september 10, 2012 gilruth center – alamo ballroom 9:00 a.m. – 11:00 a.m
TRANSCRIPT
September 10, 2012September 10, 2012Gilruth Center – Alamo BallroomGilruth Center – Alamo Ballroom
9:00 A.M. – 11:00 A.M.9:00 A.M. – 11:00 A.M.
2
WelcomeWelcome
Irene KayeIrene KayeStreamlined Procurement Team ChairStreamlined Procurement Team Chair
Restrooms can be found in the hallway outside this ballroom.
Fire exits are the front entrance and side exit doors. In the event of a fire, you must move at least 75 ft away from the building.
Fire Exits
Fire Exit
Fire Exit
Restrooms
Safety and Administrative InformationSafety and Administrative Information
3
Topic Presenter
Conference Registration 8:30 – 9:00
Welcome Irene Kaye
Opening Remarks Debra Johnson
Organization, Vision, and Objectives Vincent Watkins
Orientation and Procurement Overview Scott Stephens
SOW, J Attachments, and DRD Overview Irene Kaye
Overview of the Draft RFP NNJ12424577R Christina Hibbs
Section L – Instructions to Offerors Christina Hibbs
Section M – Evaluation Factors for Award Christina Hibbs
Small Business Charles Williams
Government Property Mike Puryear
Security Wayne Sings
Labor Relations Guidelines David Wilson
Safety and Health Programs David Loyd
Site Tour Cheryl Corbin
SMAEC Schedule and Closing Remarks Scott Stephens
4
5
Opening RemarksOpening Remarks
Debra JohnsonDebra JohnsonDirector, Office of ProcurementDirector, Office of Procurement
6
Organization, Vision, and ObjectivesOrganization, Vision, and Objectives
Vincent D. WatkinsVincent D. WatkinsDeputy Director, Safety and Mission Deputy Director, Safety and Mission
Assurance DirectorateAssurance Directorate
7
8
Vision: – A world leader in management of risk
Mission:– We identify, characterize, mitigate, and communicate risk
S&MA’s primary objective is to provide Government assurance that is critical to the success of human spaceflight. To achieve the S&MA Directorate’s vision and to support NASA’s goals, our contractor partners must provide world class skills for: – Excellence in engineering– A strong and influential safety culture– Sustainability of the safety and mission assurance disciplines
9
10
1.1 Create an atmosphere in which our employees can thrive by facilitating an inclusive environment where unique differences, viewpoints and talents are sought and respected.
1.2 Embrace continuous improvement through unique training programs, knowledge transfer, and customer feedback.
1.3 Develop new competencies through collaboration and non-traditional partnerships with internal and external organizations.
1.4 Reinforce organizational continuity through clear roles and accountability, succession planning, targeted recruitment, and career development for all employees.
11
2.1 Influence culture through increased safety awareness and risk management.
2.2 Enable organizations to minimize mishaps, injuries, and asset losses.
2.3 Utilize analysis and investigation results for knowledge sharing and lessons learned.
2.4 Integrate risk-based analysis into management decisions to optimize risk trades.
12
3.1 Lead human spaceflight risk management through world-class skills, proven methodologies, and state-of-the-art tools in safety, reliability, maintainability, and quality.
3.2 Tailor our requirements, products, and services to the specific needs of customers.
3.3 Invest in innovative technologies.
13
4.1 Expand strategic partnerships to leverage our
competencies and processes.
4.2 Engage the U.S. and International assurance
communities to maintain awareness of advanced safety
trends in space flight and other high-risk operations.
4.3 Evolve S&MA capabilities to be more effective and
efficient through benchmarking best practices and
innovative solutions.
14
Development of innovative approaches in leveraging existing capabilities to advance key human spaceflight safety and mission assurance technologies
Maintenance of an adequate critical skill mix in the face of static or declining budgets
Agility to respond to a changing environment Reduction or elimination of waste Receiving, Inspection, and Test Facility challenges
15
Orientation and Procurement Orientation and Procurement OverviewOverview
Scott StephensScott StephensContracting OfficerContracting Officer
These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft Request for Proposal (DRFP)
To the extent there are any inconsistencies between this briefing and any future Request for Proposal (RFP), the RFP will govern
16
Purpose of Preproposal ConferencePurpose of Preproposal Conference
The purpose of this Preproposal Conference is to help Industry understand the Government’s requirements
Questions:– Verbal questions will not be entertained during the conference– Note cards are available to submit written questions– Responses to written questions will be provided during the Q&A session, but
shall not be construed as official answers– Official responses to written questions received by the Contracting Officer
will be posted to the SMAEC procurement website– After this conference, you may continue to submit written questions to the
Contracting Officer as described in the cover letter to the DRFP– The deadline for submitting questions regarding this conference and
the DRFP is 5:00 p.m. CDT on Monday, September 24, 2012
Note: This presentation is posted on the SMAEC website and is available for your reference
17
Source Selection Authority − Ellen Ochoa, Deputy Director, Johnson Space Center
Streamlined Procurement Team (SLPT)− Irene E. Kaye (NA), Chairperson− Stephen Gawenis (OE), Team Member− Scott Henricks (NT), Team Member − Gary Priest (NE), Team Member− Scott Stephens (BR), Contracting Officer− Christina Hibbs (BR), Contract Specialist
18
Contract Specialist: Christina [email protected](281) 483-8119
Contracting Officer:Scott [email protected](281) 792-7521
SMAEC Web Address: http://procurement.jsc.nasa.gov/smaec/−Click on the “Feedback - Anonymous Questions to Contracting
Officer” link to submit a question
19
Ombudsman (NFS 1852.215-84): “…before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution … If resolution cannot be made by the Contracting Officer, interested parties may contact the installation ombudsman …”
JSC Ombudsman:Lauri Hansen/AC2101 NASA ParkwayHouston, TX 77058Phone: (281) 483-2823Email: [email protected]
20
NASA Agency Ombudsman:NASA HeadquartersMail Code: LP011Washington, DC 20546-0001Phone: (202) 358-0445Email: [email protected]
21
Contract Number: NNJ06JE86C
Prime Contractor: Science Applications International Corporation (SAIC)
Contract Type: Cost Plus Award Fee (CPAF); 90% Level-of-Effort (LOE) and 10% Completion Form (CF)
Period of Performance: May 1, 2006 to April 30, 2013 (5 year base plus 2 year contract extension)
Estimated Value: $357 million
22
Skills currently provided on contract include:– Providing the Johnson Space Center (JSC) Safety and Mission
Assurance (S&MA) Directorate assistance in performing assurance, engineering, and risk assessment in the disciplines of safety, reliability, maintainability, supportability, availability, and quality
– Principal tasks support the overall NASA mission for human space flight which currently includes the International Space Station Program (ISSP), the Multi-Purpose Crew Vehicle (MPCV), the Extravehicular Project Office (EVA), and JSC Institutional S&MA
– Tasks are performed at JSC, White Sands Test Facility (WSTF), and vendor facilities both domestic and abroad. Tasks include the review of work performed by other contractors, the ISSP, International Partners, and other NASA organizations
23
24
25
SOW, J Attachments, and DRD OverviewSOW, J Attachments, and DRD Overview
Irene KayeIrene KayeStreamlined Procurement Team (SLPT), Streamlined Procurement Team (SLPT),
ChairChair
Section 1.0 – Contract Management (Firm-Fixed-Price)– The Contract Management section is comprised of activities that are fairly
constant, predictable, and provide the framework under which work ordered by Task Orders will occur
To be negotiated prior to the start of each FY with the technical work
– All work performed in support of any task order shall be charged to that task order which includes supervision
– Formal reporting through DRD 003, Integrated Technical Management Report and DRD 006, Contractor Financial Management Report
– All data shall be organized, controlled, and stored on NASA on-site IT equipment. Proprietary or non-standard applications, protocols, or IT systems shall not be utilized without prior NASA contractual authorization
26
Section 2.0 Technical Services– Contains all technical products and services that could be ordered on the contract
Section 3.0 Institutional– Receiving, Inspection, and Test Facility (RITF) – American Association for
Laboratory Accreditation (A2LA) and ISO/IEC 17025:2005, General Requirements
for the Competence of Testing and Calibration Laboratories accreditations required
– Pressure Systems – Personnel commissioned from the National Board of Boiler
and Pressure Vessels required
– Training for both RITF and other technical requirements
– Education and Outreach (new)
27
All Section 2 and 3 products and services will be ordered through either completion form or term form (LOE) task orders (TOs)
All TO products are delivered per TO
The RFP includes 6 TOs that are examples of the effort for the first year
The sum of all of the TOs equal the expected work for FY 2014
28
The SLPT took a zero-based approach to DRDs. All DRDs associated with the current contract have been evaluated for inclusion in the new solicitation
Significant DRD changes anticipated include:
– Eliminated DRDs:
Contractor Quality Metrics Monthly Safety and Health Metrics Data Management Plan S&MA Personnel Qualification Program Plan S&MA Prelaunch Assessment Presentations Activity Reports Trend Analysis (JSC Systems) Report Evaluation Reports Assessment Plans and Reports
29
DRD 001 Contract Management PlanDRD 002 Work Breakdown Structure and DictionaryDRD 003 Integrated Technical Management Report (Updated)DRD 004 Technology, Innovation, and Process Improvement Plan (TIPI) (New)DRD 005 External Customer Plan (New)DRD 006 Contractor Financial Management Report (Updated)DRD 007 Government Property Management Plan (Updated)DRD 008 Safety and Health PlanDRD 009 Safety and Health Program Self EvaluationDRD 010 Lessons Learned Program Plan DRD 011 Quality PlanDRD 012 Information Technology (IT) Capital Planning and Investment Control (CPIC) Document
(New)DRD 013 Information Technology (IT) Security Plan and Reports DRD 014 Total Compensation Plan DRD 015 Reports Required for Logistics (New)DRD 016 Contract Closeout Plan (New)DRD 017 Facilities System Certification ReportDRD 018 Reprocurement Data PackageDRD 019 Contract Phase-In PlanDRD 020 Organizational Conflicts of Interest (OCI) Mitigation Plan (New)DRD 021 Environmental and Energy Consuming Product Compliance Reports (New)DRD 022 Wage/Salary and Fringe Benefits Data Provision L18.4 Small Business Subcontracting Plan
Blue – Due with proposalGreen – Due in accordance with DRL
30
J-1 Applicable Documents ListJ-2 Data Requirements List (DRL) and Data Requirements Descriptions (DRD) J-3 Reserved J-4 Reserved J-5 Installation Accountable Government Property List J-6 Organizational Conflict of Interest (OCI) Mitigation Plan J-7 Safety and Health Plan J-8 Small Business Subcontracting Plan J-9 Information Technology (IT) Security Program Plan and ReportsJ-10 Government Property Management Plan J-11 Contract Phase-In PlanJ-12 Award Fee PlanJ-13 Wage Determination J-14 Contract Work Breakdown Structure (WBS) and DictionaryJ-15 Contract Management PlanJ-16 Quality PlanJ-17 External Customer PlanJ-18 Technology, Innovation, and Process Improvement (TIPI) PlanJ-19 Standard Labor Categories (SLCs)J-20 Government-Furnished Websites and DatabasesJ-21 Contract Closeout Plan J-22 Acronyms
Blue – Provided by the Government Red – Provided by the Offeror
31
DRD 004, Technology, Innovation, and Process Improvement Plan and Report (TIPI) Plan– The contractor shall develop and implement a plan to continuously
identify and propose initiatives to infuse advanced technology, innovations, and industry best practices, that promote improvements in quality, capability, and overall efficiency
– If approved by NASA, the initiatives will be implemented through TOs
DRD 005, External Customer Plan– Recruit and secure external customers for the purpose of retaining skills
and offsetting the Government’s cost of maintaining and improving technical capabilities
– An example Estimated Price Report (EPR) for the RITF is in the Technical Library
32
DRD 012, Information Technology (IT) Capital Planning and Investment Control (CPIC) Document – Requirement is on the current contract but was not a DRD
DRD 015, Reports Required for Logistics– This report is only required when program stock in on-site storage in one location
exceeds $75,000
DRD 016, Contract Closeout Plan– This is a new requirement
DRD 020, Organizational Conflicts of Interest (OCI) Mitigation Plan– Requirement is on the current contract but was not a DRD
DRD 021, Environmental and Energy Consuming Product Compliance Reports– Requirement is on the current contract but was not a DRD
33
DRD 003, Integrated Technical Management Report
Highlights Intent is to capture all reporting in one DRD
– Example requirements for monthly management and technical reporting include: Safety Cost performance by task order Product Completion and Schedule Summary Technology, Innovations, and Process Improvement Status External Customer Status
34
Award Fee Evaluation Plan Attachment J-12
Evaluation Criteria Weighting
1. Management Performance 15%
Program ManagementSchedule Performance
Technology, Innovation, and Process ImprovementsExternal Customer Development
2. Technical Performance 40%
Quality of WorkSchedule Performance
3. Cost (Objective Metric) 25%
4. Small Business Goals (Objective Metric) 10%
5. Safety and Health 10%
35
Access to the SMAEC Online Technical Library– http://procurement.jsc.nasa.gov/SMAEC/
What it is:– Contains SMAEC technical data associated with the SOW, Task Orders and other
contract requirements
Why it is important:– Data can be accessed by prospective Offeror for review and subsequent use in
development of proposals
Updates:– The SMAEC Technical Library was updated for the release of the Draft RFP
– Will be updated prior to Final RFP release
– Final RFP release is planned for 11/10/2012 at which time the Online Technical Library will be frozen
– Any updates will be announced on the SMAEC website
36
37
Overview of the Draft RFP Overview of the Draft RFP NNJ12424577RNNJ12424577R
Christina HibbsChristina HibbsContract SpecialistContract Specialist
If an RFP is issued, the actual issued RFP and amendments take precedence over this conference or any Draft RFP issued
The Proposed Solicitation will be a Full and Open Competition
Explanation of “OFI” and “TBD”– OFI = Offeror Fill In
These areas to be filled in by the Offeror and submitted with the proposal– TBD = To be Determined
These areas will be filled in by the Government at a later date
When reading the Draft RFP, note that: Important information is contained in the SF33 and numerous clauses and
provisions that have been incorporated, via full text and/or referenced text, throughout the document
Clauses incorporated by reference have the same force and effect as if they were included in their full text
38
Complete, sign, and date the Standard Form 33 (SF 33)
Offerors shall insert “240” into Block 12 of Standard Form 33, Solicitation, Acceptance, and Award −Per provision L.16, Proposal Acceptance Period
39
B.2, Contract Type:− Indefinite Delivery/Indefinite Quantity (IDIQ), comprised of:
Cost-Plus-Award-Fee (CPAF) task orders (TOs)− These TOs may be either completion form or term form level-of-effort
Firm-Fixed-Price (FFP) TOs− The phase-in effort will be FFP
B.3, IDIQ Maximum and Guaranteed Minimum Quantity of Work− Maximum not-to-exceed (NTE) amount: $150,000,000− Guaranteed Minimum amount: $100,000
B.5, Contract Value− Offeror to fill in the phase-in price in B.5(a)
40
B.8, Fully Burdened Rate Table for Pricing Cost Reimbursement Task Orders− Propose all fully-burdened labor rates (exclusive of fee) in Table B-1− Propose Indirect Cost Rate to be applied to Non-Labor Resources if required by a
task order − Propose NTE Award Fee Rate
B.9, Fully Burdened Rate Table for Pricing Firm-Fixed-Price Task Orders− Propose all fully-burdened labor rates in Table B-2
B.10, Required Level-of-Effort for Term Form Task Orders− Because this is an IDIQ contract, term form task orders will be issued as work is
required− The Contractor shall provide between 95% and 105% of the cumulative amount of
direct labor hours ordered on these task orders− This cumulative amount of direct labor hours shall not exceed 105% of 369,000
hours for the base period of performance
41
F.3, Completion of Work and Period of Performance−Phase-In Period: 8/02/13 to 9/30/13−Basic Contract: 10/01/13 to 9/30/16
F.5, Option to Extend−Option 1:
Increases the required level-of-effort hours in B.10 by 123,000 hours Extends period of performance end date to 9/30/17
−Option 2: Increases the required level-of-effort hours in B.10 by 123,000 hours Extends period of performance end date to 9/30/18
42
F.6, IDIQ Maximum Flex Options−Allows the Government to increase the maximum NTE amount in
clause B.3 by up to $52,500,000
−This may be done through the exercise of one or more of the following IDIQ maximum flex options: IDIQ Maximum Flex Option 1:
− Increases the NTE amount in clause B.10 by $15,000,000 IDIQ Maximum Flex Option 2:
− Increases the NTE amount in clause B.10 by an additional $15,000,000 IDIQ Maximum Flex Option 3:
− Increases the NTE amount in clause B.10 by an additional $22,500,000
−These IDIQ Maximum flex options may be exercised at any time during the period of performance
43
F.7, Required Level-of-Effort (LOE) Flex Options−Allows the Government to increase the amount of LOE direct labor
hours required to be furnished in Clause B.10 by up 161,500 hours
−This may be done through the exercise of one or multiple LOE flex
options
−These LOE flex options may be exercised at any time during the
period of performance
44
G.4, Submission of Vouchers for Payment (NFS 1852.216-87)
−Offeror to fill in Cognizant DCAA Mailing Address in G.4(c)(1)
G.10, Security/Badging Requirements for Foreign National Visitors
and Employees/Representatives of Foreign Contractors (JSC 52.204-
91)
−Read this clause thoroughly and understand that the badging
process can be lengthy
45
H.2, Limitation on Future Contracting (NFS 1852.209-71)−A limitation on future contracting opportunities may be imposed if it
is determined that an Organizational Conflict of Interest (OCI) issue cannot be adequately mitigated
H.3, Task Ordering Procedure−This clause describes the process for issuing task orders to the
Contractor
H.9, External Customer Effort−The primary purpose of this clause is to enable external customer
use of the Receiving, Inspection and Test Facility (RITF) under this contract
46
I.1, Central Contractor Registration (52.204-7)−Offeror is responsible for updating and/or completing
company information prior to proposal submission −Processing time, which normally takes 48 hours, should be
taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation
−Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data
47
The Offeror shall fill in all required elements of this section K.3, Annual Representations and Certifications (52.204-8) −The Offeror shall complete the annual representations and
certifications electronically via the Online Representations and Certifications Application (ORCA) website accessed through https://www.acquisition.gov
48
49
Section L – Instructions to OfferorsSection L – Instructions to Offerors
Christina HibbsChristina HibbsContract SpecialistContract Specialist
The Offeror’s 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 methods for so doing; and − Provide the price associated with doing so 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
50
51
Volume No. Title Page Limits Electronic FormatI Technical Acceptability 170
Contract Management Plan (DRD 001) Included in 170 MS Word
Contract Work Breakdown Structure (WBS) and Dictionary (DRD 002)
Included in 170 MS Word
Total Compensation Plan (DRD 014)Not included in 170, but limited to 25 pages
MS Word
Contract Phase-In Plan (DRD 019) Included in 170 MS Word
Safety and Health Plan (DRD 008)Not included in 170, but limited to 40 pages
MS Word
Technology, Innovation, and Process Improvement Plan (DRD 004)
Included in 170 MS Word
External Customer Plan (DRD 005) Included in 170 MS Word
Small Business Subcontracting Plan Included in 170 MS Word
Narrative - Commitment to the Small Business Program
Included in 170 MS Word
Technical Approach - NarrativeSpecific Technical Understanding and Resources
Included in 170 Note: TRST* is not included in the page count
MS Word
52
Volume No. Title Page Limits Electronic Format
II Past Performance 100Past Performance Description Included in 100 MS Word
Program Manager Letter of CommitmentNot included in 100, but limited to 1 page
MS Word
Past Performance Attachments
Note: Safety and Environmental Data, as well as Insurance Information, is not subject to page count limitations
MS Word
III Cost/Price Proposal Not LimitedCost Narrative Not Limited MS WordTemplates Not Limited MS Excel
53
Volume No. Title Page Limits Electronic Format
IV Other Proposal Requirements Not Limited
Organization Conflict of Interest Mitigation Plan (DRD 020)
Not Limited MS Word
Government Property Management Plan (DRD 007)Response to Provision L.12, “GOVERNMENT PROPERTY MANAGEMENT INFORMATION” (NFS 1852.245-80). Title the response “1852.245-80 Data.”
Not Limited MS Word
V Model Contract Not Limited
Sections A-J, with all fill-ins completed, and Section K, Representations and Certifications, with all fill-ins completed
Not Limited MS Word
This acquisition will be conducted using JSC’s Streamlined Procurement Process
L.18.3, Performance Price Tradeoff (PPT) Instructions– This procurement will be conducted using a combination of
technically acceptable baseline requirements (Technically Acceptable/Technically Unacceptable), past performance, and cost/price
– The Government seeks to select an offeror whose proposal represents the best value after evaluation
– The baseline requirements are considered as basic government needs in determining technical acceptability
54
An initial review will be conducted to determine the technical acceptability of the proposals
– Overall Management Approach– Technical Approach
All technically unacceptable proposals will be eliminated from further evaluation
55
Overall Management Approach– The Offeror shall demonstrate their overall management approach
by providing the following: DRD 001, Contract Management Plan DRD 002, Work Breakdown Structure and Dictionary DRD 014, Total Compensation Plan DRD 019, Contract Phase-in Plan DRD 008, Safety and Health Plan DRD 004, Technology, Innovation, and Process Improvement Plan DRD 005, External Customer Plan Small Business Subcontracting Approach
56
Technical Approach– The Offeror shall demonstrate their understanding of the
requirements outlined in the Representative IDIQ Task Orders and the functions listed under SOW Section 3.2, Pressure Systems
– The Offeror shall provide the following: Technical Understanding of Requirements Basis of Estimate (BOE) & Efficiencies Proposed Resources (Labor and Non-Labor)
57
Representative IDIQ Task Orders (TOs)– These TOs are intended to be representative of the work expected
to be executed under the SMAEC contract
58
Task Order
Task Order Number
TitleReference Attachment
1 TO-RFP-01 Contract Management and Reporting/FFP L-1-2
2 TO-RFP-02ISS Safety and Mission Assurance Integration Support/CF
L-1-6
3 TO-RFP-03 EVA Projects Support/CF L-1-9
4 TO-RFP-04ISS Safety and Mission Assurance Integration Avionics Software Support/CF
L-1-13
5 TO-RFP-05Receiving Inspection Test Facility (RITF) Operations/CF
L-1-16
6 TO-RFP-06Safety and Mission Assurance Term Form Support/Term Form
L-1-19
Provide information on up to 3 past contracts for:– The Offeror
– Each major subcontractor (subcontracts estimated annual value
greater than $1,000,000)
– The proposed Program Manager
– Each team member or subcontractor company involved in a
proposed joint-venture (if applicable)
59
Past Performance Description– References with Government contracts are preferred, but not required
– Offerors shall consider relevancy, recency, and magnitude of the effort(s) as they
relate specifically to this requirement
Environmental Data – For all work performed during the past 3 years
Safety Data – For all work performed during the past 3 years
Small Business Performance– Provide a statement of small business participation over the last 3 years on work that
is relevant to this effort
60
Past Performance Questionnaires (Attachment L-3)
– Completed Past Performance Questionnaires shall be sent directly to the
Contracting Officer
– The Offeror is responsible for ensuring that questionnaires are submitted in
time
Program Manager Letter of Commitment (Attachment L-6)
– Provide evidence of commitment to the program for the proposed Program
Manager
61
The Cost/Price Proposal includes the following workbooks:– Technical Workbook (Attachment L-4)– IDIQ Workbook (Attachment L-8)– Other Supporting Data Workbook (Attachment L-9)
A pricing WebEx will be held on Monday, September 17, 2012 from 9:00 a.m. to 10:30 a.m. CDT to provide detailed understanding and instructions on how to prepare the cost proposal
Further information regarding how to RSVP and request log-in instructions for the WebEx is available on the acquisition website
62
This following information is required to determine responsibility in accordance with FAR 9.104-1, General Standards
– Organizational Conflict of Interest Information 1852.209-71, Limitation on Future Contracting 1852.237-72, Access to Sensitive Information 1852.237-73, Release of Sensitive Information
– Business Systems Adequacy The Offeror shall demonstrate in the Cost/Price Proposal that the accounting system
they have in place is adequate The Offeror shall provide an adequate disclosure statement, if required, per
Provision K.13, Cost Accounting Standards Notices and Certification (52.230-1)
– Government Property DRD 007, Government Property Management Plan, and NFS 1852.245-80,
Government Property Management Information Note: The Contractor shall perform the logistical and property management,
shipping, and receiving processes under this contract
63
64
Contract Section Areas of Model Contract Offerors are Required to CompleteSection A Complete, sign, and date the SF 33 Section B B.5(a) - Fill-in total firm-fixed price of all phase-in effort
B.8(a) - Complete the table of Fully Burdened Labor Rates for Cost Reimbursable TOs B.8(c) - Fill-in award fee for TOs B.9(a) - Complete the table of Fully Burdened Labor Rates for the Firm-Fixed-Price
TOSection C Statement of Work – Add descriptive language in the appropriate SOW section.Section D NoneSection E NoneSection F NoneSection G G.4(c)(1) insert cognizant DCAA office, Supervisory Auditor, Address, Telephone
Number, Fax Number, and E-Mail AddressSection H NoneSection I NoneSection J Offerors will submit the required documentsSection K Offerors to fill in required elements
65
Section M – Evaluation Factors for AwardSection M – Evaluation Factors for Award
Christina HibbsChristina HibbsContract SpecialistContract Specialist
The Offeror’s initial proposal should contain the best terms from a price and technical standpoint
The Government preference is to award without discussions, however, the Government reserves the right to conduct discussions with those Offerors who have made it to competitive range
If discussions are held, the Offeror will:−Have the opportunity to correct areas of concern and; −Be requested to resubmit the SF33 with Final Proposal Revisions
(FPR) which will include clearly marked changes
66
Instructions for proposal arrangement, page limitations, copies and due dates are specified in Section L.18.2.
− Offerors shall submit their proposals in accordance with those instructions− Pages and foldouts not conforming to the definition of a page will not be
evaluated by the Government and will be returned to the Offeror− Note: This is a change from the Draft RFP
− Pages submitted in excess of the limitations specified will not be evaluated by the Government and will be returned to the Offeror
− For example, Volume I has a page limit of 170 pages with Times New Roman 12 point font and one-inch margins. If an Offeror submits this volume with 175 pages, two of which contain tables with 10 point font, the final 5 pages of Volume I and the two pages of tables with 10 point font [if those two pages of tables in 10 point font were not removed as a result of excess pages] will be returned to the Offeror and will not be evaluated
67
Pay close attention to ensure that the number of pages, page margins, font type, font size, and page size are in conformance to Section L.18.2
Please note page limitations—Some volumes/sections are subject to a page limitation and others are not
In the Past Performance Volume, the Past Performance Description is subject to the page limit of 100 pages, but the Safety Data, Environmental Data, Insurance Information, and Program Manager Letter of Commitment are not subject to the 100 page limitation
—Proposal information must be provided in the correct volume—Proposal information in a page-limited volume or section should not be
moved to another volume/section without such page limitations
►Having non-conforming pages returned may affect the Government’s evaluation of a proposal, and how this proposal is ultimately rated
68
Initial review of proposals to determine acceptability of the proposals in accordance with NFS 1815.305-70, Identification of Unacceptable Proposals
– All unacceptable proposals will be eliminated from further evaluation
Remaining proposals will be evaluated against the Technical Acceptability requirements
69
All Technically Acceptable and Potentially Acceptable Offerors will be evaluated against past performance and cost/price
For those Offerors determined to be Technically Acceptable, tradeoffs will be made between past performance and cost/price
– Past performance is significantly more important than cost/price
70
Technical Acceptability will be rated as one of the following:
− Acceptable: ALL Technical Acceptability subfactors must be passed
− Potentially Acceptable: After the initial evaluation, the proposal does not have an
Unacceptable rating for any of the Technical Acceptability subfactors and the Government anticipates the provision of additional information during discussions could result in a proposal rating of “Acceptable”
− Unacceptable: The proposal does not meet the Government’s requirements
71
Past Performance information will be gathered from:
− Proposal data required by provisions of Section L,
− References contacted directly by NASA, and
− Other information NASA obtains from government or
commercial sources, such as information from the Past
Performance Information Retrieval System
72
Past Performance will be evaluated for recency and relevancy
− Recency: Contracts: within the past 3 years
Program Manager past performance: within the past 5 years
− Relevancy: Very Relevant
Relevant
Somewhat Relevant
Not Relevant
73
Offeror Past Performance Confidence Rating will be assigned as follows:
− Very High
− High
− Moderate
− Low
− Very Low
− Neutral
74
To ensure that the final agreed-to prices are fair and reasonable, the Government will perform price analysis and will also perform cost analysis to include a cost realism analysis
75
For those Offerors who are determined to be technically acceptable, tradeoffs will be made between past performance and cost/price
− Past performance is significantly more important than cost/price
If all offers are of approximately equal past performance, award will be made to the Offeror with the lowest most probable cost/price
The Government will consider awarding to an Offeror with higher past performance if the difference in probable cost/price is commensurate with added value
The Government will consider making award to an Offeror whose offer has lower past performance if the probable cost/price differential between it and other offers warrant doing so
76
The following information will be used to determine eligibility in accordance with FAR 9.104-1(g):
− Organizational Conflict of Interest (OCI) Information The Government will perform an analysis to ensure an OCI issue that cannot be
mitigated does not exist
− Business Systems Adequacy This contract may only be awarded to an Offeror with an accounting system
determined by the Government to be adequate for determining costs applicable to the contract
The disclosure statement, if required, will be evaluated for adequacy
− Government Property Approach The Government Property Management Plan will be assessed to determine
whether the Offeror will adequately manage government property used for the performance of the SMAEC requirements
77
The model contract will not be evaluated for selection purposes
It will be reviewed to ensure: − It was signed by a person authorized to commit the Offeror,
− There is completion of all fill-ins, and
− It accurately captures the content as set forth in the Offeror’s proposal
Errors or inconsistencies in the Model Contract may result in an offeror being removed from consideration for award
78
NOTE TO PROSPECTIVE OFFERORS
Prospective Offerors are reminded not to contact incumbent personnel (either directly or through electronic means) during duty hours or at their place of employment, as such contacts are disruptive to the performance of the current contract
79
80
Small BusinessSmall Business
Charles T. WilliamsCharles T. WilliamsSenior Small Business SpecialistSenior Small Business Specialist
This solicitation contains FAR clause 52.219-9, “Small Business Subcontracting Plan with Alternate II”
There are 11 main elements. You must address each element
Commitment to Small Business section
81
82
Category Goal
Small Business 25.0%
Small Disadvantaged Business 5.0%
Woman-Owned Small Business 7.0%
HUBZone 4.0%
Veteran-Owned Small Business 5.0%
Service-Disabled, Veteran-Owned Small Business 4.0%
HBCU 1.0%
83
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
Large Business Concerns
Total Dollars to be Subcontracted
Subcategories of Small Business Concerns
Women Owned Small Business Concerns
Small Disadvantaged Business Concerns
Veteran Owned Small Business Concerns
Service-Disabled Veteran-Owned Small Business Concerns
HUBZone Small Business Concerns
Minority Serving Institutions
84
Column A Column B Column CBusiness Category Goal as Percent of
Contract ValueDollar Value to be subcontracted per
Category
Goal as Percent of Subcontracting
ValueSmall 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 Concerns
Women Owned Small Business Concerns 9 percent $9,000,000 18 percent
Small Disadvantaged Business Concerns 5.0 percent $5,000,000 10 percentVeteran Owned Small Business Concerns 2.5 percent $2,500,000 5 percentService-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 percentMinority Serving Institutions 1.5 percent $1,500,000 3 percent
85
Company Name DUNS/ Cage
CodeType of
BusinessNAICS SOW Ref. Dollar Value
XYZ Corp 123456789 SB, SDB 811212 3.2 $400,000
Acme Ltd.5KWH50 Large 541579 2.1 $1,520,000
Smith & Jones
VOSB, SDVOSB
541512 2.4 $4,650,000
Total $6,570,000
86
Government PropertyGovernment Property
Mike Puryear, CPPM, CFMike Puryear, CPPM, CFContract Property AdministratorContract Property Administrator
1. What is the significance of the date June 2007?
2. What is APP and will you have any on this contract?
3. What are “voluntary consensus standards”?
4. What does “Relief of stewardship” refer to and how would it be reflected on a NASA 1018 report?
5. Is there a difference between Installation Accountable Government Property and Government Furnished Property and what, if any, is the impact on the contractor?
6. Is there a difference between transfer of accountability and transfer of responsibility and what, if any, is the impact on the contractor?
87
7. True or False? The only expense you must include in establishing the cost of purchased or fabricated items is direct material and direct labor costs.
8. True or False? The term “property” includes both materials and equipment regardless of unit cost?
9. True or False? There is no minimum dollar threshold in regards to reporting and managing NASA property.
10. True or False? There are 11 property management “outcomes” you must follow.
11. True or False? There is no difference between transfer of accountability and transfer of responsibility.
12. True or False? There is no experience needed to perform property management and anyone can do it successfully!
88
89
SecuritySecurity
Wayne SingsWayne SingsSecurity SpecialistSecurity Specialist
90
David WilsonDavid WilsonJSC Contractor Industrial Labor Relations OfficerJSC Contractor Industrial Labor Relations Officer
Labor RelationsLabor Relations Guidelines for Responding to Labor Relations Guidelines for Responding to Labor Relations
Requirements in the Draft Request for Proposal (DRFP)Requirements in the Draft Request for Proposal (DRFP)
Wage Determination
Data Requirements Descriptions
References (Regulations and Clauses)
91
WD 2005-2516, Revision 15 is applicable to this contract, and will be included in Attachment J-13 of the RFP and resultant contract. Also included is the Standard Form (SF) 98a– This WD applies to all non-exempt labor categories, and sets forth
the minimum wages and fringe benefits for these categories– The purpose of the SF 98a is to identify the non-exempt labor
categories in the SMAEC effort, and to map these categories to categories in the corresponding wage determination Total Compensation Template (a) must be consistent with this SF98a
92
Total Compensation Plan (DRD 014)
Wage/Salary and Fringe Benefit Data (DRD 022)
93
The Total Compensation Plan will identify and discuss wages, salaries, and fringe benefits for professional employees and non-exempt service employees in all proposed labor categories
The Total Compensation Plan and Total Compensation Templates (a) through (e) will be required for both the prime team members and all subcontractors that meet the criteria in NFS 1852.231-71(d)– Total Compensation Templates (a)-(e) will be provided in the
Cost/Price volume
This DRD is due with the proposal; and is updated 3 years following contract award or upon any major changes to the TCP
94
This DRD is used by the NASA Contracting Officer (CO) to assist in the monitoring of Service Contract Act compliance
This DRD is due 15 days prior to the end of the phase-in period, and 90 days prior to the anniversary dates of the contract
Offerors will submit data on their labor categories, and map these categories to the wage determination
Offerors will provide detailed information on the fringe benefits offered to service employees
95
96
Reference Title
FAR Part 22 Application of Labor Laws to Government Acquisitions
FAR 52.222-41 Service Contract Act
NFS Part 1822 Application of Labor Laws to Government Acquisitions
29 CFR 541 Defining and Delimiting the Exemptions for Executive, Administrative, Professional, Computer, and Outside Sales Employees
97
David LoydDavid LoydSafety and Test Operations DivisionSafety and Test Operations Division
Safety & Health ProgramsSafety & Health Programs Guidelines for responding to Safety Requirements in Guidelines for responding to Safety Requirements in
the Draft Request for Proposal (DRFP)the Draft Request for Proposal (DRFP)
NASA safety objective is to avoid loss of life, personal injury and illness, property loss or damage, environmental harm resulting from any of its activities and to ensure safety and healthful conditions for persons working at or visiting NASA facilities
NASA shall comply with all applicable regulations– NASA Safety & Health requirements– Requirements of those federal agencies with regulatory authority
over NASA such as OSHA, EPA, and DoT
NASA requires every employee to report workplace hazards– NASA ensures that there is no reprisal to personnel for reporting
unsafe or unhealthy conditions
98
The NASA Safety Policy stresses the individual responsibility of each employee for their own safety and that of their co-worker. Risk within the work environment must be managed to control hazards and continuously improve workplace conditions
The Occupational Safety & Health Administration (OSHA) has recognized JSC as a leader in health and safety by awarding the “Star” designation level of achievement in the Voluntary Protection Program (VPP)
As a VPP Star, JSC is recognized as having a comprehensive and successful safety and health program, is below the national average for the industry in injury/illness rates, has demonstrated good faith in working with OSHA, and serves as a safety & health mentor to regional industry
99
All contractors performing work at JSC shall comply with all applicable safety and health regulations
Every major onsite contractor shall have a designated safety official and shall conform to a written safety and health plan
Safety and health approach shall follow OSHA, JSC, and VPP guidelines
Failure to comply with safety and health requirements may result in one or more of the following - contract termination, lower fee, or exclusion from future contract awards
100
Submission of detailed safety and health data as part of the proposal including:– Safety & Health Plan which shall include a detailed discussion of
the policies, procedures, and techniques that will be used to ensure the safety and occupational health of your employees and to ensure safe working conditions throughout the performance of the contract
– Statement regarding past OSHA and EPA citations and corrective actions taken to prevent recurrence
– Records of OSHA recordable injuries (OSHA 300 and 300A Logs & calculated frequency rates)
– Insurance carrier information - including Experience Modifier Rates (EMR)
101
Based on 4 Basic VPP elements defined by OSHA Region VI
102
Management (Commitment)Employee (Involvement)
Safety and HealthTraining
Worksite Analysis Hazard Preventionand Control
Safety & Health Plan provisions you should expect to address on a typical JSC service contract– Management Leadership and Employee Involvement
Policy, Goals and Objectives - Discuss company policies, goals and objectives for safety and health and top leadership’s level of commitment for achieving objectives
Management Leadership and Employee Participation - Discuss visible leadership actions that motivate and reinforce safety and health performance and discuss meaningful opportunities for employees to engage and support the safety and health program
Assignment of Responsibility – Discuss roles, responsibilities and accountability of safety representatives
Program Evaluation – Discuss annual evaluation of safety and health program consistent with OSHA’s VPP criteria
103
Worksite Analysis– Hazard Identification – Describe the methods and techniques
used to systematically identify hazards– Inspections – Describe the procedures and frequency for regular
inspections and who will be accountable for implementing corrective measures
– Employee Reports of Hazards – Describe the methods to be used to encourage employees to report hazards and how the reports will be analyzed and resolved
– Mishap Investigations – Discuss methods of response, reporting, and investigation of mishaps
– Trend Analysis – Discuss approach in performing trend analysis and methods of documenting data
104
Hazard Prevention and Control– Discuss the approach to be used for selecting controls appropriate to the
hazardous operations associated with this contract Maintain a list of hazardous operations and processes Develop written procedures to identify safety procedures Describe methods for notification of personnel
– Medical (Occupational Healthcare) Program –describe medical surveillance program, response to injuries & illnesses, case management
– Disciplinary System – approach to modify behaviors– Emergency Preparedness – approach used for emergency preparedness
and contingency planning that addresses fire, explosion, weather, environmental releases or other potential emergencies
105
Safety and Health Training– Program Description – describe your training program to
ensure safe work practices, hazard recognition and to meet all regulatory requirements
– Tailor training toward specific audiences – managers, supervisors, employees (crafts, office workers, etc.)
– Train for emergencies – fire drills, evacuation drills, site emergencies
106
Pay special attention to the miscellaneous reports contained in the body of the Safety & Health Plan DRD under Other Deliverables – building fire warden roster; hazardous materials inventory; roster of terminated employees; material safety data sheets; OSHA logs; program self evaluation
Tailor your plan to what you will do on the contract Review the requirements provided in JSC Safety and Health
Handbook (JPR 1700.1) http://jschandbook.jsc.nasa.gov and describe how you will incorporate JSC requirements into your Safety & Health Program
For the good of your employees and your business, take safety seriously and proactively plan to PREVENT injuries
107
108
Receiving, Inspection and Test FacilityReceiving, Inspection and Test FacilitySite TourSite Tour
Cheryl CorbinCheryl Corbin
Tours are designed to provide potential Offerors with a better understanding of the Receiving, Inspection, and Test Facility (RITF)
Tours will include:– A technical overview of the facility– An overview of the work that the Safety and Mission
Assurance Support Contract (SMASS) contractor currently performs in the facility
109
The RITF effort will be established by Task Orders once the contract has been awarded– The Representative RITF Task Order, in the Draft RFP,
outlines the effort to be covered by your proposal
Any questions regarding the Draft Request For Proposal (DRFP) or the effort that may be performed under the SMAEC contract should be addressed to the SMAEC Contracting Officer at this meeting, via email, or through the SMAEC website– Tour guides will not be responding to DRFP questions
110
Questions on the tour will be limited to the technical aspects of the facility
Those who have registered for the Site-Tour must pick up a badge at the sign-in desk immediately following the conference– Please have your Drivers License– You must have a badge to board the Tour Bus– Buses depart from the Gilruth main entrance, please arrive 15
minutes before departure There are three tours (they are exactly the same), tours
are one hour long, please note your group assignment– Group A departs at 1:00 pm– Group B departs at 2:00 pm– Group C departs at 3:00 pm
111
The site tour may require walking on uneven surfaces and using stairways
Please, no open-toed shoes or shorts In the event of a fire alarm follow your tour guide to exit
the building and assemble at the muster site Cell phones should be on vibrate or turned off during the
entire tour Please, no food or drinks on the tour Be mindful of tight spaces
– Recommend not bringing laptops or backpacks on the tour
112
113
SMAEC Schedule and Closing RemarksSMAEC Schedule and Closing Remarks
Scott StephensScott StephensContracting OfficerContracting Officer
114
Release Draft RFP August 28, 2012
Preproposal Conference September 10, 2012
Draft RFP Cost/Pricing WebEx September 17, 2012
Draft RFP Questions Due September 24, 2012
Release Final RFP November 9, 2012
Proposals Due December 21, 2012
Contract Award May 3, 2013
Phase-In Begins August 2, 2013
Contract Start October 1, 2013
115
Topics covered today are not inclusive and potential Offerors should not place any added emphasis based on the content of this briefing
Information provided today is to assist in the development of proposals; however, the Final RFP will take precedence over information provided in this presentation
Email the Contracting Officer per the guidance on the SMAEC website if you wish to participate in the Cost and Pricing WebEx to be held online next Monday, September 17, 2012, 9:00-10:30 a.m. CDT (Deadline to respond is this Friday, September 14, 2012 at noon CDT).
Continue to monitor the NASA Acquisition Internet Service (NAIS) and SMAEC website for information related to SMAEC
116
For your proposal to be considered timely, your package must be delivered to Building 420 by the due date and time stated in the RFP
Review all proposal delivery instructions with your courier to stress the importance of timeliness and the proper location of delivery◦ Shipping and Receiving will give your courier a receipt of delivery
When delivering a proposal in person, remember to deliver the proposal through Gate 4, and not through the Central JSC Gate 1◦ Directions to Gate 4 are in the proposal instructions
Allot at least 48 hours to over-night a proposal through a mail carrier◦ A commercial/government mail carrier may have a mechanical breakdown or otherwise fail to
deliver in a timely manner If you choose to deliver in person on the due date, remember that late flights, traffic
jams, and congestion in the JSC area may affect the timeliness of your proposal Review the proposal instructions, coordinate with the point of contact in advance of
the delivery, and ask questions if any instructions are not clear Review paragraph (c)(3) of FAR 52.215-1,“Instructions to Offerors – Competitive
Acquisition”
117
Thank you for attending the Thank you for attending the Johnson Space CenterJohnson Space Center
Preproposal ConferencePreproposal Conference for the Safety and Mission Assurance for the Safety and Mission Assurance
Engineering Contract (SMAEC)Engineering Contract (SMAEC)
118