Efficiencies data. If the Government determines this data is included in the TRST the data will not be evaluated and the applicable TRST will be returned to the Offeror.

Offerors shall assume that 700 office seats (See G.8(c) Installation-Accountable Government Property), distributed among the JSC facilities, are available for the JETS contractor.

Technical Resources Summary Templates (TRST)The Offeror shall complete Attachment L-4, Technical Resources Summary Template (TRST), and submit a printed copy of the TRST with the response to each given Task Order (and Section 1). The TRST shall agree with the BOEs. The resources (labor and non-labor) proposed in the TRST shall reconcile to the cost volume. The TRST roll-up summary for each TO shall reconcile with the details (if applicable). In addition, Offerors are required to convert the FTEs proposed for TOs 1-9 into productive hours using its conversion factor in the TRST for each contract year. The productive hours are then multiplied using the multiplier factor applicable to each TO, as specified in the TRST. The resulting total number of hours shown in the TRST rollup summary shall reconcile with the productive hours shown in the cost proposal as indicated in the cost proposal instructions for a pricing model. Note that the TRST templates are also submitted as part of Volume III, Cost/Price Proposal.

Standard Labor Categories (SLC)

Page 30: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 30

The Offeror shall develop its cost estimates using its estimating system. The Offeror shall map its labor categories to the SLCs using the guidelines provided in Attachment J-26. SLCs are intended to broadly group proposed labor into a manageable number of categories. These guidelines do not address all the possible specific skills, or requirements that any one occupation or profession may require. It is the Offeror’s responsibility to acquire an understanding of the complexities of the work required to successfully meet the JETS requirements. Accordingly Offerors shall propose the resources required to successfully meet these requirements. Offerors are allowed to include additional labor categories that do not easily map into the SLC below, however; the Offeror shall provide job descriptions similar to the guidelines provided in Attachment J-26.

Government Resource Estimate (GRE)A Government Resource Estimate (GRE) has been developed for each RFP task order, and SOW Section 1 and is included in Attachment L-5.  A corresponding GRE has also been developed at the overall contract level and is likewise provided in Attachment L-5.  The GRE is the Government’s estimate of the direct labor resources (skill mix and full time equivalents) as well as non-labor resources that may be required to perform this effort, without incorporation of any one Offeror’s specific management or technical approach.  The GRE is based on historical usage factors and depicts an overall direct labor staffing and non-labor resource estimate for the entire scope of the task orders that the RFP requires offerors to address in their proposals.   The GRE provided is not intended to influence the Offeror’s proposed estimates; however, it is provided to assist Offerors in determining the general magnitude of this procurement.  With the exception of level-of-effort requirements, Offerors shall develop their own estimates that support their unique proposed management and technical approaches and shall provide supporting rationale in narrative form.

With the exception of level-of-effort requirements, the GRE is not to be considered a Government “plug number.”  The GRE Full Time Equivalent (FTE) estimates include all direct labor required to perform the entire SOW with the exception of traditional G&A type personnel such as:  sales, human resources, finance, legal, procurement, or other corporate-level executives.

In addition, the NLR GRE does not include any offsite facilities costs. However, Offerors shall propose offsite facilities costs based on their proposed management and technical approaches and shall be consistent with their disclosed accounting and estimating practices. The NLR GRE does not include application of any indirect expenses such as material handling or G&A expenses, nor does it include fee.

Because of the uncertainties involved with IDIQ work, Offerors are cautioned that this estimate is not a guarantee of future work. Offerors are directed to clause B.6 MINIMUM/MAXIMUM IDIQ POTENTIAL CONTRACT VALUE regarding the guaranteed minimum order for IDIQ.

Page 31: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 31

TA3. Quality Management – The Offeror shall describe its approach for implementing AS9100C quality management systems for off-site activities by providing:

The Offeror shall submit a Quality Plan (DRD SMA-01).

(End of Provision)

L.23.3.3 Part 3 - Safety and Health (SH)The Offeror’s approach and rationale to meeting the safety and health requirements of the SOW shall discuss an in-depth understanding of safety and health policy, requirements, and operations. The Offeror shall address its proposed Safety and Health Program.

SH1. Safety and Health Plan - The Offeror shall submit a Safety and Health Plan in ac-cordance with DRD SMA-03, Safety and Health Plan.

(End of Provision)

L23.3.4 Part 4 - Small Business Utilization (SBU)

All Offerors, except small businesses, must complete the portion of the instructions under Small Business Subcontracting specific to the Small Business Subcontracting Plan, (DRD MGMT-13). Small businesses are not required to submit Small Business Subcontracting Plans; however, small businesses are required to indicate the amount of effort proposed to be done by a small business either at the prime level or at the first tier subcontract level.All Offerors are required to respond to the Commitment to the Small Business Program.

SBU1. Small Business Subcontracting  (1)  Small Business Subcontracting Plan (DRD MGMT-13).

Required by the FAR: (i)  This solicitation contains FAR clause 52.219-9, “Small Business Subcontracting Plan with Alternate II”.  The Plan described and required by the clause, including the associated subcontracting percentage goals and subcontracting dollars, shall be submitted with your proposal. 

(ii) The Contracting Officer’s assessment of appropriate subcontracting goals for this acquisition, expressed as a percent of TOTAL CONTRACT VALUE (basic and all options combined), is as follows: 

Small Businesses (SB) 30.0%Small Disadvantaged Business Concerns (SDB) (Includes SDB’s in represented and under-represented areas*)

5.0%

Women Owned Small Business Concerns (WOSB) 18.0%HUBZone Small Business Concerns (HBZ) 6.0%

Page 32: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 32

Veteran Owned Small Business Concerns (VOSB) 9.0%Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) 8.0%

Minority Serving Institutions (MSI) 0.5%*Although 15 U.S.C. 637(d) requires subcontracting plans to contain information about  SDB concerns, case law prevents the Government from giving evaluation credit to business types based on race or ethnicity unless those businesses are in under- represented industries.  The Section M evaluation for SDB participation ensures that the Government only evaluates participation of SDBs in industries that are designated by the Department of Commerce as underrepresented.  For purposes of the Small Business Subcontracting Plan, the proposed subcontracting goal for SDBs will be evaluated based upon the SDB’s status as a small business.

(iii) The numbers above reflect the Contracting Officer’s assessment of the appropriate subcontracting goals to be achieved at the completion of contract performance. If it is anticipated that the proposed small business goals will not be met by the submission of the first Individual Subcontracting Report (ISR) for this effort as required by 52.219-9 Small Business Subcontracting Plan, the Offeror should discuss their approach to include timeline for meeting these goals and the rationale for it.

(iv) Offerors are encouraged to propose goals that are equivalent to or greater than those recommended by the Contracting Officer.  However, Offerors must perform an independent assessment of the small business subcontracting opportunities. 

(v)  The Plan submitted with the proposal shall be incorporated in Section J as Attachment J-7 in the resulting contract.  The requirements in the Plan must flow down to first tier large business subcontracts expected to exceed $700,000 or $1,500,000 for construction of a public facility.  Although these first tier large business subcontractors are encouraged to meet or exceed the stated goals, it is recognized that the subcontracting opportunities available to these subcontractors may differ from those suggested in the solicitation based upon the nature of their respective performance requirements.

(vi)  Offerors are advised that a proposal will not be rejected solely because the submitted Plan does not meet the NASA recommended goals that are expressed in paragraph (a) (1) above in terms of percent of  TOTAL CONTRACT VALUE (basic and all options combined).  NASA will consider the amount of work being retained for performance by the prime contractor in-house when determining whether a subcontracting plan is acceptable. Offerors shall discuss the rationale for any goal proposed that is less than the Contracting Officer’s recommended goal in any category.  In addition, the Offeror shall describe the efforts made to establish a goal for that category and what ongoing efforts, if any, the Offeror

Page 33: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 33

plans during performance to increase participation in that category.

(vii)  In addition to submitting a Small Business Subcontracting Plan in accordance with Section I, FAR clause 52.219-9, Alternate II, Offerors shall complete Attachment L-6, SMALL BUSINESS SUBCONTRACTING TABLES, which provides a breakdown of the Offeror’s proposed goals, by small business category, expressed in terms of both a percent of TOTAL CONTRACT VALUE and a percent of TOTAL PLANNED SUBCONTRACTS.  Offerors shall modify the exhibit to show the proposed subcontracting goals for the basic contract requirement and each option separately.

Example of Subcontracting Goals, expressed in both contract value and subcontract value, for a contract proposed at $100M with estimated subcontracts of $50M:

Table L-4: Small Business Subcontracting Plan Goals  Column A Column B Column C

Business Category Goal as Percent of Contract

Value

Dollar Value to be

subcontracted per Category

Goal as Percent of

Subcontracting Value

Small Business Concerns 25 percent $25,000,000 50 percentLarge Business Concerns   n/a $25,000,000 50 percentTotal Dollars to be Subcontracted n/a $50,000,000 100 percent

The following small business subcategories do not necessarily add up to the percentage and dollar amount in the “Small Business Concerns” category above, since some small businesses do not fall into any of the subcategories below, while others will fall into more than one subcategory below.

Subcategories of Small Business ConcernsWomen Owned Small Business Concerns

9 percent $9,000,000 18 percent

Small Disadvantaged Business Concerns

5.0 percent $5,000,000 10 percent

Veteran Owned Small Business Concerns

2.5 percent $2,500,000 5 percent

Service-Disabled Veteran-Owned Small Business Concerns

1.5 percent $1,500,000 3 percent

HUBZone Small Business Concerns 1.5 percent $1,500,000 3 percent

Page 34: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 34

Minority Serving Institutions 1.5 percent $1,500,000 3 percent

It is recommended that Offerors first complete Column B by entering the dollar amount the Offeror proposes to subcontract to each business category and subcategory.

To complete Column A, divide the dollar amount in Column B by the total offered price of the proposal (that is, total contract value). In the example above, Column A for Veteran Owned Business Concerns = $2,500,000 divided by $100,000,000, or 2.5 percent.

To complete column C, divide the corresponding amount in Column B by the amount in the “Total Dollars to be Subcontracted” cell in Column B. In the example above, Column C for Women-Owned Small Businesses = $9,000,000 divided by $50,000,000, or 18 percent. Note: the “Total Dollars to be Subcontracted” amount in Column C will always be that category divided by itself (100 percent if any dollars are subcontracted). 

SBU2. Commitment to the Small Business Program(1)  All Offerors shall briefly describe work that will be performed by small businesses.  Proposals should also identify any work to be subcontracted that is considered “high technology.” High Technology is defined as research and development efforts that are within or advance the state-of-the-art in technology discipline and are performed primarily by engineers, scientists, and highly skilled and trained technicians or specialists.(2) If the subcontractor(s) is known, Offerors must connect the work to the subcontractor and specify the extent of commitment to use the subcontractor (s) (enforceable vs. non-enforceable commitments). (Small Business Offerors shall provide this information to the extent subcontracting opportunities exist in their approach to performing the requirement.) (3)  All Offerors shall provide information demonstrating the extent of commitment to utilize small business concerns and to support their development.  Information provided should include a brief description of established or planned procedures and organizational structure for Small Business outreach, assistance, participation in the Mentor Protégé program, counseling, market research and Small Business identification, and relevant purchasing procedures.  For Other than Small (Large) Business Offerors, this information should conform to applicable portions of the submitted Small Business Subcontracting Plan. Small Business Offerors shall provide this information to the extent subcontracting opportunities exist in their approach to performing the requirement.)

(End of provision)

L.23.4 VOLUME II – PAST PERFORMANCE

Past Performance indicates how well an Offeror performed on earlier work and can be a significant indicator of how well it can be expected to perform the work at hand. Past Performance is to be provided in accordance with the instructions below.

Page 35: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 35

OFFERORS SHALL ENSURE THAT PHONE NUMBERS PROVIDED FOR REFERENCES ARE CURRENT AND CORRECT.

(1) Provide information from organizations and companies from which your company has previously performed work, in order for the Government to obtain appraisals of past performance. Offerors, including joint ventures, major subcontractors (subcontracts estimated annual value greater than $5M) and the proposed program manager shall each provide information on up to five contracts (subject to the page limitation constraints). References with Government contracts are preferred, but not required.

(2) Offerors shall consider the relevancy, recentness and magnitude of the effort(s) as they relate specifically to this requirement. Offerors are advised that the Government’s evaluation of submitted contracts for past performance will include an evaluation of how recently performance has occurred. Only contracts with performance within 3 years from date of the solicitation will be considered recent. Offerors with no past performance experience shall so state.

(3) The following information shall be provided: Contract number Contract value Employing Agency/Company Name Point of Contact (including address, telephone and fax numbers, and e-mail

addresses) If a Government Agency, include both the Contracting Officer and Contracting

Officer’s Technical Representative points of contact Contract Description Place of Performance Period of Performance Contract Type Status of Contract (current, terminated (if so, why), successfully completed

(include completion date))

Submit information on contracts that you consider relevant in demonstrating your ability to perform the proposed effort. The submission shall include rationale supporting your assertion of relevancy. This submission shall clearly detail what portions of the Statement of Work, the prime, joint venture, subcontractors and proposed program manager are responsible for and/or proposing to do as they relate to the relevant contract being proposed. This submission shall clearly detail what portions of the Statement of Work, the prime, joint venture, subcontractors and proposed program manager are proposing/responsible to do and how the past performance is relevant to those JETS SOW responsibilities. The Offeror shall describe and provide examples of its past performance relevant to the performance of the requirements in the statement of work, with emphasis on the following technical and management areas:

operations of facilities and systems similar to those described in the RFP;

Page 36: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 36

accomplishment of test and analysis similar to that described in the SOW; implementation of external customers’ utilization of the excess capacity of Gov-

ernment facilities and technical expertise (refer to DRD MGMT-10 External Cus-tomer Plan);

management of organizations, technologies, and operations in environments simi-lar to those described in the SOW;

performance of cost and schedule goals; utilization of corporate resources to effectively and efficiently perform the re-

quirements; implementation of contract phase-in efforts;

For a description of the characteristics or aspects the Government will consider in determining relevance, see Section M, Provision M.5, Past Performance Factor.

(4) In addition to the information above, Offerors, any major subcontractors, as defined above and proposed program manager, shall each submit the Past Performance Questionnaire, Attachment L-7, to all of the point of contacts references required in paragraph 3 above. The Offeror is responsible for ensuring that each of its references, including those from its major subcontractors and proposed program manager, returns the two copies of each questionnaire directly to the Contracting Officer in a sealed envelope or e-mail to the contact identified in section L.17, Proposal Marking and Delivery.

(5) You may include up to one page of introductory material about the experience and performance of your company and subcontractors (if applicable). You may submit additional reference information on experience and past performance for consideration. This shall be subject to the page limitation constraints.

(6) Offerors shall provide the following performance data with explanatory remarks on contracts performed in the last three years that are relevant to the JETS North American Industrial Classification System (NAICS) code. Offerors shall identify the applicable North American Industrial Classification System (NAICS) Code for each contract and shall include points of contact for each contract. If a joint venture or prime-subcontractor relationship is proposed, the same information shall be provided for each company proposed. Explanatory statements shall be included as appropriate. For all work performed during the past three years, Offerors shall provide the following: Environmental Data:

o Copies of any and all environmental non-compliance correspondence and citations from federal, state, or local agencies or authorities with explanatory remarks.

Safety Data:o Copies of any and all OSHA citations with explanatory remarks for contracts

that are relevant to the JETS NAICS code. o Records of the company's OSHA recordable injuries and illnesses for

contracts that are relevant to the JETS NAICS code. These records shall include, for each worksite, as a minimum, 1 copy of each year’s OSHA logs

Page 37: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 37

(Forms 300 and 300A) as required by Title 29 of the Code of Federal Regulations, Section 1904.5(d) including the applicable NAICS code, the number of employees at the worksite and the calculated OSHA recordable frequency rate.

o A list of all insurance carriers providing workers compensation coverage (or equivalent), including dates of coverage. Include points of contact and phone numbers. Offerors shall authorize the listed insurance carriers to respond to Government inquiries recording the Offeror’s past safety performance.

o Calculations supporting the Offeror’s workers’ compensation experience modifier, including the state formula used for the computation, along with the loss ratio for each of the past three years (where the loss ratio is defined as the ratio of losses to premium). Show all figures used for computation.

o A letter from the insurance carrier summarizing the Offeror’s liability and lawsuit history related to safety and health performance for the past three years including a history of changes to the experience modifier rate. If an Offeror self insures, provide and certify the same information (except the experience modifier rate history) with the signature of the responsible corporate officer or official.

Collective Bargaining Unit Relations - data that demonstrates the ability to successfully work with collective bargaining organizations.

o The names of the unions that your company has negotiated with, the location of the worksite, how many employees were represented and the average number of grievances per year that your company receives. The narrative should include, but is not limited to, descriptions of how strikes, as applicable, were dealt with, how negotiations of new contracts were handled, and how the integration of bargaining units from different contracts where contract consolidation has taken place was handled. Provide a description of any difficulties encountered as well as how they were addressed.

(7) Small Business Past PerformanceThe prime Offeror shall provide a statement of small business participation (targets, record, and type of work subcontracted) over the last 3 years on work that is relevant to this effort, with special emphasis on the division of the company which will perform the proposed contract.

(8) Key Personnel

The Offeror shall complete Attachment L-1 resume for the Offeror’s Program Man-ager.

(End of Provision)

L.23.5 VOLUME III – COST/PRICE PROPOSAL

Page 38: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 38

Instructions for Preparation of the Cost/Price Proposal:Note: The Offeror shall demonstrate in the cost/price proposal that an adequate accounting system is in place. If the Offeror cannot demonstrate an adequate accounting system before award, the contract cannot be awarded to that Offeror.

Certified cost or pricing data is not required; however, other than cost or pricing data is required. To ensure that the Government is able to perform a fair assessment of the proposed cost, each Offeror is required to submit a cost/price proposal that is suitable for evaluation. A cost/price volume that is suitable for evaluation shall:

a. Account for all resources necessary to complete requirements of this RFP.b. Provide traceability to the technical/management proposal(s).c. Explain in detail all pricing and estimating techniques.d. Disclose the basis of all projections, rates, ratios, percentages, and factors in suffi-

cient detail to facilitate the Government’s understanding and ability to mathemati-cally verify these estimating tools.

e. Comply with applicable Federal Acquisition Regulation (FAR), NASA FAR Sup-plement (NFS), and governing statutory requirements.

f. Include a narrative portion that explains all judgmental elements of cost projec-tions and fee policies including any proposed cost ceilings and team fee sharing arrangements.

g. Include all templates required in this RFP. The Offeror’s cost/price proposal shall be submitted in one volume labeled Volume III Cost/Price Proposal.

Requirement for Concurrent Cost/Price Proposal Delivery to DCAA: A copy of the prime and all major subcontractor’s cost/price proposals (both electronic and hardcopy) are to be delivered to each respective cognizant Defense Contract Audit Agency (DCAA) field audit office concurrent with delivery to the Johnson Space Center. A major subcontractor is any subcontractor providing an estimated annual contract value of $20 Million (M) or more. If the Offeror does not know the cognizant DCAA field audit office, the information is readily available on the world-wide-web at www.dcaa.mil. Once the web site is accessed, click on the “Audit Office Locator” link. Enter the Offeror’s company’s 5 digit Zip Code in the area provided and click on the adjacent “search” button. (It is important that the Offeror enter the 5 digit Zip Code for the Offeror’s company location where auditable books and records supporting amounts in the Offeror’s proposal physically reside.) Once the search is completed, the cognizant field audit office physical and E-Mail addresses and Voice and FAX telephone numbers will be displayed. Note: Minor subcontractors cost/price submittals (both electronic and hardcopy) do not need to be delivered to DCAA. A minor subcontractor is any subcontractor providing an estimated annual contract value below $20M.

EXCEL PRICING MODEL (EPM) FILE:

Page 39: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 39

Format: In order to achieve standardization, the Excel Pricing Model (EPM) includes three workbooks/files. The workbooks/files must be automated to the greatest extent possible:

a. IDIQ workbook (Fully Automated)b. Other Supporting Workbook (Fully Automated)c. Technical Workbook (Fully Automated)

The first workbook entitled “IDIQ Workbook” shall include the following templates: IDIQ Rates Development – Contractor Specific Template (ICST), Prime Burdens Template (PBT), IDIQ Rates Development Template - Team (ITT), and IDIQ Summary Cost Template (ISCT): [ISCT TO #1-#9, ISCT TO #11 LOE, ISCT SOW Section 1, and ISCT Roll-up].

The second workbook entitled “Other Supporting Workbook” shall include the following templates: Minor Subcontractor Pricing Template (MSPT), Conversion Factor Template (CFT), Phase-in Template (PIT), Overhead Template (OHT), G&A Template (GAT), Cognizant Audit Office Template (CAOT), and the Total Compensation Templates TC (a through e).

The third workbook entitled “Technical Workbook” shall include the following templates: Technical Resources Summary Template (TRST): [TRST-Multiplier TO #1- #9, TRST TO #1 through TRST TO #5, TRST SOW Section 1, and TRST TO #6-#9], and Technical Resources Template (TRT): [TRT TO #3, TRT TO #9 and TRT SOW Section 1].

The goal of the EPM automated workbooks is to provide a comprehensive working model of the Offeror’s proposed cost volume in an automated format. The pricing model shall be designed to facilitate changes to source data such as direct labor hours and/or rates, overhead and G&A rates etc. and be sophisticated enough to compute the total impact of various changes to both cost and price. It is important that your model facilitate this process to ensure fidelity and is error free. For example; the model must be able to compute the cost and price impact of:

a. Increasing (or decreasing) the number of Engineer I full time equivalent staff (FTE)

b. Increasing (or decreasing) the overhead rate(s).

Formulas: All formulas used in the workbooks must be clearly visible in the individual cells and verifiable. Whereas linking among the spreadsheets or workbooks may be necessary, the use of external links (source data not provided to NASA) of any kind is prohibited. The workbooks must contain no macros or hidden cells.

Locks: The EPM and all its associated workbooks shall not be locked/protected or secured by passwords.

CD Cost/Price Proposal Organization

Page 40: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 40

The Government intends to use a personal computer with Microsoft Excel to aid in the evaluation of the cost/price proposal. In addition to the hardcopy requirements of the preceding section, each prime and major subcontractor is required to submit their EPM and any other electronic cost data, including formulas, on CD only.

Each CD provided is to have an external label indicating:

a. The name of the Prime or Major Subcontractor,b. The RFP number, andc. The files/workbooks or range of files/workbooks contained on the CD.

Labeling CD case only does not fulfill this requirement. The CD itself must be labeled. The use of a permanent marker to label the CDs by hand is acceptable.

As addressed above, the CD structure includes 3 workbooks:

a. One fully automated workbook including all templates for IDIQ Workbook b. One non-fully automated workbook including all templates for Other Supporting

Workbookc. One fully automated workbook including all templates for Technical Workbook

When multiple versions of the same template are required, then submit the multiple templates inside one worksheet stacked vertically. For example the IDIQ Rates Development-Contractor Specific Template (ICST) is required for each year of the contract, therefore, 9 vertically stacked templates shall be submitted under a tab titled ICST under workbook IDIQ-Company Name.xls.

All electronic file/workbook names included in the Offeror’s proposal shall begin with the appropriate workbook acronym, hyphen, followed by the first three letters of the Offeror’s company name. For example: assume the Offeror’s company name is ABC Company and the Offeror have completed the IDIQ Form workbook; the file/workbook name would be IDIQ-ABC.xls. Offerors shall use the Template acronyms below in naming individual worksheets/tabs within an Excel file/workbook:

Workbook Acronyms:

IDIQ Cost Template Workbook (Attachment L-8) – All required Indefinite Delivery Indefinite Quantity (IDIQ) contract type templates

ICST IDIQ Rates Development – Contractor Specific TemplatePBT Prime Burdens TemplateITT IDIQ Rates Development Template - Team ISCT IDIQ Summary Cost Template (ISCT TO #1 -#9, ISCT TO #11 LOE,

ISCT SOW Section 1, and ISCT Roll-up)

Other Cost Supporting Templates (Attachment L-9) – All other required supporting cost templates

Page 41: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 41

MSPT Minor Subcontractor Pricing TemplateCFT Conversion Factor TemplatePIT Phase in TemplateOHT Overhead Template GAT General & Administrative Expense Template CAOT Cognizant Audit Office Template TC(a) Compensation Template (a) Salaries & Wages – Non-ExemptTC(b) Compensation Template (b) Salaries & Wages –ExemptTC(c) Compensation Template (c) Fringe Benefit Analysis PackageTC(d) Compensation Template (d) Personnel and Fringe Benefits PoliciesTC(e) Compensation Template (e): Incumbency Assumptions

Technical Workbook (Attachment L-4) – All required templates associated with resources

TRST Technical Resources Summary Template (TRST-Multiplier TO #1-#9,TRST TO #1 through TO #5, TRST SOW Section 1, and TRST TO #6- #9)

TRT Technical Resources Template (TRT TO #3, TRT TO #9 and TRT SOW Section 1)

The cost/price proposal templates are designed to provide NASA with information necessary to perform a cost realism analysis. The specific templates required can be found in Attachment L-8 and Attachment L-9.

In completing the templates, the Offeror shall propose cost elements in a manner that is consistent with its disclosed and approved estimating and accounting practices. Certain elements of cost on the NASA templates are specified as non-labor resources (for example facilities), however, when these costs are normally treated as an indirect expense in overhead, the Offeror shall propose such costs in overhead and explain accounting treatment in the non-labor resources rationale.

IDIQ COST TEMPLATE (L-8) INSTRUCTIONS

The following flowchart illustrates in a simplified manner how the different templates relate to one another to create a complete representation of proposed IDIQ cost.

Page 42: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 42

*FBR – Fully Burdened Rates**SFBR – Subcontractor Fully Burdened Rates

IDIQ COST TEMPLATES INSTRUCTIONS

The requirement for completed cost templates is as required below.

1. IDIQ Rates Development – Contractor Specific Template (ICST)

A separate ICST is required for each contract year of the effort from the prime, major subcontractors (with an estimated annual contract value of $20M or more) and allminor subcontractors (with an estimated annual contract value at or above of greater than or equal to $5M and less than $20M). (inclusive of all major and minor subcontractors that meet this threshold). This template is provided so that each Offeror may show how they arrived at their individually proposed fully burdened rates (excluding prime fee).

First, this template calculates a weighted average direct labor cost for each Standard

Page 43: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 43

Labor Categories (SLC) while simultaneously mapping the Offeror’s job categories into the SLC’s. The column entitled “usage” provides the comparative weighting for each of the Offeror’s labor categories. The usage percentage must total to 100% for each SLC. For example, assume that for the SLC “Engineer I” (onsite and offsite), you have two contractor specific categories that map into this category. The two categories are “Engineer, Jr” at $35.37/hr and “Software Engineer I” at $42.95/hr. The Offeror (prime or sub) also assumes that its specific labor category will be utilized 25% and 75%, respectively. Then the rates that should show up as the consolidated SLC rate for this specific category is derived as follows: ($35.37/hr * 25%) + ($42.95/hr * 75%) = $41.06. Note that this is simply an example and it may not capture all possibilities.

Next, indirect costs (and fee for subcontractors only) are added to the direct labor cost to compute the fully burdened rate. This template includes some typical indirect cost categories (overhead (onsite and offsite), G&A, facilities capital cost of money, etc.); however, it may be modified to accommodate your accounting system. You may add rows or columns to facilitate this. However, do not remove any SLC’s in your submitted templates. On the “Incumbent Retention %” column, the Offeror shall provideidentify the percentage of incumbent workforce for each SLC that they intendplan to be retained by SLCfilled from the incumbent workforce.

In addition, the prime, each major subcontractor and minor subcontractors (with annual contract value of greater than or equal to $5M or moreand less than $20M) shall provide a narrative supporting rationale and the basis for all proposed labor, indirect, fee rates (for subcontractors only), including any escalation factors used to derive its fully burdened labor rates, on the cost/price narrative. Note that the requirement to submit this template in electronic format, Microsoft Excel format (on CD) and hardcopy also applies to minor subcontractors (with annual contract value of greater than or equal to $5M and less than $20M).

2. Prime Burdens Template (PBT)

This template is required for each Contract Year from the prime contractor. It is provided so that the prime may add their applicable burdens (subcontractor handling, G&A, etc.) to the Subcontractor Fully Burdened Rates (SFBR). These rates are the subcontractor rates that were developed in the “IDIQ Rates Development – Contractor Specific Template (ICST)” and in the Minor Subcontractor Pricing Template (MSPT).

3. IDIQ Rates Development Template – Team (ITT)

This template is required from the prime only and is intended to show how the Offeror arrived at its proposed fully burdened contract rates. This template has a column entitled “usage" where the planned usage percentage for each team member (prime and all subcontractors) and whether the team member will be working onsite or offsite (if applicable) is included. An example that shows how the team’s composite fully burdened labor rate (both onsite and offsite) per contract year for an Engineer I SLC is provided in the subsequent columns. The Offeror shall propose offsite facilities costs in a manner

Page 44: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 44

that is consistent with its disclosed and approved estimating and accounting practices. This template may have blanks since it is possible for the prime or any one subcontractor to be proposing on only certain labor categories.

Prime fee should not be included in the fully burdened contract labor rates shown on this template. Fee will be negotiated for each Task Order and will be reimbursed based on the negotiated arrangement.

At the bottom of this template are additional cost line items that would be applied as rates to non-labor costs such as materials, training or travel on Task Orders (if applicable). For example these rates may address material handling, G&A, other burdens (which must be identified, including the base of application for each rate). In addition, the prime is required to show all proposed Not to Exceed fee rates and non-labor burden rates by contract year at the bottom of this template and in Section B.8 of the contract.

4. IDIQ Summary Cost Template (ISCT)

This template is for pricing all the Task Orders and SOW Section 1, and is required of the Prime Contractor only. This template includes the following four tabs:

a) “ISCT TO #1-#9” - the labor hours and NLR costs proposed for these task orders for CYs 1- 9 on this tab shall match the labor hours and NLR costs developed in the “TRST-Multiplier TO #1-#9” tab of the TRST for Task Orders 1-9 based on specified multiplier factor for each respective Task Order shown on the same tab.

b) “ISCT TO #11 LOE” - the labor hours and NLR costs shown for this task order are the Government developed labor hours and NLR costs for CYs 1-9 are derived from Attachment L-3-11 Level of Effort Task. Offerors are reminded that the GRE NLR costs do not include application of any indirect expenses. Offerors may apply indirect expenses such as material handling or G&A to these costs in accordance with their disclosed accounting and estimating practices.

c) “ISCT SOW Section 1” – the labor hours and NLR costs proposed for this task order for CYs 1-9 on this tab shall match the labor hours and NLR costs developed in the “TRST SOW Section 1” tab of the TRST.

d) “ISCT Roll-up” – the labor hours and NLR costs shown on this tab for CYs 1-9 are the sum of labor hours and NLR costs for CYs 1-9 from the “ISCT TO #1-#9,” “ISCT TO #11 LOE,” and “ISCT SOW Section 1” tabs, respectively. This tab summarizes all the labor hours and NLR costs for Task Orders 1- Task Order 9, including Task Order 11 LOE and SOW Section 1

All the ISCT templates are divided into 3 sections. The first section addresses productive hours. The Offeror shall summarize the total number of the labor hours by SLC that are

Page 45: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 45

developed for each RFP task order and SOW Section 1 for CY 1 through CY 9 from the Attachment L-4 TRST.

The second section addresses the contract rates that were determined in the ITT.

The third section addresses the labor cost developed by multiplying the productive hours by the fully burdened contract rates. This will be the fully burdened labor cost per SLC.

The bottom of the template addresses the fully burdened labor cost, fully burdened non-labor costs, prime award fee (subcontractor fee should be included in fully burdened labor rates unless a fee sharing arrangement is being proposed), and the total cost and award fee. If fee pool sharing arrangement is proposed, the prime and all major subcontractors’ fees shall be allocated from this pool in accordance with the team’s proposed fee sharing arrangement.

Below the total cost and award fee row, the Offeror shall provide the allocation (per Section C SOW) for the labor and NLR costs and fee associated with SOW Section 1 for CY 1 only to all Task Orders (1-9) on the “ISCT TO #1-#9” tab. Additionally, the Offeror shall provide the allocation (per Section C SOW) for the labor and NLR costs and fee associated with SOW Section 1 for CY 1 only to the LOE Task Order 11 on the “ISCT TO #11 LOE” tab.

OTHER SUPPORTING TEMPLATES INSTRUCTIONS

1. Minor Subcontractor Pricing Template (MSPT)The minor subcontractor pricing template is required of the prime only and is designed to show the total hours, fully burdened labor rates and total labor cost proposed for each SLC for those minor subcontractors proposed to have an estimated annual contract value below $5M. This template is intended to provide the Government a concise assessment of the substance of minor subcontracts. Two examples showing how this template is to be completed are included on this template. If fully burdened labor rates proposed by one or more minor subcontractors for the same SLCs differ significantly from the fully burdened labor rate(s) proposed by other minor subcontractors, then the prime shall provide in the cost/price narrative the respective minor subcontractor’s supporting rationale for its proposed fully burdened labor rates.

2. Conversion Factor Template (CFT)This template is required from the prime. It shall list the conversion factor by FTE to productive hours for the prime contractor and each major subcontractor(s).

3. Phase-In Template (PIT) The phase-in template is required of the prime only and is designed to show the total phase-in price (include all subcontractors’ phase-in costs and fee). This template must be supported by a narrative basis of estimate (BOE). Include all skills and hours on this template and add rows if needed to account for all labor required. Use the SLCs for skill mix if appropriate or include your labor mix on the template with a brief job description in the narrative. The BOE should include a discussion of labor skill mix and significant

Page 46: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 46

non-labor resources (materials/supplies, equipment, other, etc.) necessary for accomplishment of phase-in requirements. The phase-in template is to include ALL phase-in costs necessary for full contract implementation.

4. Overhead Template (OHT)The prime Offeror and all major subcontractor(s) must provide a copy of their Forward Pricing Rate Agreement (FPRA) used to price indirect cost for this proposal (if applicable). If an FPRA has not been established and a Forward Pricing Rate Proposal (FPRP) is used, the prime and all major subcontractors must provide a completed Overhead Template that includes estimated expenses and base for the period of performance to develop the overhead rates used to price this proposal. This template shall provide insight into the composition of the burden pool for the proposed overhead rates. A separate template for each of the proposed burden pools is to be completed if applicable (e.g. on-site, offsite, etc). If a separate offsite overhead rate is proposed, the Offeror shall provide a brief description of the offsite facilities (e.g. office building, computers, etc) including a narrative basis to support all costs, such as total square footage, number of offsite employees, number of computers, lease term and lease quotes from leasors on the cost/price narrative. In addition, provide overhead cost history for the prior three years and for the term of the contract. The basis for projections of overhead shall also be provided and an explanation in support of any significant changes in either expenses or base of application that exist from one year to the next. In the event the Offeror’s fiscal year and anticipated contract year do not coincide, the Offeror shall complete the rate reconciliation showing how the fiscal year overhead rates result in the proposed overhead rates for each contract year. The Government does not require or mandate that you propose indirect rate ceilings. However, if proposed, the template includes an area for overhead ceilings.

A few cost elements are included on the template that represents the type of cost detail the Government requires visibility into. If these cost elements are not applicable to any proposed indirect cost pool, leave blank.

5. G&A Template (GAT)The prime contractor and all major subcontractor(s) must provide a copy of their Forward Pricing Rate Agreement (FPRA) used to price G&A cost for this proposal (if applicable). If an FPRA has not been established and a Forward Pricing Rate Proposal (FPRP) is used, the prime and all major subcontractors must provide a completed G&A Template that includes estimated expenses and base for the period of performance to develop the G&A rates used to price this proposal. This template shall provide insight into the composition of the burden pool for the proposed G&A rate. Identify the estimated G&A expense and explain the method for its calculation. Provide G&A cost history including the actual expense pool and application base amounts for the prior three years. The basis for projections of G&A shall also be provided and an explanation in support of any significant changes in either expenses or base of application that exist from one year to the next. In the event the Offeror’s fiscal year and anticipated contract year do not coincide, the Offeror shall complete the rate reconciliation showing how the fiscal year G&A rate results in the proposed G&A rate for each contract year. The Government does

Page 47: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 47

not require or mandate that you propose indirect rate ceilings. However, if proposed, the template includes an area for G&A ceilings.

A few cost elements are included on the template which represents the type of cost detail the Government requires visibility into. If these cost elements are not applicable to your proposed G&A cost pool, leave blank.

6. Cognizant Audit Office Template (CAOT) This template is required for each prime contractor, teaming partner, joint venture partner, and major subcontractor that meets the major subcontractor threshold ($20M or more per year). This template is to be delivered with the Past Performance Volume which is due May 30, 2012* and with the Cost/Price Proposal Volume which is due June 20 , 2012 . This template is designed to capture relevant information concerning:

* Proposal Volume II, Past Performance, and the Cognizant Audit Office Template (CAOT) are requested early, but not officially due until June 20, 2012.

(1) the specific location (address or addresses for prime and major subcontractors) where auditable cost information physically resides that supports amounts proposed;

(2) the person or persons (name, address, phone number, e-mail address, etc) who can be contacted by DCAA to provide cost realism audit information for the prime contractor,

(3) the person or persons (name, address, phone number, e-mail address, etc) who can be contacted by DCAA to provide cost realism audit information for your company or partners (in a teaming, joint venture or partnership situation) and major subcontractor(s);

(4) the name and address of the cognizant DCAA field audit office to which electronic and hardcopy proposals were sent; and

(5) the status of each Offeror’s disclosure statement and business systems, such as accounting, estimating, etc, as well as, information that may assist the Government in the performance of a DCAA audit (recent proposal audit, the basis for direct labor rates, escalation factors and indirect rates that the Offeror intends to use in developing its cost proposal, etc).

Total Compensation Templates Instructions

The following compensation templates are required for Prime team members and subcontractors meeting the threshold of NFS 1852.231-71(d) in order for the Government to perform an evaluation of your labor relations. These templates shall reconcile with the cost templates described above, wherever applicable.

1. Compensation Template (a): SALARIES AND WAGES NON-EXEMPT - CON-TRACT YEAR 1: TC(a)

Page 48: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 48

The Offeror shall submit a completed Compensation Template (a) for non-exempt personnel for contract year 1. This template is required of the Offeror proposed as prime and all proposed major subcontractors. In the “LABOR CATEGORY - Offeror’s” column, list all proposed labor classifications (included in the cost proposal), by titles from the Offeror's estimating system. Each of the Offeror’s Labor Categories shall be mapped to the Government Standard Labor Category. The DOL WD category shall be mapped to the LABOR CATEGORY – Offeror’s. The “Incumbent Actual Labor Rate” column is only applicable to incumbent contractors or sub-contractors. Incumbent contractors or sub-contractors are to include the actual average current direct labor rate for each SLC. The “FTE” Column shall include all proposed FTEs per SLC. Depending on whether the category is DOL or CBA covered, include the wage rate in the appropriate column. The "Contract Year 1 Actual Proposed Labor Rate" is the Offeror’s actual proposed composite labor rate starting in Contract Year 1. The “Escalation rates for year 2-9” column shall include your annual escalation percentage. A source column has been provided on the template for the Offeror to use to identify the supporting data for each labor category, which shall include the source data (for example, DOL, CBA, etc.) for non-exempt personnel. An example is included on the template for illustration purposes only.

2. Compensation Template (b): SALARIES AND WAGES EXEMPT – CONTRACT YEAR 1: TC(b)

The Offeror shall submit a completed Compensation Template (b) for exempt personnel for contract years 1. This template is required of the Offeror proposed as prime and all proposed major subcontractors. In the “LABOR CATEGORY - Offeror’s” column, list all labor classifications included in the proposal, by titles from the Offeror’s estimating system. Each of the Offeror’s Labor Categories shall be mapped to the Government Standard Labor Category. The “Incumbent Actual Labor Rate” column is only applicable to incumbent contractors or sub-contractors. Incumbent contractors or sub-contractors are to include the actual average current direct labor rate for each SLC. The “FTE” Column shall include all proposed FTEs per SLC. The "Contract Year 1 Actual Proposed Labor Rate" is the Offeror’s actual proposed composite labor rate starting in Contract Year 1. The “Escalation rates for year 2-9” column shall include your annual escalation percentage. The “Actual Proposed Annual Salary” is the salary of the proposed labor category. A source column has been provided on the template for the Offeror to use to identify the supporting data for each labor category, which shall include the source data (Actual or Wage Survey) for exempt personnel. An example is included on the template for illustration purposes only.

3. Compensation Template (c): FRINGE BENEFITS ANALYSIS OF COMPENSATION PACKAGE - Contract Year 1: TC(c)

A separate Template (c) shall be completed for Exempt, Non-Exempt Nonunion, and Non-Exempt Union direct labor. This template is required of the Offeror proposed as prime and all proposed major subcontractors. It should be noted that the minimum hourly fringe benefits rate cannot be less than the DOL specified minimum rate listed in

Page 49: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 49

the RFP under Section J-12 for non-exempt employees. The column entitled, “Cost of Fringe Benefit” shall include the cost, not rate, associated with the fringes specified (i.e. life insurance, disability insurance, etc.) that are proposed on this contract for each of the related personnel type (exempt, non-exempt union/non-union). The next column entitled, “Percent of Direct Labor Cost” shall include the percentage of each of the related specified fringe costs as a percent of direct labor cost. The third column shall include hourly rates based on the average cost per labor hour proposed per specified fringe.

4. Compensation Template (d): Personnel And Fringe Benefits Policies Contract Year 1: TC(d)

This template is required of the Offeror proposed as prime and all proposed major subcontractors. This template provides visibility, by employee category, into personnel policies and fringe benefits, which shall be in effect at the time of contract award. Although only brief explanations are desired, sufficient information is required to allow an evaluation and estimate of all potential costs, which will arise upon award of the contract. Comments are required pertaining to all items listed below under the proper column, whether or not the policy is written. The established practice of the Offeror and applicability to this proposal shall be provided. If any item below is not applicable, so state. Items pertinent to the Offeror, which are not identified must be included if cost recovery is anticipated.

5. Compensation Template TC(e): Incumbency Assumptions Contract Year 1: TC(e)

This template is required of the Offeror proposed as prime and all proposed subcontractors, (major subcontractors (with annual contract value of $20M or more), and minor subcontractors (with annual contract value of greater than or equal to $5M and less than $20M). This template provides visibility into any incumbency assumptions proposed by each Offeror pertaining to incumbency labor rates and incumbency seniority rights for fringe benefit purposes. Offerors shall select only one option in each category.

In the area entitled, “Labor Rates”, the Offeror shall pick one of the three options: 1) Proposing to pay current incumbent labor rates, 2) Proposing to not pay current incumbent labor rates or, 3) Other. The Government understands that non-incumbent Offerors may not be able to precisely estimate what the current incumbents are making; however, it simply wants to understand your intentions regarding pay for these employees if retained. The Offeror shall provide a narrative explanation supporting or explaining the reason for selecting any of the options, particularly if option, “Other” is selected. Explain how your proposed salary structure will allow you to capture the proposed percentage of the qualified incumbent workforce.

In the area entitled, “Seniority Rights”, the Offeror shall pick one of the three options: 1) Proposing to maintain seniority rights for fringe purposes, 2) Proposing to not maintain seniority rights for fringe purposes or, 3) Other. The Government understands that non-incumbent Offerors may be only able to estimate the current incumbents’ seniority levels;

Page 50: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 50

however, the Government simply wants to understand your intentions regarding seniority for these employees if retained. The Offeror shall provide a narrative explanation supporting or explaining the reason for selecting any of the options, particularly if option, “Other” is selected. Explain how not maintaining seniority rights for fringe benefit purposes will allow you to capture and maintain the proposed percentage of the incumbent workforce.

TECHNICAL WORKBOOK INSTRUCTIONS

Hard copies of the Technical Resources Templates are to be included as an appendix and shall be attached to the end of Volume I, Mission Suitability, Part 2, Technical Approach. These templates may be printed on any reasonable size paper and are not included in the page count limitation for Volume I. In addition, electronic versions of these templates shall be submitted in Microsoft Excel format. These electronic versions are to be included in your Electronic Pricing Model (EPM). The EPM requirements are further defined in the cost/price instructions below.

1. The Technical Resources Summary Template (TRST) is required to summarize all proposed labor resources or FTEs by SLC by contract year for each RFP Task Order 1 through 9 and SOW Section 1. This template does not include Task Order 10 and Task Order 11 due to the following reasons:

[a.] Task Order 10 - Rapid Recovery System Sample Return Concept Devel-opment which does not require resources; only the Offeror’s narrative ba-sis of estimate is required.Reserved

a.[b.] Task Order 11 - Level of Effort (LOE) task order.

Lower level resources at the subtask order level are required for CY 1 only for Task Order 3 (TO-RFP-03); and Task Order 9 (TO-RFP-09) in the Technical Resources Template (TRT), on the “TRT TO #3” and “TRT TO #9” tabs. In addition, lower level resources at the second and third level of the WBS are required for CY 1 only for SOW Section 1 in the TRT, on the “TRT SOW Section 1” tab. For Task Order 3, Task Order 9, and SOW Section 1, the Offerors shall link the lower level resources per SLC and any non-labor costs for these tasks for CY 1 to the proposed resources at the overall TO level and at the contract level for SOW Section 1 in the CY 1 column of their respective TRST tabs, entitled “TRST TO #3”, “TRST TO #6 - #9” and “TRST SOW Section 1.”

For RFP Task Orders 1 - 5, the Offeror is required to summarize all proposed labor re-sources by year for each SLC and any non-labor resources at the total TO level for every year of the contract (CYs 1-9) in the TRST, on the “TRST TO #1” through “TRST TO #5” tabs, respectively.

For RFP Task Orders 6-9, the Offeror is required to summarize all proposed labor resources for each SLC and any non-labor resources at the total TO level for CY 1 only in the TRST,

Page 51: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 51

on the “TRST TO #6 – TO #9” tab. The Offerors are to straight-line proposed CY 1 labor and non-labor resources for these tasks for CYs 2-9.

The Offeror shall include the prime, major subcontractor, and minor subcontractor labor re-sources or FTEs and any non-labor costs on this template. The template is organized where the SLCs are identified in the first column on the left at the top section and any non-labor costs at the bottom section. The subsequent columns include yellow color coded areas which correspond with the requirement for the Offeror to provide its proposed labor re-sources by SLC and any non-labor costs for each applicable RFP Task Order for CY 1 at the total TO level or total contract level for SOW Section 1. For the columns that are not yellow color coded, the Offeror is required to summarize the total proposed labor resources by SLC for each applicable RFP Task Order for CY 1 from the Technical Resources Tem-plate (TRT).

As stated above, for Task Orders 1 – 5 and SOW Section 1, the Offeror shall propose re-sources (labor and non-labor) at the total TO level or at the total contract level for SOW Section 1 for each year of the contract (CYs 1- 9) in the “TRST- TO#1” through “TRST- TO#5” and “TRST-SOW Section 1” tabs, respectively. The template is automated and is organized so that the Offeror can show proposed resources for CY 1 on the second column and proposed resources for CY 2 on the third column. This template also includes a col-umn which will automatically calculate deltas between the proposed resources (labor and non-labor) for contract year one, and the year to year proposed deltas over the period of performance. These deltas must be fully justified in accordance with the offeror’s narrative BOE paragraph of Volume 1. The reference column provided must be used by the offerors to refer the NASA evaluators to the BOE paragraph which provides the details and ratio-nale of the efficiency resulting in the resource delta. The Offeror shall input proposed re-sources for Task Orders 1 – 5 and SOW Section 1 for each year of the contract in the “TRST- Multiplier TO #1 - #9” tab.

In addition, as stated above, for Task Orders 6 – 9, the Offeror shall propose resources (la-bor and non-labor) at the total TO level for CY 1 only in the “TRST TO # 6 - #9” tab. The Offerors are to straight-line proposed CY 1 labor and non-labor resources for these tasks for CYs 2-9. The Offeror shall input proposed resources for Task Orders 6 – 9 for each year of the contract in the “TRST- Multiplier TO #1 - #9” tab.

Lastly, on the “TRST - Multiplier TO #1- #9” tab, Offerors shall convert all proposed labor resources (FTEs) for Task Orders 1 through 9 into productive hours per SLC for each con-tract year using the Offeror team’s composite conversion factor. The productive hours per SLC are then multiplied using the multiplier factor applicable to each TO, as specified on this tab. The resulting total number of hours per SLC shown on this template shall recon-cile with the total number of hours per SLC for each contract year in the “ISCT TO #1 - #9” tab of Attachment L-8 IDIQ Cost Template.

The TRST functions as a link between the Technical Volume and the Cost/Price Volume, therefore, also include a copy of this template in the cost/price proposal, Volume III.

Page 52: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 52

2. The Technical Resources Template (TRT). The TRTs include yellow color coded col-umns that correspond to the subtask order detail located in the Attachment L-3 “Task Or-ders” for TO-RFP-03, and TO-RFP-09 only. The yellow color corresponds with the re-quirement for the Offeror to provide applicable resources within that column for each sub-task order. For example: anywhere a yellow column exists in any area of the TRT, the Of-feror shall populate that area of the template with applicable labor resources. As stated above, for Task Order 3 (TO-RFP-03) and Task Order 9 (TO-RFP-09), the Of-feror shall provide lower level labor resources or FTEs by SLC and non-labor resources for CY 1 only on the “TRT-TO #3” and “TRT-TO #9” tabs of the TRST.

In addition, for SOW Section 1, the TRT include yellow coded columns that correspond to the level of detail of the SOW Section 1 WBS located in Section C that the Offeror is re-quired to provide applicable resources within each column for CY 1 only on the “TRT-SOW Section 1” tab.

Resources should be allocated to their appropriate task order, subtask order or WBS areas as best as possible. For example, Supervisors should be located in the specific task orders (1.0, 2.0, 3.0, etc), subtask order areas (5.1, 5.2, etc) or WBS areas (1.1.1, 1.1.2, etc) that they will supervise exclusively.

The total FTEs proposed for RFP Task Order 3 (TO-RFP-03), Task Order 9 (TO-RFP-09), and SOW Section 1 for CY 1 on the respective TRT tabs must reconcile to the total pro-posed FTEs on the TRST for the same RFP Task Orders and SOW Section 1 for the CY 1 column. Likewise, the total non-labor resources proposed for RFP Task Order 3 (TO-RFP-03) and Task Order 9 (TO-RFP-09) for CY 1 on each respective TRT must reconcile to the total proposed non-labor resources on the TRST for the same RFP Task Orders for the CY 1 column. Non-labor resources for SOW Section 1 shall be proposed at the total contract level on the TRST tab entitled “TRST SOW Section 1.”

For the remaining RFP Task Orders, there are no lower level TRT templates. The Offeror is only required to summarize all proposed labor resources or FTEs for each SLC and non-la-bor resources at the total TO level for these RFP Task Orders, as stated in the TRST instruc-tions above.

Additional information required from the OfferorsThe following supplemental cost data, where appropriate, shall be submitted:

Financial Accounting Standard (FAS) 13 Analysis:

The Offeror shall perform a FAS 13 analysis, as required by FAR 31.205-36 (Rental Costs) and FAR 31.205-11(Depreciation), in determining the classification of a lease as operating or capital. This applies to facilities and capital equipment.

Cost of Money for Facilities Capital:

Page 53: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 53

The Offeror may choose to include the cost of money for facilities capital as authorized by Cost Accounting Standard (CAS) 414 and FAR 31.205-10 (Cost of Money) in the proposal. In the event the Offeror does not propose cost of money for facilities capital, FAR Clause 52.215-17, “Waiver of Facilities Capital Cost of Money” shall be included in the contract.

Award Fee:Provide a description of your proposed award fee structure. If a sharing fee pool arrange-ment is proposed, include a discussion of the arrangement and the distribution of fee earned. Include a discussion of how the proposed fee was derived and why it is reasonable for the type of effort (address risk, contract type, technical complexity, schedule, invested capital, etc.).

Prime fee shall not be included in the contract IDIQ rates. Fee will be negotiated for each Task Order and will be reimbursed based on the negotiated arrangement. However, you are to propose a not to exceed fee rate for future task orders. Subcontractor fee may be pro-posed as costs to the prime in which case the subcontractor fully burdened rates (SFBR) would include fee. If a team fee arrangement is proposed, the SFBR would not include fee and all fee would be included in prime fee.

When proposing award fee, Offerors are encouraged to develop the proposed amount after considering how their performance will be evaluated and scored in accordance with NFS 1816.405-275.

(End of Provision)

L.23.6 VOLUME IV – MODEL CONTRACT

Part I: Standard Form 33 and Completed Model Contract

In order to facilitate the possibility of award without discussions, Offerors shall submit five (5) original signed copies of the completed contract (including five (5) signed original Standard Form 33s) to be fully consistent with its proposal. The following items are parts of the contract that the Offeror is required to complete:

Contract Selection Areas of Model Contract Offerors are Required to CompleteSection A Complete, sign, and date the SF 33Section B B.3: Contract Phase-In

B.4: Estimated Cost and Award FeeB.8: Fully Burdened Rate Table for Pricing Cost Reimbursement (CR) Task Orders

Section C NONESection D NONESection E NONESection F NONESection G G.4: Submission Of Vouchers For PaymentSection H H.3: Representations, Certifications And Other Statements Of Offeror

H.4: Small Business Subcontracting GoalsH.10: Key Personnel And Facilities

Section I I.8: Notice For Price Evaluation Adjustment For Small Disadvantaged

Page 54: PART I- THE SCHEDULE - prod.nais.nasa.gov  · Web viewContract Work Breakdown Structure (WBS) and Dictionary (DRD MGMT-02) Included in 400. MS Word. Government Property Management

NNJ13HA01C JSC Engineering, Technology and Science Contract 54

Business ConcernsI.21: Rights To Proposal Data (Technical)

Section J Offerors will submit the required documentsJ-1: Applicable DocumentsJ-2: Data Requirement Description (DRD)J-3: Installation Accountable Government PropertyJ-4: Government Furnished PropertyJ-11: Award Fee PlanJ-12: Wage DeterminationJ-13: Total Compensation PlanJ-14: DD Form 254, Department of Defense Contract Security Classification SpecificationJ-23: Government-Furnished Computer SoftwareJ-24: Quality RequirementsJ-25: EA/KA Facility InformationJ-26: Standard Labor Categories

Part II: Representations, Certifications and Other Statements of OfferorOfferors shall submit their completed Representations and Certifications and other Section K provisions. This material is to be provided as part of the model contract.

Part III: Organizational Conflict Of Interest (OCI) Mitigation PlanThe Offeror shall submit an OCI Mitigation Plan in accordance with DRD MGMT-12, OCI Mitigation Plan.

(End of Provision)

LIST OF ATTACHMENTSAttachment Title

L-1 Key Personnel ResumeL-2 ReservedL-3 IDIQ Task OrdersL-4 Technical Resources Summary TemplateL-5 Government Resource EstimatesL-6 Small Business Subcontracting TablesL-7 Past Performance Questionnaire TemplateL-8 IDIQ Cost TemplatesL-9 Other Cost Supporting Templates

[END OF SECTION]