Welcome to the Johnson Space Center Human Space Flight ...
Transcript of Welcome to the Johnson Space Center Human Space Flight ...
Welcome to the
Johnson Space Center
Human Space Flight Technical Integration
Contract (HSFTIC)
Pre-proposal Conference
November 12, 2019
JSC Gilruth, Destiny Ballroom
9:00 a.m.
1
Welcoming Remarks
La Toy Jones
HSFTIC, Contracting Officer
2
Safety and Administrative Information
3
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.
Restrooms
Fire Exit
Fire Exit
Fire Exits
Destiny
Office of Procurement Directorate
4
Agenda
5
Topic Presenter
Conference Registration 8:30 a.m. – 9:00 a.m.
Welcome and General Information La Toy Jones
Opening Remarks Office of Procurement
Orientation and Procurement Overview La Toy Jones
Organization, Vision, and Objectives Paul Iademarco
SOW, J Attachments, and DRDs Paul Iademarco
Safety and Health Programs Dan Clem
Overview of HSFTIC FRFP 80JSC019R0023 La Toy Jones
Labor Relations Overview Jalisa Sims
10-Minute Break
Volume III – Cost/Price Overview Tyrone Wright
Q&A, Schedule, and Closing Remarks La Toy Jones
Orientation and Procurement
Overview
La Toy J. Jones
Contracting Officer
6
Disclaimer(Orientation)
• 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 the RFP, the RFP will govern.
7
• The purpose of this Pre-proposal Conference is to help industry understand the
HSFTIC Final Request for Proposal (RFP)
• Questions
• Verbal questions will be answered during the Pre-proposal conference
• Verbal responses to verbal questions will not be considered official
• The Government will respond to all verbal questions received from
Industry by posting to the procurement website. All responses posted to
the procurement website are considered official responses.
• Questions submitted electronically and in writing will be answered and posted to
the procurement website. All responses posted to the procurement website are
considered official responses
• If a difference exists between verbal and written responses to questions, the
written responses shall govern
The deadline for submitting all questions regarding the RFP or this conference is
November 22, 2019
HSFTIC email address: [email protected] 8
Purpose of Pre-proposal Conference(Orientation)
Source Selection Authority and
Acquisition Team Members
9
Kirk Shireman, Source Selection Authority
OA/ISS Program Manager
Acquisition Team
Paul Iademarco, Chair
OH/Program Planning & Control Office
La Toy Jones, Contracting Officer
BG/Procurement Office
Suzan Voss, Core Member
OC/Mission Integration and Operations Office
Elizabeth Smith, Core Member
OM/Systems Engineering and Integration Office
Yuri Guinart-Ramirez, Core Member
OZ/Research Integration Office
Points of Contact(Orientation)
10
• Contracting Officer:La Toy Jones
• HSFTIC web address:
https://procurement.jsc.nasa.gov/hsftic/
Send questions to the Contracting Officer
Industry Assistance Office
Contact Information
11
• Main phone number: (281) 483-4512
• Robert Watts
Small Business Specialist
• Monica Craft
Small Business Specialist
• Richard Slater
Small Business Specialist
• All emails should be sent to: [email protected]
• Location:Building 1, Suite 453
• Address:NASA Johnson Space Center, Industry Assistance Office Mail Code: BA2101 NASA ParkwayHouston, TX 77058-3696
Ombudsman(Orientation)
12
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 whose
name, address, telephone number, and email address may
be found at:
http://prod.nais.nasa.gov/pub/pub_library/Omb.html ”
Current Contract Overview
• Contract Number: NNJ12GA46C
• Prime Contractor: Barrios Technologies Inc.
• Contract Type: Cost Plus Award Fee/Incentive Fee with IDIQ
• Period of Performance: 10/01/12 – 09/30/20
• Skills currently provided on contract include:
The MAPI contract provides products and services to support mission and
program integration and necessary infrastructure operations functions for the
International Space Station (ISS) with the potential of supporting other NASA
Programs or Projects via the issuance of a task order. The purpose of the ISS
is to conduct physical, engineering, and life sciences research for the benefit of
life on Earth and to advance exploration of our solar system and enable
commerce in Space.
13
Johnson Space Center
14
Orion Program
ISS,
Gateway,
and CCP
Programs
White Sands Test Facility (WSTF)
15
International Space Station
Conference Facility
16
International Space Station
Conference Facility
17
International Space Station
Conference Facility
18
International Space Station
Conference Facility
19
International Space Station
Conference Facility
20
Organization, Vision, and Objectives
Paul Iademarco
Chair, HSFTIC
21
• The ISS Program Office resides at the Johnson Space Center with work being
performed at multiple NASA Centers, Contractor facilities across the country,
and with our International Partners
• The ISS Program continues to utilize and expand its use of Commercial and
International Partners to provide for crew and cargo services
• Program processes are rigorous, yet adaptable and dynamic to accommodate
our multitude of external launch service providers, as well as, meeting or
exceeding customer expectations for full utilization of ISS
• Given the demanding flight traffic to the ISS, the Program must address and
respond quickly to the critical circumstances of launch schedule changes
ISS Program: Current State
22
Insert Org Charts (ISS, Orion, & Gateway
23
Orion Program: Current State
• NASA’s Orion spacecraft will serve as the exploration vehicle that will carry crew to
deep space, provide emergency abort capability, sustain the crew during space travel,
provide safe re-entry, and launch on NASA’s new heavy-lift rocket, the Space Launch
System (SLS)
• The Program has recently been tasked by the Administration to accelerate the return of
astronauts to the Moon and land on its surface by 2024
• The Orion Program Office resides at the Johnson Space Center with work being led by
and performed at multiple NASA Centers, Contractor facilities across the country and
abroad with European counterparts
• The Program’s current state of operations is very fast paced and dynamic with many
moving parts across multiple stages of development, integration, and testing each
affected by critical deadlines. The Program has completed Ascent Abort Test 2 (AA-2),
and continues to concurrently work flights for Exploration Mission-1 (EM-1), and EM-2
while transitioning to a Production and Operations Phase for EM-3 and beyond.
Program processes need to be rigorous, adaptable and efficient to meet the demands
of the work being performed in the production and operations of the Orion spacecraft.
24
Insert Org Charts (ISS, Orion, & Gateway
25
Gateway Program: Current State
• Gateway
• Will enable the return of astronauts to the surface of the Moon by 2024,
as a first step towards crewed missions to Mars
• Will be an outpost in lunar orbit that will enable science activities and
partnerships with Commercial and International Partners
• The Gateway Program Office was recently established at the Johnson Space
Center, with work led by and conducted at multiple NASA Centers
• Gateway is currently in the formulation phase and is a tailored, tightly
coupled Program per NPR 7120.5, NASA Space Flight Program and Project
Management Requirements
• The Program is charged to operate in a lean, efficient manner and explore
new ways of doing business
• The Elements and Modules for the Gateway outpost are in various states of
development
26
Gateway Program Org Chart
Program ManagerDeputy Program Manager
International Partner ManagerGateway Production Manager
Administrative OfficerSecretary
Gateway and Human Lander
Systems Engineering and Integration Office
Vehicle SystemIntegration Office
Operations IntegrationOffice
Safety and MissionAssurance Office
Program Planning andControl Office
Technical AuthoritiesEngineering
Acting S&MAHMTA
Utilization Office
MA
MI
Logistics Element(KSC)
Habitation Element(MSFC)
Power And Propulsion Element
(GRC)
MV MO MS MP
MU
27
HSFTIC Performance Objectives
28
• Continuously Operate Safely
• High Performance Level in a dynamic multi-Program environment
• Effectively and efficiently manage, recommend, influence and execute discrete requirements
across multiple Programs
• Flexibility and responsiveness to frequent and changing requirements, including last minute
flight schedule changes
• Ability to work well with International Partners/Participants, Commercial Visiting Vehicle
providers, Payload Developer Clients, other Program contractors, and NASA
• Continue to maintain focus on contractor led efforts:
• Promotes greater contractor responsibility for the work solutions in collaboration with key
stakeholders
• Promotes flexibility to re-define the processes and documentation required to perform the
Statement of Work
• Promotes new and innovative ideas
• Reduce the cost of performing the contract’s scope of work
• Includes performing requirements for multiple Human Space Flight Programs, culminating
in the potential for cost avoidances through increased efficiencies
SOW, J Attachments, DRDs
29
Paul Iademarco
Chair, HSFTIC
Statement of Work (SOW)
30
The SOW, Section C, is made up of 11 sections:
1.0 Program Management
2.0 Business Management
3.0 Configuration Management and Data Management
4.0 Information Technology
5.0 Systems Engineering and Integration
6.0 Mission Integration
7.0 Operations
8.0 Safety and Mission Assurance/Program Risk
9.0 Program Research and Communication
10.0 Cost Estimating and Assessments
11.0 Indefinite Delivery Indefinite Quantity (IDIQ) Ordering
SOW
31
• The HSFTIC SOW is an extension of the current MAPI Contract SOW with additional requirements from Gateway, Orion, and Commercial Crew Programs.
• SOW 10.0 Cost Estimating and Assessments is being requested separately as its own section and for pricing in order to meet the Agency’s current phase of the MAP initiative. This work will be assessed for inclusion in HSFTIC annually. After contract year 1 or thereafter, the ISS Program, along with the Agency, may decide to move this work to another contract that has requirements more in line with this work.
• SOW 11.0 Indefinite Delivery Indefinite Quantity (IDIQ) Ordering allows for the inclusion of future requirements that are within scope from other NASA Programs and Projects via IDIQ task orders
• Requirements designated as Human Spaceflight apply to ISS, Orion, and Gateway Programs.
• When ISS Program documentation (e.g. SSP, Data Requirements Documents (DRDs), etc.) is referenced in the Orion and/or Gateway SOW requirements, it is intentional. The use of these documents for Orion and Gateway is expeditious to the implementation of required support activities for these Programs as their respective program development matures.
SOW (cont’d)
32
• The SOW defines the requirements (tasks) to be performed by the Contractor (or the “what”) and the Contractor is responsible for overall successful performance of the SOW (or the “how”) in order to successfully meet those requirements.
• The SOW is intentionally structured for clarity and consistency to highlight those requirements that are the same in scope and definition. In the actual detailed performance there may be some differences in implementation required due to 3 different Program environments and their different phases of operations. (e.g. Export Control, Meeting Services, etc.) However, how the SOW is executed/performed is the responsibility of the Contractor.
J Attachments
33
HSFTIC is composed of the following 18 Section J Attachments• J-1 Data Requirements List and Data Requirements Descriptions (DRDs)
• J-2 Key Terms
• J-3 Acronym List
• J-4 Applicable and Reference Documents List
• J-5 Standard Labor Categories
• J-6 Contract Surveillance Plan
• J-7 Meeting Services
• J-8 Conference Facilities Management
• J-9 Organizational Conflicts of Interest (OCI) Avoidance Plan
• J-10 Total Compensation Plan (TCP)
• J-11 Award Fee and Incentive Fee Evaluation Plan
• J-12 List of Installation Accountable Government Property and Government
Furnished Property
• J-13 List of Government Furnished Data
• J-14 Safety and Health Plan
• J-15 Program Management Plan
• J-16 Contract Phase-In Plan
• J-17 Security Requirements
• J-18 Department of Labor Wage Determination
DRDs
34
• Significant DRD changes from the current contract include:
• Added DRDs : HSFTIC- PM-12, Data and Records Management
• Modified DRDs, with brief description of modification :
• HSFTIC-PR-02, Re-procurement Package: modified the request for labor and non labor resources data package by including examples and providing a more in-depth description of the request
• HSFTIC-PR-03, Total Compensation Plan: reference slides 61 - 62 for modifications
• HSFTIC-SA-02, Safety and Health Plan: modified to be more inline with a contract performance that is primarily in nonhazardous settings
DRDs (cont’d)
35
• DRDs with due dates prior to contract start:
• With the proposal : HSFTIC-PR-03 Total Compensation Plan
• Post selection prior to award: HSFTIC-PM-09, Organizational Conflicts of Interest (OCI) Avoidance Plan
• Five days after Phase-In start: HSFTIC-PM-03, Phase-In Plan
• Thirty days after Phase-In start:
• HSFTIC-PM-01, Program Management Plan
• HSFTIC-PM-10, Government Property Management Plan
• HSFTIC-SA-02, Safety and Health Plan
36
Safety & Health Programs
Guidelines for responding to Safety Requirements
in the RFP
Dan Clem
JSC Safety and Mission Assurance Directorate
Safety and Test Operations Division
37
Overview of NASA Safety Program
• NASA shall comply with all applicable regulations
• NASA Safety & Health requirements (JPR 1700.1)
• Requirements of those Federal agencies with regulatory authority over NASA such as OSHA, EPA, and DoT
• The 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
• The NASA Safety Policy stresses responsibility of each employee for their own safety and that of their co-worker
• NASA requires every employee report workplace hazards, and ensures that there is no reprisal for doing so
• 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, and is below the national average for the industry in injury/illness rates.
What is Expected of Contractors at JSC
38
• 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
39
Safety and Health Deliverables
• Submit the following safety and health data as part of the proposal
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)
• Submit Safety and Health Plan after contract award
The Safety & Health Plan 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
Plan must be approved before contract start
The plan includes several deliverables to be submitted during contract performance
A Successful Safety Program Model
40
• Plan based on 4 Basic VPP elements defined by OSHA Region VI
Worksite Analysis Hazard Prevention
and Control
Management Leadership
Employee Involvement
Safety and Health
Training
Recommendations
41
• 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.
Important to consider for costing.
• Review the requirements provided in JSC Safety and Health Requirements (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.
Overview of HSFTIC
RFP 80JSC019R0023
La Toy Jones
Contracting Officer
42
General Information
43
• The RFP and amendments take precedence over this conference.
• Competition: Total Small Business Set-aside; NAICS Code 541715 – Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology); 541715 Exception (C), Guided Missiles and Space Vehicles, Their Propulsion Units and Propulsion Parts; and Size Standard 1,250 employees
• Period of Performance:
• Phase-In Period: 8/02/20 to 9/30/20
• Basic Contract - Year 1: 10/01/20 to 9/30/21
• Basic Contract - Year 2: 10/01/21 to 9/30/22
• Option 1-Year 3: 10/01/22 to 9/30/23
• Option 2-Year 4: 10/01/23 to 9/30/24
• Option 3-Year 5: 10/01/24 to 9/30/25
• Period of Performance for SOW 10.0:
• Basic Contract - Year 1 : 10/01/20 to 9/30/21
• Option 1-Year 2: 10/01/21 to 9/30/22 (If applicable)
• Option 2-Year 3: 10/01/22 to 9/30/23 (If applicable)
• Option 3-Year 4: 10/01/23 to 9/30/24 (If applicable)
• Option 4-Year 5: 10/01/24 to 9/30/25 (If applicable)
Contract Type
44
• Type of Contract: Cost Plus Award Fee Incentive Fee (CPAF/IF), with
Indefinite Delivery Indefinite Quantity (IDIQ) Task Orders
• IDIQ Task Orders issued will be priced using the established clauses:
• Rates established in B.5 Fully Burdened Rate Table For Pricing Cost
Reimbursable (CR) IDIQ
• B.3 JPI 52.216-90, IDIQ Minimum and Maximum Ordering Limits
• Guaranteed Minimum Quantity of work – Minimum Contract Total -
$100,000, NTE Maximum Contract Total - $100,000,000.
• The Task Order Procedure is described in Clause H.3, NFS 1852.216-
80, Task Ordering Procedure.
Clauses and Provisions
45
• 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, Wage Determination Data and Data Requirement
Descriptions (DRD)
Beta.SAM.gov
• Beta.SAM.gov is the name of the new, modernized system. Even though it says “Beta”, it is currently authoritative for Assistance Listings and Wage Determinations. In November 2019, it will become authoritative for Contract Opportunities as well. Once the current SAM.gov is migrated, the “Beta” will dropped and just be the new SAM.gov.
• The Beta.SAM.gov website is located at: https://beta.sam.gov/
• (Note: Helpful videos, quick start guides and other helpful information are located on Beta.SAM.gov)
• Offerors are required to create an account in Beta.SAM.gov and verify that information in this database is current.
• Due to the migration of FBO.gov and Beta.SAM.gov, it is recommended that all Offerors refer to Beta.SAM.gov for guidance and helpful tools of the new website.
• Offerors interested in contract opportunities, requesting secure documents or signing up for an Interested Vendor List, will need a login.gov account in beta.SAM.gov.
46
Subcontractor Arrangement Information
47
• If a subcontracting arrangement is proposed, Offerors shall include specific detail as defined in the RFP Section L.16.6 -Volume IV, Responsibility Considerations, so that the Government can determine that the prime contractor making the offer will be performing the primary and vital requirements for the contract.
• The Small Business Administration’s new regulation changes the definition of a joint venture to exclude populated joint ventures.
Joint Ventures are defined in FAR 19.101(7)(i) and 13 C.F.R. 121.103(h).
All parties to the Joint Venture must sign the Model Contract.
Government Property
• Under Clause G.4, NFS 1852.245-71, Installation Accountable Government Property, NASA anticipates providing:
Office Space, work area space, and utilities.
Office Furniture
Property Listed in Section J, Attachment J-12
Safety and Fire Protection
Installation service facilities (Office Automation Information Technology onsite only, Disposal Services, Pickup and Delivery of Official Mail, Use of JSC Calibration Laboratory)
Medical treatment of a first aid nature
Cafeteria privileges
Building maintenance
Moving and hauling for office moves
48
Additional Responsibility Requirements
• In accordance with FAR 16.301-3(a)(3), a cost-reimbursable contract may only be used when the contractor’s accounting system is adequate for determining costs applicable to the contract or order. This requirement also extends to subcontractors performing under a cost-reimbursable subcontract.
• The link is: https://www.dcaa.mil/Content/Documents/cam/Chapter_08_-_Cost_Accounting_Standards.pdf
49
Discussions
• Offeror’s initial proposal should contain the best terms from a price and technical standpoint
• The Government preference is to award without discussions, however, the Government reserves the right to conduct discussions with those Offerors who have made it to competitive range
• If discussions are held, the Offeror will: Have the opportunity to address weaknesses
Be requested to resubmit the SF33 with Final Proposal Revisions (FPR) which will include clearly marked changes.
50
Proposal Outline
51
Volume I - Mission Suitability (Factor 1)
• Technical Approach (Sub-factor A)
• Management Approach (Sub-factor B)
• Contractor Phase-In Approach (Sub-factor C)
Volume II - Past Performance (Factor 2)
Volume III - Cost and Price (Factor 3)
Volume IV - Responsibility Considerations
Volume V - Model Contract
• SF33
• Contract Clauses (Fill-ins required Sections B through I)
• Section J - Attachments
• Section K - Representations and Certifications
Of the three evaluation factors, Mission Suitability and Past Performance,
when combined, are more important than Cost. Mission Suitability is more
important than Past Performance.
Proposal Formatting
• Instructions for proposal arrangement, page limitations, copies and the due date are specified in JPI 52.215-113 Proposal Formatting Instructions.
Offerors shall submit their proposals in accordance with those instructions.
Pages submitted in excess of the limitations specified in this provision will not be evaluated by the Government and will be returned to the offeror in accordance with NFS 1815.204-70(b).
Minor informalities or irregularities in a proposal that can be adjusted, corrected, or waived without being prejudicial to other offerors may be accepted if it is immaterial to the acquisition.
However, any pages contained in a page limited section of your proposal which do not comply with the RFP requirements may be returned by the Government and not evaluated.
52
Proposal Formatting, Continued
• 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.16.2.
• Return the entire model contract, not just the pages with the fill-ins.
The model contract becomes the actual contract and so it must be complete and correct.
• Please note page limitations.
Some volumes/sections are subject to a page limitation and others are not.
In the Past Performance Volume, the Past Performance Information Form (PPIF) is subject to the page limit of 5 pages, however per Section L.16.4.1 (h), the Environmental, Safety and Health Data, Past Performance Questionnaire (PPQ) and Consent Letter are not subject to the page limitation.
Proposal information must be provided in the correct volume.
Proposal information in a page-limited volume or section should not be moved to another volume/section without such page limitations.
• Per Section L.16.2.1(a)(6), having non-conforming pages and as well pages submitted in excess of the limitations specified in this provision will not be evaluated by the Government and will be returned to the Offeror in accordance with NFS 1815.204-70(b).
53
L.16.1.1 Overview of Proposal Volumes, Page
Limitations and Due Dates
54
Section L Provisions Page Limits Electronic
Format
Due Dates
Volume I, Mission Suitability Factor
Technical Approach 15 pages MS Word 12/11/19
Management Approach
Key Personnel Approach
Total Compensation Plan (DRD HSFTIC-PR-03) (page limit is defined in DRD & excluded from 25 page count)
25 pages MS Word 12/11/19
Contract Phase-in Approach
Volume II, Past Performance Factor*
Past Performance Information Forms 3 references per team
member (each reference is limited to 5 pages)
MS Word
11/25/19*
Letters of Consent 1 page each MS Word 11/25/19*
Past Performance Questionnaires Not Limited MS Word 11/25/19*
Performance Data Attachments Not Limited MS Word 11/25/19*
Key Personnel Resumes 2 pages each MS Word 11/25/19*
Letters of Commitment 1 page each MS Word 11/25/19*
Volume III, Cost and Price Factor Not Limited MS Word & Excel
12/11/19
Volume IV, Responsibility Considerations
Adequacy Determination FAR 9.104-1 General Standards Not Limited MS Word 12/11/19
Organizational Conflict of Interest (OCI) Information Not Limited MS Word 12/11/19
Organizational Conflict of Interest (OCI) Avoidance Plan, DRD (HSFTIC-PM-09)
Not Limited MS Word Post selection, prior to Contract Award
Taxpayer Identification Number Not Limited MS Word 12/11/19
Subcontractor Arrangement Information Not Limited MS Word 12/11/19
Program Management Plan, DRD (HSFTIC-PM-01) Not Limited MS Word 30 days after Phase-In start
Phase-In Plan, DRD (HSFTIC-PM-03) Not Limited MS Word 5 days after
Phase-In start
Government Property Management Plan, DRD (HSFTIC-PM-10) Not Limited MS Word 30 days after Phase-In start
Safety and Health Plan, DRD (HSFTIC-SA-02) Not Limited MS Word 30 days after Phase-In start
Volume V, Model Contract** Not Limited MS Word 12/11/19
* Proposal Volume II, Past Performance
is requested early, but not officially
due until 12/11/19.
** All Offerors are required to submit the
entire Model Contract inclusive of
every Section A through J, also to
include all requested fill-ins. Offerors
shall also submit Section K,
Representations and Certifications,
with all fill-ins completed. The Model
Contract must be signed by an
authorized Offeror representative.
L.16.7 - VOLUME V, MODEL CONTRACT
55
Contract
Section Areas of Model Contract Offerors are Required to Complete
Section A Complete blocks 12 through 18, provide an original signature on each copy, and date the SF
33
Offerors shall indicate, in Block 12 of the SF 33, a proposal validity period of 365 days.
However, in accordance with paragraph (d) of FAR provision 52.215-1, “Instructions to
Offerors--Competitive Acquisitions,” a different validity period may be proposed by the
Offeror.
Section B B.2 - Fill-in Firm-Fixed Price Phase-In, Estimated Cost and Fee Arrangement,
B.5 - Complete the table of Fully Burdened Labor Rates for Cost Reimbursable TOs
Section C None
Section D None
Section E None
Section F F.3 – Option To Extend Period of Performance
F.3.A – Option To Extend Period of Performance for Cost Estimating and Assessments –
SOW 10.0
Section G None
Section H H.4 – NFS 1852.225-70, Export Licenses
H.5 – fill in the Key Personnel and Facilities
Section I None
Section J Offerors shall submit the required documents.
Section KAnnual representations and certifications shall be completed electronically and submitted
with this volume in accordance with provision K.2, Annual Representations and Certifications
(FAR 52.204-8).
Responsibility Considerations
56
• To be determined responsible, a prospective Offeror must be in accordance with
FAR 9.104.
The contractor has adequate organizational and financial controls,
satisfactory business ethics, financial resources, the ability to successfully
perform the work, is eligible, etc.
This determination is performed by the CO and is separate from the selection
decision.
If an Offeror is determined not to be responsible, then they are not eligible for
award.
• The Contracting Officer will also check the FAPIIS database (includes records of the
Contractor’s previous contracts.)
• The Contracting Officer will request an Equal Opportunity clearance, and check to
ensure the veteran’s reports are submitted.
• This determination is performed for offerors in the competitive range or the
successful offeror only.
• The items listed above are important Responsibility Considerations; however, these
items may not constitute all Responsibility Considerations that will be addressed by
the SEB pursuant to FAR 9.104.
Model Contract
57
• The Model Contract consists of Sections A-K or SF-1449 Section 4 of the RFP.
The Section K, Reps and Certs; Section L, Instructions; and Section M,
Evaluation Criteria are used for selection purposes only.
• The Offerors will submit a signed Model Contract with their proposal.
The Model Contract becomes the actual contract therefore, it must be
complete and correct.
The Model Contract must be signed by a person authorized to commit the
Offeror.
All pages must be returned – not only the pages with the fill-ins.
The Contracting Officer will sign the Model Contract of the Successful Offeror
once all issues are resolved and the selection decision is made.
• As per Section M.3.5, errors or inconsistencies in the Model Contract, which cannot
be resolved, may result in an Offeror being removed from consideration for award.
• The Model Contract takes precedence over the proposal.
Ensure rates in the Cost/Price Volume are reflected in Section B of the Model
Contract.
Special Consideration
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.
58
Jalisa Sims
JSC Contractor Industrial Labor Relations Officer
Labor Relations
Guidelines for Responding to Labor Relations
Requirements in the Request for Proposal (RFP)
59
Agenda
• Department of Labor (DOL) Wage Determination
• Data Requirements Descriptions (DRDs)
Total Compensation Plan (HSFTIC-PR-03)
• Points of Contact
• References
60
DOL Wage Determination (WD)
• The following Service WD is applicable to the to the RFP:
WD 15-5233, Revision 13
• The WD applies to all non-exempt labor categories, and sets forth the minimum labor rates, health and welfare benefits, vacation/holiday leave and sick leave for these categories
• Based upon your company’s unique staffing approach, please ensure you are mapping all non-exempt labor categories to the appropriate WD Labor Category
61
ODD-Numbered WD
• Per employee fixed cost fringe benefit requirement computed on the basis of “all hours paid for” by service employees on the contract
The Health and Welfare benefit is currently $4.22 an hour
• The term “all hours paid for”
includes up to 40 hours per workweek and 2,080 hours per year for each employee
includes paid leave hours, such as for vacations, holidays, or sick leave
62
What is a “bona fide” fringe benefit?
The primary purpose of the plan must be to provide systematically for the payment of benefits to employees on account of death, disability, advanced age, retirement, illness, medical expenses, hospitalization,
supplemental unemployment benefits, and the like
29 C.F.R. § 4.171 (a)
63
What is Not a Bona Fide Fringe Benefit?
Unemployment
compensation
Social
Security
Relocation
Expenses
Any benefit
required by
federal, state,
or local law
Workers’
Compensation
Travel and
Transportation
Recruitment
Bonuses &
Paid Coffee
Breaks
Incentive or
Suggestion
Awards
Social
Functions or
Parties for
Birthdays,
Anniversaries,
etc.64
FAR 52.222-62, “Paid Sick Leave Under
Executive Order 13706”
• This clause, dated January 2017 must be read in depth.
• This clause to all individuals performing work under the contract subject to FAR 52.222-41 or the Fair Labor Standards Act, i.e. non-exempt employees.
• The Contractor shall permit each exempt and non-exempt employee engaged in performing work on or in connection with this contract to earn not less than 1 hour of paid sick leave for every 30 hours worked, up to 56 hours of paid leave each year.
• The paid sick leave required by this clause is in addition to the Contractor's obligations under the Service Contract Labor Standards statute, i.e. Health and Welfare benefit, vacation and holiday leave.
65
WD Responsibilities
• Offeror responsibilities include the following:
Proposing exempt and non-exempt labor categories, based upon their own unique staffing approach
29 CFR 541 defines exempt and non-exempt employees
For service non-exempt employees:
Mapping the non-exempt labor categories to an appropriate category in the WD
The SCA Directory of Occupations includes a detailed listing of each labor category listed in the wage determination
Proposing at least the minimum labor rates for the mapped categories as stated in the WD
Proposing at least the minimum health and welfare, vacation, sick leave, and holiday benefits that are stated in the WD
67
Total Compensation Plan (TCP)
• The TCP (HSFTIC-PR-03) is due with the proposal
• 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 subcontract threshold can be found in NFS 1852.231-71(d)
The SLPT is required to evaluate TCPs per FAR 52.222-46, “Evaluation Of Compensation for Professional Employees”
• Offeror teams can submit a separate TCP for each team member, a combined TCP for all team members, or any combination thereof
• Submit Incumbency Fringe Benefits Analysis of Compensation Plan Templates Retention and Pay & in your Cost/Price volume
• Tip: Be specific when describing employee fringe benefits
Is the benefit employer versus employee paid, or a combination?
What is the specific benefit and cost to the employee?
When are employees eligible for this benefit? 68
Recent Updates to the TCP DRD
• Block 6 - References: The title to FAR 52.222-41 was changed from Service Contract Act to Service Contract Labor Standards.
• Block 8 – Scope: “The Total Compensation Plan and Incumbent Retention and Pay (IRAP) and Fringe Benefits Analysis of Compensation Plan shall be required for both the prime team members and all subcontractors that meet the criteria in NFS 1852.231-71(d).”
The threshold requirement for subcontractor TCPs is tied to the threshold for requiring certified cost or pricing data as set forth in FAR 15.403-4.
The subcontractor threshold for TCPs is different than the thresholds used for pricing or past performance evaluations.
• Block 8 – Scope: “The Total Compensation Templates shall be provided as part of the Cost/Price Volume of the proposal, and will be evaluated as part of both the Total Compensation Plan and the Cost/Price Volume.”
All team members that submit a TCP are required to submit the Compensation Templates.
69
Recent Updates to the TCP DRD (Cont’d)
• Item 1: “State the company name(s) of the prime offeror (or joint venture team members) and subcontractor(s), using the subcontractor definition found at NFS 1852.231-71(d).”
The team structure must be defined in the TCP even if the structure is defined elsewhere in the proposal.
• Item 8: “Discuss the contractor’s company’s fringe benefit policies and practices.”
Each item must be addressed. Offerors may add fringe benefit categories to the table, but cannot delete benefit categories. The table may be modified to convey the information.
70
Labor Relations Points of Contact
71
Name Title Point of Contact Information
Jalisa Sims JSC Contractor
Industrial Relations
Officer
Diana DeNardo JSC Contractor
Industrial Relations
Officer
Department of Labor Wage and Hour Division,
Clear Lake District Office
1-866-467-9243 (Phone)
References
Reference Location
FAR Part 22, Application of Labor Laws to
Government Acquisitions
https://www.acquisition.gov/?q=/brow
se/far/22
NASA FAR Supplement Part 22,
Application of Labor Laws to Government
Acquisitions
https://www.hq.nasa.gov/office/procur
ement/regs/NFS.pdf
FAR 52.222-17, Nondisplacement of
Qualified Workers
https://www.acquisition.gov/?q=/brow
se/far/52
FAR 52.222-41, Service Contract Labor
Standards
https://www.acquisition.gov/?q=/brow
se/far/52
Department of Labor, Wage and Hour
Division, Prevailing Wage Resource Book
http://www.dol.gov/whd/recovery/pwrb
/toc.htm
Department of Labor Directory of
Occupations
https://www.dol.gov/whd/regs/complia
nce/wage/SCADirV5/SCADirectVers5
.pdf (Scroll down the page to see the
Directory) 72
10-Minute Break
73
Volume III - Cost/Price Overview
Tyrone Wright
Cost/Price Analyst
Office of Procurement, Policy & Analysis Office
74
Agenda
• SEB Pricing Process
• Government Resource Estimate
• Core Process Flowchart
• Core Workbook Templates Overview
• IDIQ Process Flowchart
• IDIQ Workbook Templates Overview
• Specified Resources Overview
• Other Workbook Templates
• Common Cost/Price Volume Errors
75
SEB Pricing Process
76
What does the Source Evaluation Board (SEB) do with your Cost/Price
proposal?
• Read all narrative portions of the Cost/Price Volume
• BOEs will also be used to assist with the evaluation of Volume I – Mission Suitability
• Validate all Offerors’ Excel pricing templates
• Integrate pricing models of Prime and Major Subcontractors
• Test integrated pricing models
• Make probable cost/cost realism adjustments (only if necessary)
• Error Corrections/Reconciliations
• Direct Labor and Indirect Rates adjustments based on analysis
• Staffing adjustments as a result of SEB findings (WYEs and skill mix)
• Non-Labor Resources (NLR) adjustments
• DCAA/NASA Auditor or DCMA input, as applicable76
SEB Pricing Process (cont’d)
77
Examples of probable cost adjustments
• Direct Labor Rates Adjustment
Use current labor market surveys and indices
• Indirect Rates Adjustment
DCAA/Auditor Input (Incurred Cost Rates, Provisional Billing Rates, etc.)
DCMA Forward Pricing Rates Agreement (FPRA) or Forward Pricing Rates Recommendation (FPRR)
• Technical Evaluation (WYE and NLR Adjustments)
Based on all technical weaknesses related to resources (WYEs/Skill Mix or NLRs)
77
78
SEB Pricing Process (cont’d)
Examples of probable cost adjustments
• Error Corrections/Reconciliations
Mathematical Corrections
Formula Error Corrections
Linking Error Corrections
After evaluation, the Source Selection Authority (SSA) will be briefed on the
results
Proposed Cost vs. Probable Cost & Delta
Rationale for Probable Cost Adjustments
78
79
Government Resource Estimate (GRE)
What is a GRE?
• Government’s best estimate of resources (WYE’s and Skill Mix) and NLRs
• Assists with assessing the general overall scope of the Statement of Work
(SOW)
The GRE is provided in Table L-3, Table L-4, and Table L-5 of the RFP
• Table L-3 represents WYE estimates by SOW section for Contract Year 1
• Table L-4 represents WYE estimates by Standard Labor Category (SLC)
for Contract Year 1
• Table L-5 represents NLR estimates for Contract Year 1
79
Government Resource Estimate (GRE)
The GRE is not intended to influence the Offeror’s proposed estimates
Offerors shall develop their own estimates that are:
• Consistent with their own Management Approach
• Consistent with their own Technical Approach
80
Core Process Flowchart
TECHNICAL
RESOURCES
SUMMARY
TEMPLATE
WYEsDIRECTLABOR
$
DIRECTLABOR
$
DIRECTLABOR
$
RATES
RATES
RATES
PRIME
LPT & OPT
SUB 1LPT & OPT
SUB 2LPT & OPT
O/H
O/H
O/H
G&A
G&A
G&A
PRIMEPCST
SUB 1MSCST
SUB 2MSCST
TOTAL SUBCONTRACT
$
TOTAL CORE COST
WYEs
WYEs
TECHNICAL
RESOURCES
TEMPLATE
CORE PRICING FLOWCHART
81
Core Workbook Templates Overview
EPM Workbook Templates for Core work
• Technical Resources Template (TRT) – Prime only
• Technical Resources Summary Template (TRST) – Prime only
• Labor Pricing Template (LPT) – Prime and Major Subs
• Major Subcontractor Cost Summary Template (MSCST) – Major Subs only
• Prime Cost Summary Template (PCST) – Prime only
82
Core Workbook Templates Overview (Cont’d)
Cost Estimating and Assessments Workbook Templates
• Technical Resources Template (TRT) – Prime only
• Technical Resources Summary Template (TRST) – Prime only
• Labor Pricing Template (LPT) – Prime and Major Subs
• Major Subcontractor Cost Summary Template (MSCST) – Major Subs only
• Prime Cost Summary Template (PCST) – Prime only
83
IDIQ Process Flowchart
FULLY
BURDENED
RATES
TEMPLATE (FBR)(Major
Subcontractor)
FULLY
BURDENED
RATES
TEMPLATE (FBR)
(Prime)
TASK ORDER PRICING
TEMPLATE – SPECIFIED
RESOURCES (TOPT-SR)
CONTRACT GRAND
TOTAL
FBR from
MINOR
SUBCONTRACT
TEMPLATE
(MST)
PRIME COST
SUMMARY
TEMPLATE
(PCST) (CORE)
PRIME COST
SUMMARY
TEMPLATE
(PCST) (COST
ESTIMATING)
84
IDIQ Workbook Templates Overview
EPM IDIQ Workbook Templates for IDIQ work
• Task Order Pricing Template – Specified Resources (TOPT-SR) – Prime only
• Fully Burdened Rates Template (FBR) – Prime and Major subs
85
Specified Resources Overview
What are Specified Resources?
• Specified Resources (Direct Labor Hours and NLRs) are provided in Table
L-6 and Table L-7 of the RFP
• Do not reflect actual estimates of IDIQ Task Orders
• Offerors shall not make any adjustments to the Specified Resources for
each SLC per Contract Year
86
Specified Resources Overview (Cont’d)
For the Government’s use in the evaluation of proposed rates for Specified
Resources:
• Fully Burdened Rates (FBRs) per SLC per Contract Year
Note: Offerors shall propose FBRs for all SLCs contained in Section B of the
Model Contract, and the TOPT-SR. These rates shall match. If they do not,
probable cost adjustments will be made to the rates that are more substantiated
through cost and pricing data contained in the Offeror’s Cost/Price proposal.
87
Other Workbook Templates
• Minor Subcontractor Template (MST) – Prime only
• Overhead Template (OHT) – Prime and Major Subs
• G&A Template (GAT) – Prime and Major Subs
• Incumbent Retention and Pay Template (IRAP) – Prime, Major Subs, and
Minor Subs over the threshold defined in NFS 1852.231-71(d)
• Fringe Benefits Analysis of Compensation Plan (FBAC) – Prime, Major
Subs, and Minor Subs over the threshold defined in NFS 1852.231-71(d)
• Incumbency Assumptions Template (IA) – Prime, Major Subs, and Minor
Subs over the threshold defined in NFS 1852.231-71(d
• Cognizant Federal Agency and Audit Office Template (CFAOT) – Prime and
Major Subs
88
Common Cost/Price Volume Errors
• Proposals with Omissions
• Lack of narrative showing rationale
• Detailed description of Overhead, G&A, and other Indirect Rates for future years not provided in the proposal narrative, and missing data for prior three years
• Logic Issues
• Inconsistent content within the proposal
• Failure to follow template directions
• FBRs in the IDIQ templates do not match the proposed rates in Section B of the Model Contract (very common)
• Fully Burdened Rates used where Straight-Time Rates are required
• Placing hard numbers instead of formulas/links where appropriate89
Common Cost/Price Volume Errors (Cont’d)
• Narrative basis of proposed Cost/Price estimate is not:
• Specific
• Clear
• Detailed
• Lack of reconciliation between different areas of the proposal
• Technical Approach
• Management Approach
• Cost
• In the IRAP Template, escalation should be expressed as a
percentage, not as a number
90
Cost/Price Volume
Questions
91
Conclusion
Thank you for attending the
Johnson Space Center
Pre-proposal Conference for the Human Space Flight Technical Integration Contract (HSFTIC)
92