august 06, 2013 the gilruth center – alamo ballroom 1
TRANSCRIPT
Welcome to the Johnson Space Center
Integrated Mission Operations Contract II (IMOC II)
Preproposal Conference
August 06, 2013The Gilruth Center – Alamo Ballroom
1
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 Information
2
Topic PresenterConference Registration 8:00 a.m. -9:00 a.m.
Welcome and General Information Rosalie Carpentier
Opening Remarks Gail Skowron
Orientation and Procurement Overview Rosalie Carpentier
Mission Operations Directorate Paul Hill
SOW, J Attachments, and DRDs Mark Ferring
Safety and Health Programs Connie Pritchard
Security Briefing Wayne Sings
Government Property Mike Puryear
Overview of the Draft RFP Rosalie Carpentier
Small Business Kelly Rubio
Labor Relations Overview David Wilson
Cost/Pricing Information Rosa Arevalo
Site Tours Joy Barckholtz
15-Minute Break
Q&A, Schedule, and Closing Remarks Rosalie Carpentier
3
Agenda
4
Opening RemarksGail Skowron
Acting Associate Director, Office of Procurement
5
Orientation and Procurement Overview
Rosalie CarpentierContracting Officer
These slides are not to be interpreted as a comprehensive description of the requirements in the Draft Request for Proposal (RFP).
To the extent there are any inconsistencies between this briefing and any future RFP, the RFP will govern.
6
Disclaimer(Orientation)
Purpose of Preproposal Conference(Orientation)
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 or tours.
However, index cards are available for written questions for both the conference and tours. – Conference and Tues Afternoon Briefing: Responses to written questions
will be provided during the conference Q&A session but shall not be construed as official responses.
– Wednesday Tours: Responses to written questions will not be provided during the tours.
– Official responses to written questions received by the Contracting Officer will be posted to the IMOC II procurement website.
– The deadline for submitting questions regarding this conference and the draft RFP is August 21, 2013.
7
8
IMOC II Source Selection Authority and Acquisition Team Members
Source Selection Authority Melanie Saunders, Associate Director- Johnson Space Center
Acquisition TeamDA Mission Operations Directorate Mark Ferring SEB Chair
BR Operations Support Office Kathryn McLaurin
Contracting Officer (Prime)
BR Operations Support Office Rosalie Carpentier
Contracting Officer (Backup)
DA Mission Operations Directorate James Thornton Team Member
DI Spaceflight Systems Division Joy Barckholtz Team Member
DM Flight Dynamics Division Raymond Silvestri
Team Member
DO Operations Division Linda DeLapp Team Member
DX EVA, Robotics, & Crew Systems Division
Gail Schneider Team Member
Contracting Officer: Kathryn McLaurin [email protected]
Contracting Officer:Rosalie [email protected]
IMOC II web address: http://procurement.jsc.nasa.gov/imocII/
• Questions may be submitted by:• Clicking on the “Anonymous Questions to the Contracting Officer and Feedback” link to
submit an anonymous question• Emailing [email protected] and [email protected]
9
Points of Contact(Orientation)
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:
Perri Fox/AC
2101 NASA ParkwayHouston, TX 77058Phone: (281) 483-3157Email: [email protected]
The agency listing of Ombudsman for Acquisitions is located at http://prod.nais.nasa.gov/pub/pub_library/Omb.html
10
Ombudsman(Orientation)
Current IMOC Contract Overview
Contract Number: NNJ09HA15C Prime Contractor: United Space Alliance, LLC Contract Type: Cost Plus Award Fee (CPAF) with IDIQ, LOE, and Base Completion
Form elements Period of Performance: 11/01/08 - 09/30/2013
• Option to extend: 10/1/2013 - 9/30/2014 Skills currently provided on contract include:
• Support to mission preparation (Plan)
• Crew, instructor, and flight controller training (Train)
• Realtime mission execution (Fly) activities related to Exploration and the International Space Station (ISS) operations
• Operations capability development support is required from the contractor as NASA defines operations requirements associated with the emerging programs for the Exploration initiatives
• General Flight Crew Operations Directorate integration and operations services
• General International Space Station Program Avionics and Software integration services.
11
12
Paul S. Hill- Director Mission Operations Directorate
13
SOW, J Attachments, DRDs Overview
Mark FerringSEB Chairman
DRFP Highlights - Section C (Statement of Work)
Section 1 – Management and Administrative Requirements• Comprises the effort required to manage the contract and provide
general management and admin services Contract management (Financial, property, data mgmt IT, procurement, records) Risk management Safety and Health, Environmental Quality Security and Technology Protection Management
Section 2 – Operations Support for Vehicle/System/Program Design• Comprises the early “strategic” efforts to provide operability support for
the design and development phase of future Programs/Projects• The Government determines the vehicle operations and architecture
requirements The contractor provides technical information, analysis, and relevant perspectives
gained through operational experience
• Transitions to the “tactical” Plan, Train, Fly (PTF) mission planning and execution phase outlined in Sections 3-5.
14
DRFP Highlights - Section C (Statement of Work) - (Cont)
Section 3 – Mission Operations Preparation (Plan)• Involves the development of plans, products, and analysis required for
mission execution• Includes the effort required to coordinate with all stakeholders including
Mission Operations Directorate (MOD) organizations, engineering and safety, associated Program and Project elements, other NASA centers, other agencies, and international and commercial partners
Section 4 – Mission Operations Training (Train)• Encompasses the tasks, methods, products, and media utilized to fully
prepare the crew, flight controller, instructor, and analyst personnel involved in the operational design and execution of spaceflight missions.
• Provides support services for the Government led development of training and certification requirements, and execution of training/certification based on these requirements.
15
DRFP Highlights - Section C (Statement of Work) - (Cont)
Section 5 – Mission Execution (Fly)• Comprises the effort required to execute all real-time NASA
human space flight operations and support to other space flight operations including ISS visiting vehicles and vehicle development test flights.
• Contractor is part of a joint Government/contractor mission control team led by a Government Flight Director tasked with maintaining crew and vehicle safety while meeting the Program defined mission requirements.
Section 6 – Flight Crew Operations Directorate (FCOD) Support• Comprises the effort to provide support services for FCOD
including but not limited to Program change request assessments, flight crew equipment integration, flight crew training, Program integration, vehicle integration and testing, and CAPCOM console support.
16
DRFP Highlights - Section C (Statement of Work) - (Cont)
Section 7 – ISS Program Avionics and Software Office (OD) Integration, Coordination, and Support Activities• Comprises the effort to support services to OD including but not
limited to: Supporting the software evaluation/change process Development, integration, test and delivery of onboard crew support
software products Real time engineering support services
17
DRFP Highlights Task Orders
All services procured via Task Order (TO)• Either Completion Form (CF) or up to 10% Level of Effort (LOE). • The General Management and Admin TO (DA-1) shall be sized based upon the
overall magnitude of the technical work ordered in the remaining TOs. • Offerors shall provide and discuss an aggressively cost effective approach to provide
management and administrative services.
Anticipate requiring 18 total TOs for Contract Year one (CY1)• The RFP includes 7 TOs (located at L.24.3.2, Table L-3a)
• 5 TOs require a full evaluation including a narrative with specific technical understanding of the requirements, a Basis of Estimate (BOE), and a resource estimate (labor and non-labor)
• 2 TOs require only a narrative with specific technical understanding of the requirements
• A description of the work requirements and a GRE will be provided for the remainder of the anticipated CY1 TOs (located at L.24.3.2, Table L-3b)• Description will be included in the technical library• GRE provided as attachment L-5
• The DA-1 Task Order should be sized assuming all 18 TO’s are executed at contract start
18
DRFP Highlights – Section J J-1 Applicable Documents List (ADL) J-2 Data Requirements List (DRL) and Data Requirements Descriptions (DRD) J-3 Award Fee Plan J-4 Contract Management Plan J-5 Contract Work Breakdown Structure (WBS) and Dictionary J-6 Performance Reporting Plan J-7 Personnel Training and Certification Support Plan J-8 Staffing, Recruitment, and Retention Plan J-9 Government Assessment of Organizational Conflicts of Interest (OCI) J-10 Organizational Conflicts of Interest (OCI) Mitigation Plan J-11 Wage Determination J-12 Total Compensation Plan J-13 Contract Phase-in Plan J-14 Small Business Subcontracting Plan
◦ Appendix: Small Business Plan Report J-15 Security and Technology Protection Management Plan J-16 Information Technology (IT) Security Plan J-17 Government Property Management Plan
◦ Appendix 1: List of Installation Accountable Government Property◦ Appendix 2: List of Government Furnished Property (*May not be required. Not in Draft RFP).
J-18 Safety and Health Plan J-19 DD Form 254, Department of Defense Contract Security Classification Specification J-20 Standard Labor Categories (SLCs)
19
Blue – Offeror deliver with proposal Black - Government provided Red – Offeror deliver after contract award
DRFP Highlights – DRDs
The following Data Requirement Descriptions (DRDs) are due with proposal, and are included as part of the 350 page limit of Volume I “Mission Suitability” listed in Section L.24.3 “Volume I – Mission Suitability.”
20
Factor
DRD # DRD Title
MSA1 MGMT-01MGMT-04
Contract Management PlanPersonnel Training and Certification Support Plan
MSA3 MGMT-05MGMT-08
Staffing, Recruitment, and Retention PlanTotal Compensation Plan
MSA4 MGMT-09 Contract Phase-In Plan
MSA5 SMA-01 Safety and Health Plan
SBU1 MGMT-10 Small Business Subcontracting Report(Small Business Plan due as J attachment)
DRFP Highlights – DRDs (Cont)
The following DRDs are due with proposal, and ARE NOT included as part of the 350 page limit of Volume I “Mission Suitability” listed in Section L.24.3 “Volume I – Mission Suitability.” They are listed in Section L24.6 Volume IV, Part III “Other Data”, and are part of the 60 page limit.
These DRD’s are required for eligibility consideration of the Offeror’s proposal and award of the IMOC II.
Note: The list of DRD’s to be submitted as part of the Offeror’s Proposal are provided in Attachment L-1. 21
DRD # DRD TitleMGMT-06 Organizational Conflict of Interest (OCI) Plan
MGMT-12 Security and Technology Protection Management Plan
BP-02 Government Property Management Plan
Per DRD MGMT 12 “Security and Technology Protection Management Plan”, Offeror provide plan to obtain National Security Facility Clearance Level (FCL per Clause I.16) of SECRET by contract start• Provide SECRET security clearances for personnel supporting functions identified
by NASA as requiring this level of clearance by contract start. • Primary driver is for the Certified “Trajectory Operations and Planning Officer”
(TOPO).
Per DRD MGMT 12 “Security and Technology Protection Management Plan”, Offeror provide plan to obtain National Security Facility Clearance Level of TOP SECRET/SENSITIVE COMPARTMENTED INFORMATION (SCI) as soon as practicable for contract performance, ideally by contract start.◦ As identified by the Government, provide TOP SECRET/SCI security clearances
for personnel supporting functions identified by NASA as requiring this level of clearance. NASA will sponsor SCI clearances.
DRFP Highlights – DRDs (Cont) - Security
22
Ensure continuous support for the critical Mission Operations Plan, Train, and Fly activities with appropriately certified personnel• Requires up to 4-6 years to certify specialist level flight controllers,
instructors, and analysts Recruitment/hiring strategies for acquiring personnel with
appropriate skills to maximize likelihood of meeting the rigorous certification standards
DRFP Highlights – DRDs (Cont) – Staffing/Certification
23
DRFP Highlights – DRDs (Cont)
The SEB took a zero-based approach to DRDs. All DRDs associated with the current contract have been evaluated for inclusion in the new solicitation
24
Eliminated DRDs: Added DRDs Combined DRDs
• Risk Management • Monthly Headcount Report• Document and Data
Management• Records Management• Configuration Management • Commercial Market Report• Quality Management • Guide for Editorial and
Logistical Support to Operations
• MOD Library Handbook and Glossary
• Flight Rules Production
• Contract Phase-in Plan
• Contract Closeout Plan
• IT Capital Planning and Investment Control
• IT Security Plan/Reports
• Security and Technology Protection Management PlanMerged elements of
Security Management Plan and Technology Protection Control Plan into a single DRD, consistent with SOW
DRFP Highlights – Section J (Cont)
25
Award Fee Plan – J31. Management, Staffing and Technical
Performance• Flight Safety• Mission Preparation, Training,
and Execution• Staffing, Certifications, and
Retention• Program Management• Safety and Health
65%
2. Cost 25%
3. Small Business Goals 10%
IMOC II Online Technical Library
Access to the Online Technical Library from the IMOC II procurement portal• http://procurement.jsc.nasa.gov/imocII/
What it is:• Contains MOD, FCOD, and OD technical data associated with the SOW, Task
Orders and other contract requirements• Library table of contents and description file included• Organized by type for ease of use• Intention to ensure reasonable set of background information is available for all
Offerors to consider in their response to the RFP• All content is now located in a single technical library
Final RFP release is planned for September 25, 2013 at which time the online Technical Library is planned to be frozen.• Any updates will be announced on the IMOC II procurement portal.
26
IMOC II Online Technical LibraryExport Control Notice:
Offerors are reminded that the library contains material which has not been reviewed for Export Control considerations and should therefore be treated as if it is export controlled.
The material shall not be released or transmitted to any foreign person or to any person representing any foreign person, either directly or indirectly, without specific prior approval by a knowledgeable, authorized export control official.
Significant criminal and civil penalties including fines, debarment, and incarceration may be incurred for violation of Export Control regulations.
Use of this library is for the sole purpose of the IMOC II Contract activity only and the sharing of this information for any other purpose is prohibited.
27
IMOC II Online Technical Library Structure / Contents
NASA & External Documents• NASA Procedural Requirements (NPR), Other government documents
JSC Documents• JSC Procedural Requirements, Directives, Work Instructions (WIs)
MOD Overview• Basics of MOD and functional organizational charts
MOD Plans, Processes, Policy ISS General
• ISS Org, Flight Rules, Interface Procedures
MPCV SLS General• Concept of Operations, Range Safety & Abort Integration
Supplemental Task Order Information• Non-evaluated Task Order descriptions, ISS Workload Guidance Document will be included
Overviews & Lessons• Discipline overviews, ISS Architecture, MCC guides, Tools and products of real time execution
Plan Train Fly Process• Work Instructions (WIs) on the PTF process (mostly discipline specific)
28
IMOC II Online Technical LibraryStructure / Contents
Certification• WIs and Requirements (mostly discipline specific)
Handbooks (Examples)• Examples of discipline handbooks (not all disciplines covered due to proprietary and
infrastructure embedded info)
Facility Documents for Users• NBL & SVMF documents applicable to IMOC II users, Access/Security
Products & Briefings (Examples)• Key product examples
Reviews Boards & Panels• Charters and WIs.
Flight Crew Operations Directorate• General plans, handbook, guidelines
ISS Avionics and Software Office• General plans, handbooks, WIs, guidelines
Pre Proposal Conf Scripts• Scripts from tours given during pre-proposal conference
29
Other DRFP Highlights
The Government intends to locate the entire IMOC II technical workforce on-site at JSC• Anticipated seat count will be provided for final RFP
30
31
Safety & Health Programs Guidelines for responding to Safety Requirements in
the IMOC II Draft Request for Proposal (DRFP)
Connie PritchardSafety and Test Operations Division
Overview of the NASA Safety Program
NASA safety objective is to avoid loss of life, personal injury and illness, property loss or damage, or environmental harm resulting from any of its activities and to ensure safe and healthy 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
32
Overview of the NASA Safety Program
The NASA Safety Policy stresses individual responsibility of each employee for their own safety and that of their co-workers. Risk within the work environment must be managed to control hazards and we strive to continuously improve workplace conditions
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
33
What would be expected of you at JSC
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
34
The Safety & Health Deliverables
Submission of detailed safety and health data is required as part of the proposal including;
• Safety & Health Plan which includes 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 & EPA citations and corrective actions taken to prevent recurrence.
• Records of OSHA recordable injuries (OSHA 300 & 300A logs & calculated frequency rates).
• Insurance carrier information – including Experience Modifier Rates (EMR).
35
A Successful Safety Program Model
Based on 4 Basic VPP elements defined by OSHA
Worksite Analysis Hazard Preventionand Control
Management Leadership Employee Involvement
Safety and HealthTraining
36
The Safety & Health Plan
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. Describe 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
37
The Safety & Health Plan
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
38
The Safety & Health Plan
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 used to modify behaviors
• Emergency Preparedness – methods used for emergency preparedness and contingency planning that addresses fire, explosion, weather, environmental releases or other potential emergencies
39
The Safety & Health Plan
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
40
Recommendations
Pay special attention to the miscellaneous reports contained in the body of the Safety & Health Plan DRD under Other Deliverables – includes; 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.
41
Security Briefing
Wayne SingsSecurity Specialist
42
Government Property
Mike PuryearContract Property Administrator
43
Property Clauses
NFS 1852.245-70 Contractor Requests for Government-Provided Equipment (Jan 2011) (clause G.7) Must have prior CO consent to acquire or fabricate property, with few exceptions Explains exceptions and the process Covers property obtained from excess sources is provided as-is, where-is
NFS 1852.245-71 Installation-Accountable Government Property (IAGP) + Alt I (Jan 2011) (clause G.8) This is NASA JSC accountable and managed property Not accountable to the contractor Provided for use on the center and CO authorize locations Details the NPRs and JPRs applicable to the IAGP Alt I states can’t use JSC Central Receiving as your official receiving facility; must use contractor run facility
NFS 1852.245-73 Financial Reporting of NASA Property in the Custody of Contractors (Jan 2011) (clause G.9)
First report due Oct 15 after contract start based on property data from Oct 1 the previous year through September 30 of the current year.
Pay special attention to NFS 1845.7101 on: NASA Form 1018 annual reporting by FY Property classification Transfer of property Total unit acquisition costs
44
Property Clauses
NFS 1852.245-74 Identification and Marking of Government Equipment (Jan 2011) (clause G.10)
Explains how to physically mark equipment delivered to the Government
NFS 1852.245-75 Property Management Changes (Jan 2011) (clause G.11) Lists the situations when you must submit proposed changes to property management
processes and procedures to the Government Property Administrator
NFS 1852.245-78 Physical Inventory of Capital Personal Property (Jan 2011) (clause G.13) Covers requirement for annual physical inventory of any property items (material or
equipment) with a total acquisition cost of $100,000 or greater This is in addition to the physical inventory requirements in FAR 52.245-1
NFS 1852.245-79 Records and Disposition Reports for Government Property with Potential Historic or Significant Real Value (Jan 2011) (clause G.14)
Lists additional data required in the contractor’s property database necessary to identify NASA property with potential historic value or significant monetary value
45
Property Clauses
NFS 1852.245-80 Government Property Management Information (Jan 2011) (provision L.15) Lists 7 questions the contractor must respond to related to their current Government property
management system, plans to use existing Government property, accounting practices allowing for direct charging of commercially available equipment, intent to acquire additional property
This data will be evaluated by the SEB
1852.245-82 Occupancy Management Requirements (Jan 2011) (clause G.15) Relates to work in and around Government real property Addresses installing or removing contractor-owned property on site Addresses construction or installation of fixed improvements or structural alterations in
Government buildings Requires contractor to report real property no longer needed
FAR 52.245-1 Government Property (Apr 2012) (clause I.1) This is the primary Government Property clause Covers processes from pre-acquisition to post disposal Mirrors DRD BP-02 for the Property Management Plan
FAR 52.245-9 Use and Charges (Apr 2012) (clause I.1) Covers use of Government property on commercial contacts
46
Attachment J-17/Appendix 1 - Installation Accountable Government Property
Listing of Government property being provided for use in support of this contact onsite
JSC will retain accountability for this property
No Government Furnished Property (GFP) is anticipated on this contract, however, Contractor Acquired Property (CAP) is anticipated
Section C, paragraph 1.1.5 specifies that the contractor shall procure supplies and materials in support of specified JSC organizations
Direct charge acquisitions are possible under the -70 and -71, but the contractor must follow up with transfer of accountability documentation and physically move the property to the center or other CO approved location in a timely manner after receipt
Other Property Related Items
47
DRD for a Property Management Plan (DRD BP-02) Explains how the contractor will manage and control Contractor
Acquired Property until transferred to NASA Initial plan due with proposal Final due 30 days after contract award Final will be coordinated with the assigned Government Property
Administrator and must have their concurrence
DRD for Reports Required for Logistics Reports are required when on site storage totaling $75K or greater is in
one location and not controlled by JSC/JB Logistics Negative reports are required
Other Property Related Items
48
49
Overview of the Draft RFP NNJ13ZBR004R
Rosalie CarpentierContracting Officer
50
General Information
If an RFP is issued, the actual issued RFP and amendments take precedence over this conference or any draft RFP issued
Period of Performance: • Phase-In Period: 8/01/14 to 9/30/14• 5 year Base Period: 10/01/14 to 9/30/19• Option 1 (Years 6-7): 10/01/19 to 9/30/21• Option 2 (Years 8-9): 10/01/21 to 9/30/23
51
General Information
Contract Type: Single Award Indefinite Delivery/ Indefinite Quantity (IDIQ) Cost Plus Award Fee (CPAF) contract
Competition: Full and Open Competition
NAICS Code: 541712—Research and Development in the Physical, Engineering and Life Sciences except, Space Vehicles and Guided Missiles, their Propulsion Units, their Propulsion Unit Parts and their Auxiliary Equipment and parts
• Size Standard in number of employees is 1,000 (by exception).
Complete, sign, and date the Standard Form 33 (SF 33)
Block 12 of Standard Form 33, Solicitation, Offer, and Award has been filled in with “365 calendar days”• This is in accordance with provision L.22, Proposal Acceptance
Period, which requires that proposals submitted in response to this solicitation shall remain firm for at least 365 calendar days after the date specified by the Government for receipt of proposals.
52
Section A – Solicitation and Contract Form
B.3, Contract Phase-In (Firm Fixed Price)• Offeror to fill in the phase-in price
B.6, IDIQ Minimum and Maximum Ordering Limits • The guaranteed minimum to be ordered under this contract is: $10,000,000
• The maximum which may be ordered under this contract for the base period is:
$681,600,000
B.7, Fully Burdened Rate Table For Pricing Cost Reimbursable (CR) Task Orders
• Propose all fully-burdened labor rates (exclusive of prime fee) for each labor category in
the rate table
• Propose the award fee rate in the rate table. This fee rate represents the maximum fee
rate which may be proposed or negotiated for individual task orders during contract
performance
53
Section B – Supplies or Services and Prices/Costs
G.2, Award Fee For Service Contracts
◦ Award fee evaluations will be conducted every 6 months to determine the
amount of award fee earned by the contractor
G.3, Submission of Vouchers for Payment (NFS 1852.216-87)
• Offeror to fill in Cognizant DCAA Mailing Address in G.3(c)(1)
G.16, Security/Badging Requirements for Foreign National
Visitors and Employees/Representatives of Foreign Contractors
(JSC 52.204-91)
• The badging process can be lengthy so allow sufficient lead time
54
Section G – Contract Administration Data
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.9 Key Personnel and Facilities (NFS 1852.235-71)• Clause must be filled in by offeror for personnel considered to be essential
to the work being performed.
H.17 Small Business Subcontracting Goals (JSC 52.219-90 ) • The Offeror shall fill-in the goals as identified in the clause.
55
Section H – Special Contract Requirements
Section L—Instructions to Offerors
L.4 Instructions To Offerors—Competitive Acquisition
• Though the Government reserves the right to conduct discussions, the intent is to award without discussions
• Therefore, the Offeror’s initial proposal should contain the Offeror's best terms from a cost or price and technical standpoint
L.10 Proposal Page Limitations• It is important that you carefully read the page definitions as defined in
this provision.
• Offerors are highly encouraged to provide only the relevant information necessary to understand their proposal.
56
L.19 Proposal Marking And Delivery (JSC 52.215-109)• For proposal delivery, the Offeror is strongly encouraged to notify the CO
one day in advance of the proposal submission.
L.24.2 Proposal Arrangement, Page Limitations, Copies, And Due Dates• Observe proposal due dates: Proposal Volume II, Past Performance,
and the Cognizant Federal Agency and Audit Office Template of Volume III are requested to be delivered early on Oct 25, 2013; 18 days prior to other volumes of the proposal.
• Review all instructions and page count limitations; the SEB will not evaluate pages that exceed page limitations. These pages will be returned to the Offeror.
Section L—Instructions to Offerors
57
Table L-2: Overview of Proposal Volumes and Page Limitations
Volume No.
Title Page Limit Hard Copy
CD-ROM
Format
I Mission Suitability 350Part 1 Management and Staffing Approach
(MSA1-5)
Contract Management Plan (DRD MGMT-01)
Included in 350 14 2 MS Word
Personnel Training and Certification Support Plan (DRD MGMT-04)
Included in 350 14 2 MS Word
Key Personnel Approach Narrative - MSA2 Included in 350 14 2 MS Word
Key Personnel Evidence of Commitment – MSA2
1 page per key person* (not
included in 350)
14 2 MS Word
Staffing, Recruitment and Retention Plan (DRD MGMT-05)
Included in 350 14 2 MS Word
Total Compensation Plan (DRD MGMT-08) Included in 350 14 2 MS Word
Contract Phase-in Plan (DRD MGMT-09) Included in 350 14 2 MS Word
Safety and Health Plan (DRD SMA-01) Included in 350 14 2 MS Word
Section L—Instructions to Offerors
58
Table L-2: Overview of Proposal Volumes and Page Limitations
Volume No.
Title Page Limit Hard Copy
CD-ROM
Format
Part 2 Technical Approach (TA1-2)Overall Technical Understanding Narrative – TA1 Included in 350 14 2 MS Word
Specific Technical Understanding and Resources Narrative – TA2 Note: The Technical Resource Summary Template (TRST) and the Technical Resource Templates (TRTs) are not included in the page count.
Included in 350 Note:
TRST and TRTs are not
included in the page count
14 2 MS Word and MS Excel
Part 3 Small Business Utilization Approach (SBU1-2)
Small Business Subcontracting Reports (DRD MGMT 10 )
Included in 350 14 2 MS Word
Small Business Utilization Approach Narrative Included in 350 14 2 MS Word
II Past PerformancePast Performance Description 60 10 2 MS WordKey Personnel Resumes * 2 pages per
position10 2 MS Word
Past Performance Attachments No Page Limit 10 2 MS Word or Native Format
Section L—Instructions to Offerors
59
Table L-2: Overview of Proposal Volumes and Page Limitations
Volume No.
Title Page Limit
Hard Copy
CD-ROM
Format
III Cost/Price Cost Narrative No Page
Limit10 2 MS Word
Templates No Page Limit
10 2 MS Excel
IV Model Contract and ResponsibilityPart I Model Contract:
Sections A-J, with all fill-ins completed, and Section K, Representations and Certifications, with all fill-ins completed
No Page Limit
3 2 MS Word
Part 2 Representations, Certifications and Other Statements of Offeror
Part 3 Other Data: 60 10 2
Business System Adequacy (not included in page limit) No Page Limit
Organizational Conflict of Interest (OCI) Information Included in 60
MS Word
Security and Technology Protection Management Plan Included in 60
MS Word
Government Property Management Plan (DRD-BP-02) Included in 60
MS Word
Section L—Instructions to Offerors
60
The Offeror shall describe its approach to and rational for identifying, selecting, filling, and retaining Key Positions, as required per MSA2. For MSA1, MSA3, MSA4, and MSA5, the Offeror shall provide the DRDs.
L.24.3.1 Part 1—Management and Staffing Approach (MSA)
(Mission Suitability Subfactor 1) • MSA1. Management Approach• MSA2. Key Personnel Approach• MSA3. Staffing Approach• MSA4. Contract Phase-In Approach• MSA5. Safety and Health Approach
Section L—Instructions to Offerors
61
The Offeror shall describe its approach to and rational for meeting the contract requirements, as required per subfactor elements TA1 and TA2.
L.24.3.2 Part 2—Technical Approach (TA) (Mission Suitability Subfactor 2)• TA1. Overall Technical Understanding
The Offeror shall provide a narrative description of their understanding of IMOC II Mission Operations, including but not limited to, the magnitude and complexity of the integration responsibilities and the Offeror’s ability to properly provide the overall integrated support services as defined in the SOW and across all of the TOs
• TA2. Specific Technical Understanding and Resources
This section includes instructions on how the Offerors will respond to the Task Orders (TOs) for the proposal
Section L—Instructions to Offerors
62
Title pages, cover sheets, tables of contents, acronym listings (or a glossary of abbreviations), Technical Resources Summary Templates, and requested cross reference lists are excluded from the page counts.
Putting evaluation information on the documents mentioned above will result in these pages not being evaluated.
Section L—Instructions to Offerors
63
M.3 Evaluation Factors For Award Mission Suitability and Past Performance when combined are significantly more
important than Cost Mission Suitability is more important than Past Performance Past Performance is more important than Cost
M.5 Mission Suitability Factor Mission suitability – Scored on 1,000 point system, with the following allocation:
M.6 Past Performance – Evaluated using confidence ratings M.7 Cost/Price – Evaluated on price analysis and cost analysis to include a cost realism analysis
The lack of resource realism may adversely affect the Offeror’s Mission Suitability scores and result in cost realism adjustments under the cost /price factor.
Mission Suitability Sub-Factors Points
Management and Staffing Approach
500
Technical Approach 400
Small Business 100
Section M- Evaluation Factors for Award
64
M.8.1 Other DataAn Offeror must be eligible for award in accordance with FAR subpart 9.1, Responsible Prospective Contractors. The following items listed below are important eligibility considerations that have been established for this procurement. However, these items may not constitute all eligibility considerations that will be addressed by the SEB pursuant to FAR 9.104, Standards:
Business System Adequacy an adequate accounting system is necessary for the award of
cost type contracts (FAR 16.104(i) and 16.301-3(a)(3)) an adequate disclosure statement is necessary for award of
Cost Accounting Standard (CAS) covered contracts Acceptable OCI Mitigation Plan Acceptable Security and Technology Protection Management
Plan Acceptable Government Property Management Plan
Section M- Evaluation Factors for Award
65
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
66
Special Considerations
Small Business
Kelly RubioSmall Business Specialist
67
Small Business UtilizationSBU 1 and SBU 2
This solicitation contains FAR clause 52.219-9, “Small Business Subcontracting Plan with Alternate II.”◦ Offerors Other than Small are to address the 11 main
elements as well as submit a Small Business Subcontracting Plan.
Small Business Offerors are not required to submit a Small Business Subcontracting Plan, nor will be evaluated under SBU 1 and SBU 2.
Section M.5 Small Business Offerors will receive full credit under the Small Business Utilization sub-factor.
68
RecommendedSmall Business Goals
SB Category Small Business
Goals
Small Businesses (SB) 13.0%
Small Disadvantaged Business Concerns (SDB) (Includes SDB’s in represented and under-represented areas*)
5.0%
Women Owned Small Business Concerns (WOSB) 8.0%
Historically Black Colleges and Universities and Other Minority Educational Institutions (HBCU/MEI)
0.9%
HUBZone Small Business Concerns (HUB) 2.0%
Veteran Owned Small Business Concerns (VOSB) 2.0%
Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) 1.5%
69
Small Business Goals Template
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
ValueSmall Business Concerns
Large Business Concerns N/A
Total Dollars to be Subcontracted N/A
Subcategories of Small Business Concerns
Women Owned Small Business
Small Disadvantaged Business
Veteran Owned Small Business
Service-Disabled Veteran-Owned Small BusinessHUBZone Small Business
Historically Black Colleges and Universities and Other Minority Educational Institutions (HBCU/MEI)
70
Small Business Goals Example Column A Column B Column C
Business CategoryGoal 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 percent
Large Business Concerns N/A $25,000,000 50 percent
Total Dollars to be Subcontracted N/A $50,000,000 100 percent*
Subcategories of Small Business Concerns**
Women Owned Small Business 9 percent $9,000,000 18 percent
Small Disadvantaged Business 5.0 percent $5,000,000 10 percent
Veteran Owned Small Business 2.5 percent $2,500,000 5 percent
Service-Disabled Veteran-Owned Small Business
1.5 percent $1,500,000 3 percent
HUBZone Small Business 1.5 percent $1,500,000 3 percent
Historically Black Colleges and Universities and Other Minority Educational Institutions (HBCU/MEI)
1.5 percent $1,500,000 3 percent
71
List of Small Business Subcontractors Example
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
72
73
Labor Relations Overview Guidelines for Responding to Labor Relations
Requirements in the IMOC II Draft Request for Proposal (DRFP)
David WilsonJSC Contractor Industrial Labor Relations Officer
Wage Determination
Data Requirements Descriptions
References (Regulations and Clauses)
74
RFP Labor Relations Requirements
Wage Determination (WD)
WD 2005-2516, Revision 16 is applicable to this contract, and will be included in Section J-11 of the DRFP and resultant contract.
• This WD applies to all non-exempt labor categories that are proposed by the offeror, and sets forth the minimum wages and fringe benefits for these categories.
• This WD was just updated on June 19, 2013.
• The WD will be updated as required.
75
Data Requirements Description (DRDs)
DRD # DRD TitleMGMT-07 Wage, Salary and Fringe Benefit Data
MGMT-08 Total Compensation Plan
76
Wage, Salary, and Fringe Benefit Data
This DRD is used by the NASA Contracting Officer (CO) to assist in the monitoring of Service Contract Act compliance.
This DRD is due at the end of phase-in, and subsequent annual submittals are due 90 days prior to the anniversary date of the contract.
Offerors will submit data on their labor categories, and map these categories to the wage determination.
Data on hourly rates, and number of full-time employees are
also required.
Offerors will provide detailed information on the fringe benefits offered to service employees.
77
Total Compensation Plan
Total Compensation Plans (TCPs) will identify and discuss wages, salaries, and fringe benefits for professional employees and non-exempt service employees for both the prime and all major subcontractors.
This DRD is due with the proposal (Phase 1), and at contract start (Phase 1 and 2). • This DRD is required to be updated every three years.
Subcontractors that meet the criterion in paragraph (d) of NFS 1852.231-71, ”Determination of Compensation Reasonableness” are required to submit a TCP.• This TCP threshold is different than the threshold for a subcontractor to submit a
Cost/Price proposal. • You can submit a separate subcontractor TCP or combine with the prime’s TCP.
Submit Compensation Templates a-e in your Cost/Price volume. • The threshold to submit the Compensation Templates refer to the specific
instructions in the RFP for each template.
78
Common Errors in the TCP
Total Compensation Plan and Templates• Clarify which subcontractors meet the criteria in NFS 1852.231-
71(d).
• Compensation Template (a) captures non-exempt employees and Compensation Template (b) captures exempt employees. Many templates include all employees on both (a) and (b), making it
difficult to determine which proposed labor categories are non-exempt and exempt.
In (a) and (b) state the proposed labor escalation rate proposed (expressed as a %), instead of actual labor rates proposed.
• Be specific when describing employee fringe benefits. Is the benefit employer versus employee paid? What is the specific benefit? When are employees eligible for this benefit?
79
References (Regulations and Clauses)
Reference Title
FAR Part 22 Application of Labor Laws to Government Acquisitions
FAR 52.222-41 Service Contract Act
NFS Part 22 Application of Labor Laws to Government Acquisitions
29 CFR 541 Defining and Delimiting the Exemptions for Executive, Administrative, Professional, Computer, and Outside Sales Employees
80
Cost/Pricing Information
Rosa ArevaloPricing Analyst
81
Pricing WebEx
A separate pricing WebEx will be held to provide detailed understanding and instructions on how to prepare a priced proposal.
• August 14th 2013• 9:00 am – 11:00 am CDT• RSVP confirmations and dial-in instructions have
been e-mailed out to those who have RSVP’d for the pricing WebEx
82
Additional Information
Rosalie CarpentierContracting Officer
83
And finally.... Tips for Timeliness
84
For your proposal to be considered timely, your package must arrive in 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.• 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.
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. Review the proposal instructions, coordinate with the point of contact in
advance of the delivery, and ask questions if any instructions are not clear.
Draft RFP Released July 26, 2013 Draft RFP Questions Due Aug 21, 2013 Final RFP Release September 25, 2013 Past Performance Requested October 25, 2013 Proposals Due November 12, 2013 Award IMOC II July 1, 2014
• Phase In Begins August 1, 2014 IMOC II Start October 1, 2014
IMOC II Schedule
85
86
Site Tours
Joy BarckholtzSEB member
Those who have registered for the Site-Tour must pick up a “Green & White” tour badge today.◦ Drivers License is required to pick up badge◦ You must have a Green & White Tour badge to board the Tour Bus & to enter JSC
facilities Remember to bring your badge back for Wednesday Tours! Please turn in badges to a Government escort after the end of the Weds tours. No additional tour badges are available. Can swap badges within company.
buses will be located 20-30 minutes prior to each pickup time by the covered walkway at the front entrance of the Gilruth Center (right outside the Alamo Ballroom)
For those on the tour today, please be present no later than 12:40 p.m. Buses will leave promptly at 1:00 p.m.
Tomorrow buses will depart promptly at 8:00 a.m., please be present no later than 7:40 a.m.
Do Not be late! The buses will leave without you!
87
Johnson Space Center Site Tours
No more than 2 individuals may represent any Company. Tour times vary each day – see schedule. We will visit facilities in Buildings 5, 9, 30, and the NBL at JSC. Site tours may require walking on uneven surfaces and using
stairways. PLEASE wear comfortable, closed toe shoes. No high heels or
shorts. (Wed Tours - recommended no dresses or skirts) No pictures allowed during the tours. No verbal questions will be answered during the tours or on the
buses. Questions may be submitted in writing on the forms provided or
via the email to the IMOC II Contracting Officer via the IMOC II website: http://procurement.jsc.nasa.gov/imocII/
Answers to submitted questions will be posted on the IMOC II Website.
88
Johnson Space Center Site Tours
89
8/6 8/7 Group #1 (Bus A & B) 8/7 Group #2 (Bus A & B)8:00 a.m. - 9:00 a.m.Check in & Seating
NOTE: Buses load starting at 7:40 a.m. and leave promptly at 8:00 a.m.
8:00 a.m. – 8:30 a.m. Bus Transit time Gilruth to Bldg 30
8:00 a.m. – 8:30 a.m. Bus Transit time Gilruth to Bldg 5
8:30 a.m. – 9:45 a.m. MCC Tour
Bldg 30
8:30 a.m. – 9:45 a.m. SSTF & FCPTT Tour/Simulation
Bldg 5
9: 45 a.m. – 10:15 a.m. Bus Transit time Bldg 30 to Bldg 5
9:45 a.m. – 10:15 a.m. Bus Transit time Bldg 5 to Bldg 30
9:00 a.m. - 11:30 a.m. Pre Proposal Conference Briefings
_________Gilruth Alamo Ballroom
10:15 a.m. - 11:30 a.m.SSTF & FCPTT Tour/Simulation
Bldg 5
10:15 a.m.11:30 a.m.MCC Tour
Bldg 3011:30 a.m. – 11:45 a.m.
Bus Transit time Bldg 5 to Gilruth11:30a.m. – 11:45 a.m.
Bus Transit time Bldg 30 to Gilruth
11:30 a.m. – 1:00 p.m. LunchNOTE: Buses load starting at 12:40 p.m. and
leave promptly at 1:00 p.m.
11:45 a.m. – 1:00 p.m. LunchNOTE: Buses load starting at 12:40 p.m. and leave promptly at 1:00 p.m.
1:00 p.m. – 1:30 p.m.Bus Transit time Gilruth to Bldg 30
Auditorium
1:00 p.m. – 1:30 p.m. Bus Transit time Gilruth to NBL
1:30 p.m. - 2:10 p.m.NBL Tour
1:30 p.m. - 2:10 p.m.OD Facilities Tour
1:30 p.m. – 4:00 p.m.MOD Facilities Briefings
_________ Bldg 30 Auditorium
2:10 p.m. – 2:20 p.m.Walking Transit time to OD Facilities
2:10 p.m. – 2:20 p.m.Walking Transit time to NBL
2:20 p.m. - 3:00 p.m.OD Facilities Tour
2:20 p.m. - 3:00 p.m.NBL Tour
3:00 p.m. – 3:30 p.m. Bus Transit time NBL to Bldg 9/SVMF
4:00 p.m. – 4:30 p.m. Bus Transit time Bldg 30 to Gilruth
3:30 p.m. – 4:30 p.m.Bldg 9/SVMF Tour
4:30 p.m. – 5:00 p.m. Bus Transit time Bldg 9/SVMF to Gilruth
90
15-Minute Break
91
Q&A Session
Thank you for attending the Johnson Space Center
Preproposal Conference for the
Integrated Mission Operations Contract II (IMOC II)
92