december 5, 2013 gilruth center – alamo ballroom 9:00am 1
TRANSCRIPT
Welcome to the Johnson Space Center Simulation & Software Technology II (SST II)Preproposal Conference
December 5, 2013Gilruth Center – Alamo Ballroom
9:00am1
2
Welcoming Remarks
James (Jamie) E. AdamsSST II 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 Information
3
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
5
JSC Office of Procurement
6
Orientation and Procurement Overview
Stacy G. HoustonContracting Officer
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)
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
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
Contracting Officer:Stacy G. [email protected](281)483-9649
SST II web address: http://procurement.jsc.nasa.gov/sstII/
10
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 …”
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)
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
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
14
Jamie AdamsSST II Chair
Software, Robotics, & Simulation Division (SRSD)
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
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)
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)
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
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
20
SOW, J Attachments, DRDs Overview
Jamie AdamsSST II Chair
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)
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
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)
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)
25
Overview of RFPNNJ13471515R
Stacy G. HoustonContracting Officer
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
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
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
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
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
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
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
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
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.
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.
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
37
Small Business
Kelly RubioSmall Business Specialist
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.
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
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
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
42
Suzan P. Thomas
Labor Relations Guidelines for Responding to Labor
Relations Requirements in the Request for Proposal (RFP)
43
RFP Labor Relations Requirements
Service Contract Act (SCA) Applicability
Total Compensation Plan
Compensation Templates
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.
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.
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.
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?
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.
49
Wayne GremillionSafety and Test Operations Division
Safety & Health Programs Guidelines for responding to Safety
Requirements in the Request for Proposal (RFP)
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
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
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
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
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
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
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
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
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
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
60
Wayne SingsPersonnel Security
JSC Security Office
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.
62
10-Minute Break- Questions
63
15-Minute Break-Answers
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
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.
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”.
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
Thank you for attending the Johnson Space Center
Preproposal Conference for SST II (NNJ13471515R)
68