december 5, 2013 gilruth center – alamo ballroom 9:00am 1

68
Welcome to the Johnson Space Center Simulation & Software Technology II (SST II) Preproposal Conference December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Upload: charles-cameron

Post on 17-Jan-2016

219 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Welcome to the Johnson Space Center Simulation & Software Technology II (SST II)Preproposal Conference

December 5, 2013Gilruth Center – Alamo Ballroom

9:00am1

Page 2: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

2

Welcoming Remarks

James (Jamie) E. AdamsSST II Chair

Page 3: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 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

3

Page 4: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Topic Presenter

Conference Registration 8:30am- 9:00am

Welcome and General Information Jamie Adams- Associate and SST II Chair Software, Robotics, and Simulation Division

Opening Remarks Director, JSC Office of Procurement

Orientation and Procurement Overview Stacy G. Houston- Contracting Officer

Organization, Vision, and Objectives Jamie Adams- Associate and SST II Chair Software, Robotics, and Simulation Division

SOW, J Attachments, and DRDs Jamie Adams- Associate; Software, Robotics, and Simulation Division

Small Business Kelly Rubio- Small Business Specialist

Labor Relations Overview Suzan P. Thomas- Labor Relations Officer

Safety and Health Programs Wayne Gremillion – Safety Lead

Personnel Security Wayne Sings- Security Specialist

10-Minute Break- Questions

15-Minute Break- Answers

Pricing WebEx, Technology Demonstration, Schedule, and Closing Remarks

Stacy G. Houston

4

Agenda

Page 5: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

5

JSC Office of Procurement

Page 6: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

6

Orientation and Procurement Overview

Stacy G. HoustonContracting Officer

Page 7: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the RFP

To the extent there are any inconsistencies between this briefing and any future RFP, the RFP will govern

7

Disclaimer(Orientation)

Page 8: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

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.

However, index cards are available for written questions which can be submitted to the Contracting Officer

– Official responses to written questions received by the Contracting Officer will be posted to the SST II

– The deadline for submitting questions regarding this conference was December 2, 2013

– The “Anonymous Questions to the Contracting Officer and Feedback Link” has been deactivated

– All communications/questions shall be provided in accordance with L.14 Communications Regarding this Solicitation

8

Page 9: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Source Selection Authority −Melanie W. Saunders, Associate Director

(Management), Johnson Space Center

Acquisition Team− Jamie E. Adams− Stacy G. Houston− Alexander S. Lin− Paul Bielski− Andre J. Sylvester

9

Source Selection Authority and Acquisition Team Members

Page 10: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Contracting Officer:Stacy G. [email protected](281)483-9649

SST II web address: http://procurement.jsc.nasa.gov/sstII/

10

Points of Contact(Orientation)

Page 11: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

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 …”

Address/Phone:NASA HeadquartersMail Code: LP011Washington, DC 20546-0001Phone: (202) 358-0445http://prod.nais.nasa.gov/pub/pub_library/Omb [email protected]

11

Ombudsman(Orientation)

Page 12: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Current Contract Overview

Contract Number: NNJ08HA01C

Prime Contractor: L-3 National Security Solutions

Contract Type: Cost Plus Fixed Fee (CPFF)/Indefinite Delivery Indefinite Quantity (IDIQ)

Period of Performance: May 1, 2008 – May 31, 2014◦ Four 1-month options extending the contract thru

September 30, 2014

12

Page 13: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Current Contract Overview

Skills currently provided on contract include:

◦ Virtual Reality (VR)

◦ Trick Simulation Environment

◦ Trick Simulation Math Models and Applications

◦ Trick Simulation Analysis

◦ Research and Development in Advanced Robotics and Intelligent Systems

◦ MAGIK Simulation Maintenance and Development

◦ Vehicle System Management (VSM)

◦ System Engineering and Integration (SEI)

◦ MPCV Engineering Analysis Test Bed

◦ Guidance, Navigation, and Control (GN&C) Simulation Analysis

◦ Visiting Vehicle (VV) Simulation and Avionics Model Development

13

Page 14: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

14

Jamie AdamsSST II Chair

Software, Robotics, & Simulation Division (SRSD)

Page 15: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

EV

EG

LD/ENGINEERING RESOURCESMANAGEMENT OFFICE

Adele Leighton, Manager

BH/PROJECTS PROCUREMENT OFFICE

Robert Labrier, Manager

15

EA4

EC

ER

JSC Engineering Directorate

EA/ENGINEERING DIRECTORATE

Lauri N. Hansen, DirectorSteve Stich, Deputy Director

Michael Hess, Associate DirectorTrish Petete, Associate Director for Commercial SpaceflightTrent Martin, Advanced Exploration Systems Program Lead

EA5/PROJECT MANAGEMENT & BUSINESS INTEGRATION OFFICE

Patrick Pilola, ManagerCindy Neal, Deputy

Eddie King, Associate

EA4/TECHNICAL INTEGRATION OFFICE

Randall Adams, ManagerJoe Caram, Deputy

EC/CREW AND THERMAL SYSTEMS DIVISION

Chris Hansen, Chief Scott Swan, Deputy

EG/AEROSCIENCE AND FLIGHT MECHANICS DIVISION

Steve Labbe, Chief Mark Hammerschmidt, Deputy

EP/PROPULSION AND POWERDIVISION

Edgar Castro, ChiefBruce Manners, Deputy

Jon Hall, Associate

ER/SOFTWARE, ROBOTICS, ANDSIMULATION DIVISION

Robert Ambrose, Chief Cliff Farmer, Deputy

Jamie Adams, Associate

ES/STRUCTURAL ENGINEERINGDIVISION

Bruce Sauser, ChiefStan Donahoe, Deputy

EV/AVIONIC SYSTEMSDIVISION

Chris Culbert, ChiefGreg Blackburn, DeputyJim Ratliff, Associate

Page 16: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

ER’sFocus

International Space Station (ISS)◦ ISS SSMs (SSRMS, MTS, SPDM, CMS)◦ ISS GFE (Flight Software)◦ ISS Utilization (SAFER, AERCam, Robonaut, CMS)◦ In flight anomalies (working with Crew and

MOD) Development of Orion (MPCV)

◦ System Managers (Sim, Flight Software)◦ In-line support (Flight Software, LIDS, ROC,

Kedalion) In-House Technology

◦ Advanced Robotics (Robonaut, MMSEV, Jetpacks, Exo)

◦ Exercise Devices (Exoskeletons, Mini-gym)◦ Intelligent Systems (Augmented reality,

eProcedures)◦ Software Products (Trick, EDGE, Core Flight

Software)16

Software, Robotics, and Simulation Division (ER)

Page 17: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

SR&S Division Office

Flight Systems BranchSimulation and

Graphics Branch

ER3

Robotic Systems Technology Branch

ER4

Spacecraft Software Branch

ER6ER7

Dynamic Systems Test Branch

ER5

17

Software, Robotics, and Simulation Division (ER)

Page 18: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

ER6/ Spacecraft Software BranchER6 Provides:

◦ GFE Software for ISS and Other Customers CMS Software LIDS Software TEPC and other ISS GFE SAFER Software

◦ Orion Software Flight Software Simulation Software Vehicle Systems Management

◦ AES Software Morpheus Advanced Suits Habitats / AMO MMSEV CFS Radworks

Primary Customers are JSC Programs and Projects:◦ International Space Station◦ Orion◦ AES

18

Page 19: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

ER7/ Simulation and Graphics BranchER7 Provides:

◦ Primary Core Simulation Tools Trick Integrated Simulation Framework JEOD – JSC Engineering Orbital Dynamics Simulation Package IGOAL AGEA - Advanced Graphics for Engineering Analysis Rendering Package EDGE – Engineering DOUG Graphics for Exploration Realtime Image Rendering

◦ SES - Systems Engineering Simulator Facilities Dome visualization Integrated simulation with hardware mockups

◦ Virtual Reality Lab◦ DST – Dynamic Skills Trainers◦ Integrated Simulation Products

ISS / Visiting Vehicles (HTV, Soyuz, Dragon, Cygnus) MPCV NExSyS Morpheus Rover TS-21: Training System for the 21st Century

ER7 Customers:◦ NASA Programs

International Space Station Multi-Purpose Crew Vehicle Orion Commercial Crew and Cargo

◦ HQ - Human Exploration and Operations◦ Education Outreach to K-12 and Universities◦ Public Affairs

• JSC Organizations• Mission Operations• Flight Crew Operations• Human Health and Performance• Commercial Cargo/Crew• Extravehicular Activity

19

Page 20: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

20

SOW, J Attachments, DRDs Overview

Jamie AdamsSST II Chair

Page 21: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

The SOW, Attachment J-1, is composed of four (4) sections, which outline the following:

◦ 1.0 Simulation and Graphics 1.1 Trick Simulation Math Models and Applications 1.2 Simulation Products 1.3 Virtual Reality (VR)

◦ 2.0 Spacecraft Software 2.1 System Engineering and Integration (SEI) 2.2 Software Engineering Analysis Test Bed (Kedalion) 2.3 Guidance, Navigation, and Control (GN&C) Software Development 2.4 Advanced Robotics Software

◦ 3.0 Quality Management

◦ 4.0 Applicable Documents

21

Known Statement of Work (SOW)

Page 22: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Changes to SOW (Attachment J1)◦ With the retirement of the Space Shuttle, there is no longer effort in the SOW for this

program.◦ The General Use Nodal Network Solver (GUNNS) (Section 1.2.3 SST II RFP SOW)

continued development and maintenance effort has been added as a specific product utilizing the Trick simulation environment, it may also be executed independently of Trick.

◦ Vehicle Systems Management (SSTC SOW Section 2.7) has been incorporated into the overall language within the Systems Engineering and Integration (Section 2.1 SST II RFP SOW) software lifecycle support task, due to nomenclature and programmatic changes.

◦ Crew Exploration Vehicle (CEV) Engineering Analysis Test Bed (SSTC SOW Section 2.9) has been renamed Software Engineering Analysis Test Bed (Kedalion) (Section 2.2 SST II RFP SOW), due to nomenclature and programmatic changes.

◦ Constellation Simulation and Avionics Model Development (Section 2.11 SSTC SOW) has been incorporated into the overall language within Trick Simulation Math Models and Applications(Section 1.1 SST II RFP SOW), due to nomenclature and programmatic changes.

◦ Section 3.0 Quality Management has been added to the SOW to address JSC AS9100 Quality Management System compliance.

22

Changes of Note from Current SSTC SOW

Page 23: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

The SEB is taking a zero-based approach to DRDs. All DRDs associated with the current contract have been reviewed for their inclusion in the new solicitation.

Significant DRD changes include:◦ Eliminated DRDs:

DRD 3: Safety and Health Program Self Evaluation DRD 4: Monthly Safety and Health Metrics DRD 5: Lessons Learned Program Plan and Lessons Learned DRD 9: Wage/Salary and Fringe Benefit Data

◦ Added DRDs : DRD 4: Technical Efficiencies and Innovation Proposed SOW Language DRD 7: Total Compensation Plan DRD 8: Organizational Conflict of Interest(OCI) Plan DRD 9: IT Security Management Plan DRD 10: Reprocurement Data Package DRD 11: Environmental and Energy Consuming Product Compliance Reports DRD 12: Government Property Management Plan DRD 13: Reports Required for Logistics

23

Data Requirements Description (DRDs)

Page 24: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

DRDs that are due with the proposal are : ◦ DRD 3: Management Plan◦ DRD 4: Technical Efficiencies and Innovation Proposed SOW Language◦ DRD 5: Contract Phase-in Plan◦ DRD 6: Safety and Health Plan◦ DRD 7: Total Compensation Plan◦ DRD 8: Organizational Conflict of Interest (OCI) Plan◦ DRD 9: IT Security Management Plan◦ DRD 12: Government Property Management Plan

24

Data Requirements Description (DRDs) (continued)

Page 25: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

25

Overview of RFPNNJ13471515R

Stacy G. HoustonContracting Officer

Page 26: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

The RFP and amendments take precedence over this conference or any draft RFP issued

Competition - Full and Open

NAICS Code - 541511

Size Standard - $25.5M

Period of Performance: −Phase-In Period: 07/10/14 to 08/31/14−Basic Contract: 09/01/14 to 08/31/19

26

General Information

Page 27: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Type of Contract: The contract type for this effort is a Cost-Plus-Fixed-Fee (CPFF)/Indefinite Delivery Indefinite Quantity (IDIQ). The phase-in effort will be Firm-Fixed Price (FFP).

−IDIQ Task Orders issued will be priced using the established rates in B.8 IDIQ Rates for the standard labor categories listed in the B.8 table.

−B.5 IDIQ Minimum and Maximum Ordering Limits– The guaranteed minimum to be ordered under this contract is $800,000 and the maximum which may be ordered under this contract is $143,000,000.

−The Task Order Procedure is described in Clause I.16, NFS 1852.216-80, Task Ordering Procedure--Alt. I

27

Contract Type

Page 28: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

When reading the 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

−Section J includes documents, exhibits, and other attachments

• For example, Statement of Work (SOW); Data Requirement Descriptions (DRD); List of Applicable Documents

28

Clauses and Provisions

Page 29: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in the:◦ Central Contractor Registration (CCR)/Federal Register;◦ Online Representations and Certifications Applications (ORCA); and◦ Excluded Parties List System (EPLS).  

Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes.

The SAM website is located at:  https://staging.sam.gov/portal/public/SAM/.

If you had an active record in the CCR database, you have an active record in SAM.

We recommend that you create an account in SAM in order to verify that your information in this database is current or to add information to SAM.

29

System for Award Management

Page 30: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Under Clause G.6, NFS 1852.245-71, Installation-Accountable Government Property, Alt. I, NASA anticipates providing:−Office Space, work area space, and utilities.−Office Furniture−Property Listed in Section J, if applicable−Publications and blank forms stocked by the installation−Safety and Fire Protection−Medical treatment of a first aid nature−Cafeteria privileges −Building maintenance −Moving and hauling for office moves

30

Government Property

Page 31: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

The Government intends to award based on initial proposals, without discussions. Therefore, the Offeror’s initial proposal should contain the Offeror’s best terms.

The Government reserves the right to determine if discussions are required and if so, an establishment of a competitive range may be necessary. Consequently, the most highly rated proposals will be included in the competitive range.

If discussions are held, the Offeror will:−have the opportunity to correct weaknesses and; −be requested to resubmit the SF33 with Final Proposal

Revisions (FPR) which will include clearly marked changes

31

Discussions

Page 32: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

32

Proposal Outline

Volume No. Title

  Mission Suitability (Volume I & II)I. Management Approach and Plans

  (MA-1) Management Plan (DRD 3)

  (MA-2) Staffing and Retention Approach

  (MA-2) Total Compensation Plan(DRD 7)

  (MA-3) Key Personnel Approach   (MA-4) Quality Management System

  (MA-5) Contract Phase-in Plan (DRD 5)

  (SB-1) Small Business Utilization  (SA-1) Safety and Health Plan (DRD 6)II Technical Approach

  (TA-1) Specific Technical Understanding and Resources (DRD 4)

III Past Performance

  Past Performance Description  Past Performance Attachments

IV Cost

  Narrative  TemplatesV Model Contract

  Sections A-J, with all fill-ins completed, and Section K, Representations and Certifications, with all fill-ins completed

VI Eligibility Considerations

Page 33: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

33

Mission Suitability Factor

*Small Business Offerors receive full 100 points.

Mission Suitability Weight (pts)Subfactor 1 Management Approach and Plans

300

Subfactor 2 Technical Approach 500Subfactor 3 Small Business Utilization

100*

Subfactor 4 Safety and Health Plan 100TOTAL 1000

Relative Importance of Evaluation Factors:

Mission Suitability and Past Performance, when combined, are more important than cost. Mission Suitability is more important than past performance.

*Small Business Offerors Receive Full 100 points

Page 34: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

34

Proposal Formatting

In accordance with Section M.5, Proposal Arrangement, Page Limitations, Copies, and Due Date: • Instructions for proposal arrangement, page limitations, copies and the due date are

specified in Section L.19. • Offerors shall submit their proposals in accordance with those instructions. • Pages and foldouts not conforming to the definition of a page and pages submitted in

excess of the limitations specified will not be evaluated by the Government, will not be adjusted by the Government to conform to the RFP requirements, and will be returned to the Offeror.

• For example, a volume has a requirement for a page limit of 250 pages with non-compressed Arial font with single-spaced 12 point text printed on both sides of the sheet and one-inch margins. The following are examples of non-conformances: (1) If an Offeror submits this volume with 260 pages, two of which contain tables with 10 point font [if those two pages of tables in 10 point font were not removed as a result of excess pages] the 2 pages with 10 point font in addition to the 8 pages in excess of the page count will be returned to the Offeror and will not be adjusted or evaluated.

Page 35: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

35

Proposal Formatting, cont’d

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.19.

Please note page limitations.—Some volumes/sections are subject to a page limitation and others are

not.• For Volumes I and II, the total page count is 250, but there are some

sections of Volume I that are not subject to page limitations. —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.

Page 36: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

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

36

Special Considerations

Page 37: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

37

Small Business

Kelly RubioSmall Business Specialist

Page 38: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Small Business Utilization SBU 1 and SBU 2

38

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.

Page 39: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Small Business Category Goal

Small Business (SB) Goal 23%

*Small Disadvantaged Business (SDB) 5%

Women Owned Small Business (WOSB) 3.5%

HUBZone Business 3%

Veteran Owned Small Business (VOSB) 2%

Service Disabled Veteran Owned Small Business (SDVOSB) 1.5%

Historically Black College or University/Minority Institutions (HBCU/MI) 1%

Recommended Small Business Goals

39

Page 40: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Small Business Goals Template

40

  Column A Column B Column CBusiness Category Goal as Percent of

Contract ValueDollar Value to be subcontracted per

Category

Goal as Percent of Subcontracting Value

Small Business ConcernsLarge Business Concerns   n/a

Total Dollars to be Subcontracted n/a

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

Subcategories of Small Business ConcernsWomen Owned Small Business Concerns

Small Disadvantaged Business Concerns

Veteran Owned Small Business Concerns

Service-Disabled Veteran-Owned Small Business Concerns HUBZone Small Business Concerns

Historically Black Colleges and Universities/Minority Institutions

Page 41: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Small Business Goals Example

41

  Column A Column B Column CBusiness Category Goal as Percent of

Contract ValueDollar Value to be subcontracted per

Category

Goal as Percent of Subcontracting

Value

Small Business Concerns 25 percent $25,000,000 50 percentLarge Business Concerns   n/a $25,000,000 50 percent

Total Dollars to be Subcontracted n/a $50,000,000 100 percent

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

Subcategories of Small Business ConcernsWomen Owned Small Business Concerns 9 percent $9,000,000 18 percent

Small Disadvantaged Business Concerns 5.5 percent $5,500,000 11 percent

Veteran Owned Small Business Concerns 2.5 percent $2,500,000 5 percent

Service-Disabled Veteran-Owned Small Business Concerns

1.5 percent $1,500,000 3 percent

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

Historically Black Colleges and Universities/Minority Institutions

1.5 percent $1,500,000 3 percent

Page 42: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

42

Suzan P. Thomas

Labor Relations Guidelines for Responding to Labor

Relations Requirements in the Request for Proposal (RFP)

Page 43: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

43

RFP Labor Relations Requirements

Service Contract Act (SCA) Applicability

Total Compensation Plan

Compensation Templates

Page 44: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

44

Service Contract Act (SCA) Applicability

The SCA (41 U.S.C. § 351, et seq.) applies to every contract entered into by the United States or the District of Columbia, the principal purpose of which is to furnish services in the United States through the use of service employees

− Section 8(b) of the SCA defines the term "service employee" as any person engaged in the performance of a contract or that portion of a contract subject to the SCA except those employees in bona fide executive, administrative, or professional capacities as those terms are defined in the Fair Labor Standards Act (FLSA) regulations found at 29 C.F.R. Part 541.

In practice, a 10 to 20 percent guideline has been used by the Department of Labor to determine whether there is more than a minor use of service employees.

This contract is anticipated to employ less than 10 percent non-exempt employees.

Page 45: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

45

Service Contract Act (SCA) Applicability, cont’d

A Department of Labor (DOL) Wage Determination (WD) is not required for this procurement as the SCA is not triggered by this procurement. − Therefore, there is no DOL WD [or Collective

Bargaining agreement (CBA)] in the contract.

Offerors are reminded that compliance with the Fair Labor Standards Act (FLSA) – in absence of a DOL WD – is mandatory per FAR 22.1002-2.

Page 46: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

46

Total Compensation Plan (DRD-7)

TCPs identify and discuss wages, salaries, and fringe benefits for professional employees and non-exempt service employees for both the prime and all major subcontractors.

The Compensation Templates (a) - (e) will be provided in the Cost/Price Volume.− The requirement is found at NASA FAR Supplement (NFS)

1831.205-670, “Evaluation of contractor and subcontractor compensation for service contracts”.

− Ensure your major subcontractors [subcontracts that meet the criteria in NFS 1852.231-71(d)] submit a TCP and the Compensation Templates.

− The TCPs for the proposed prime and major subcontractors can be combined into one document or submitted separately.

The TCP is due with the proposal, and is updated upon any major changes and every three years.

Page 47: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

47

Total Compensation Plan, cont’d

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?

Page 48: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

48

Compensation Templates

Submit Compensation Templates a-e in your Cost/Price Proposal Volume VI. − All prime offerors and major subcontractors will

submit the Compensation Templates.− A major subcontractor is defined in this solicitation as

a company that the offeror anticipates providing at least $1 million a year of contract value in support of the Statement of Work effort.

Page 49: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

49

Wayne GremillionSafety and Test Operations Division

Safety & Health Programs Guidelines for responding to Safety

Requirements in the Request for Proposal (RFP)

Page 50: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

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 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

50

Overview of the NASA Safety Program

Page 51: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

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 we continuously improve workplace conditions

The 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 has 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 dealing with OSHA, and serves as a safety & health mentor

51

Overview of the NASA Safety Program

Page 52: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

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, and exclusion from future contract awards

52

What Would Be Expected of You at JSC

Page 53: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Submission of detailed safety and health data as part of the proposal Safety & Health Plan which includes 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 and calculated frequency rates)

Insurance carrier information - including Experience Modifier Rates (EMR)

53

The Safety and Health Deliverables

Page 54: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Based on 4 Basic VPP elements defined by OSHA Region VI

54

A Successful Safety Program Model

Worksite Analysis Hazard Preventionand Control

Management LeadershipEmployee Involvement

Safety and HealthTraining

Page 55: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Safety & Health Plan provisions you should expect to address on a typical JSC service contract− Management Leadership and Employee Participation

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

55

The Safety & Health Plan

Page 56: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

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

56

The Safety and Health Plan

Page 57: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

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

57

The Safety and Health Plan

Page 58: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

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

58

The Safety and Health Plan

Page 59: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

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.

59

Recommendations

Page 60: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

60

Wayne SingsPersonnel Security

JSC Security Office

Page 61: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Questions and Answers

61

Submission of questions and comments during the conference will be accepted via the note cards you received at check-in.− All questions submitted will be anonymous.− Responses to questions during the conference will

not be considered official.

Questions will be answered and posted to the SST II procurement website. These posted answers will be considered official responses. If a difference exists between verbal and written responses to questions, the written responses shall govern.

Hypothetical questions will not be answered.

Page 62: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

62

10-Minute Break- Questions

Page 63: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

63

15-Minute Break-Answers

Page 64: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Pricing WebEx

To provide a detailed understanding and instructions on how to prepare a priced proposal.

− December 9, 2013, 9am-11am

Instructions for attending the pricing WebEx have been posted on the SST II procurement website.

64

Page 65: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

65

Technology Demonstration

Please arrive no later than 12:45p.m today, please meet in front under the covered walkway.

Demo will be held in various buildings at JSC and is expected to be approximately 2 hours in length.

Pictures are not allowed. Questions will not be entertained during the technology

demonstration. Any questions shall be provided in accordance with L.14 Communications Regarding this Solicitation.

Page 66: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

And finally.... Tips for Timeliness

66

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.

Allow 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”.

Page 67: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

SST II Acquisition Milestone Schedule

67

Milestone Date

Request for Information  May 3, 2013

Industry Day June 25, 2013

Synopsis August 21, 2013

Release Draft RFP (C,L, and M) September 27, 2013

Release Final RFP November 15, 2013

Proposals Due February 24, 2014

Contract Award July 9, 2014

Phase-In July 10, 2014

Contract Start September 1, 2014

Page 68: December 5, 2013 Gilruth Center – Alamo Ballroom 9:00am 1

Thank you for attending the Johnson Space Center

Preproposal Conference for SST II (NNJ13471515R)

68