1
BASIC AND APPLIED AEROSPACE RESEARCH AND
TECHNOLOGY (BAART) Procurement
Pre-Proposal Conference
NASA Langley Research CenterAugust 12-13, 2014
2
• The objective of the briefing is to provide potential bidders with an understanding of the BAART procurement and provide a forum for questions to be collected
• Agenda– Center Overview– Background– Overview of Technical Tracks– Overview of RFP– Proposal Preparation– Task Order Process– Pricing/Cost Instructions
Objective and Agenda
3
Center Overview
Steve ReznickDeputy Director for Program Development
Research Directorate
NASA Langley Research Center
Concepts Cl imate Technology
Systems Vehicles
Concepts Climate TechnologySystems Vehicles
5
Concepts Climate TechnologySystems Vehicles
6
Concepts Climate TechnologySystems Vehicles
7
Concepts Climate TechnologySystems Vehicles
8
NASA Strategy
NASA Goals Expand the frontiers of knowledge, capability, and
opportunity in space Advance understanding of Earth and develop
technologies to improve the quality of life on our home planet
Serve the American public and accomplish our Mission by effectively managing our people, technical capabilities, and infrastructure
NASA VisionWe reach for new heights and reveal the unknown
for the benefit of humankind
NASA Mission Drive advances in science, technology, aeronautics, and
space exploration to enhance knowledge, education, innovation, economic vitality, and stewardship of Earth
9
LaRC’s Vision
On Demand Air Transportation
Understanding, Adapting to, and Mitigating the Earth’s Climate System, and
Humans on Mars in the 2030s
for the benefit of humanity.
We define, develop and demonstrate breakthrough systems solutions that enable:
Co
nc
ep
ts
Cli
ma
teTe
ch
no
log
yS
yst
em
s Veh
icle
s
10
LaRC’s Strategy: how we fit in
2030
Aeronautics
Science
Space Technology & Exploration
Mea
sure
men
t S
yste
ms
Inte
llige
nt F
light
Sys
tem
s
Ent
ry D
esce
nt &
Lan
ding
Aer
osci
ence
s
Adv
. M
ater
ials
& S
truc
ture
s
Sys
tem
s A
naly
sis
& C
once
pts
Atm
osph
eric
Cha
ract
eriz
atio
n
Co
nc
ep
ts
Cli
ma
teTe
ch
no
log
yS
yst
em
s Veh
icle
s
11
What we’re doing
Research spanning Aeronautics, Exploration, and Science
Aeronautics: pushing the boundaries
Supersonics
Fixed-Wing
Systems Analysis, Integration and
Evaluation
Environmentally Responsible Aviation
13
Space Technology and Exploration: expanding our presence
Orion Space Launch System
Commercial Space Advanced Exploration Systems14
Deliver on Today’s Commitments and
Create Tomorrow’s Opportunities
LaRC’s Mission
15
16
BAART Background
Patrick Johnston BAART SEB Chair
17
In the event of a discrepancy between this presentation and the solicitation, the SOLICITATION TAKES PRECEDENCE
There will be no verbal questions taken during this presentation
All questions must be submitted in writing to ensure accuracy and minimize confusion. Questions should be submitted by email or on the index cards provided at the back of the room. All questions and
corresponding answers will be issued in written format as an amendment to the final RFP
Important Points
18
A multiple-award, IDIQ procurement to engage industry and academia to provide basic and applied research and technology development for aerospace vehicles. The procurement will provide access to critical skills, manufacturing capabilities, and facilities that are neither available within the Government nor available through existing non-personal services contracts
Its scope includes: – the current multiple award Structures, Materials, Aerodynamics,
Aerothermodynamics, and Acoustics Research and Technology (SMAAART) contracts
– the current multiple award Flight Critical Systems Research (FCSR3) contracts
– portions of scope of the current multiple award Inflatable Aerodynamic Decelerator (IAD) contracts and the current single award Systems Analysis & Concept Development (SAC-D) contract
What is BAART?
19
Tasks will range in maturity from fundamental tool and technology development through integrated technology demonstrations, potentially including flight demonstrations
Vehicle concepts and performance conditions range from subsonic through hypersonic atmospheric flight, through continuum and rarified flow fields
• BAART is NOT a new NASA program or project• BAART is generally not for work at a NASA site; the work is meant
to be done at the contractor’s site
Type of Work in BAART
20
Funding for BAART task orders will come from existing or future programs and projects within NASA’s mission directorates
Who Pays for BAART Work?
• Science Mission Directorate is not expected to issue tasks under BAART• This is a Langley-led procurement, but task orders can originate from any
NASA center (for work within scope)
NASA HQ
Aeronautics
ScienceSpace
Technology
Human Exploration
& Ops
Ames Johnson
Armstrong Kennedy
Glenn Langley
Goddard Marshall
JPL Stennis
Mission Directorates Field Centers
21
Overview of Technical Tracks
22
As a Langley-led procurement, the Performance Work Statement (PWS) for BAART reflects Langley’s strategic framework for research and development
Langley’s strategic framework is based on product lines:• Advanced Materials and Structural Systems• Aerosciences• Systems Analysis and Concepts• Entry, Descent, and Landing• Measurement Systems• Intelligent Flight Systems• Atmospheric Characterization
Structure of the PWS
23
To maximize value to the Government and to also maximize opportunities for Industry, the BAART PWS has been divided into technical tracks that mirror Langley’s product lines
Offerors are not expected to cover the entire breadth of the PWS. Offerors may propose to one or more tracks
Technical Track Approach
Track Label Technical Track
A Advanced Materials and Structural Systems; Aerodynamics, Aerothermodynamics, and Acoustics
B Systems Analysis and Concepts
C Entry, Descent, and Landing
D Measurement Systems and Autonomous Technologies
E Flight-Critical and Intelligent Flight Systems
24
A.1: Advanced Materials and Structural Systems
Task orders will be written to support basic and applied research, technology development, systems analyses, and trade studies in advanced materials and structural systems.
Sub-areas:
A.1.1: Advanced Materials and ProcessingA.1.2: Durability, Damage Tolerance, and ReliabilityA.1.3: Structural Mechanics and ConceptsA.1.4: Structural Dynamics
Track A Scope of Work
25
A.2: Aerodynamics, Aerothermodynamics, and Acoustics
Task orders will be written to support basic and applied research, technology development, systems analyses, and trade studies in aerodynamics, aerothermodynamics, and acoustics related to aerospace vehicles
Sub-areas:
A.2.1: Configuration AerodynamicsA.2.2: Computational Modeling and SimulationA.2.3: Flow Physics and ControlA.2.4: AerothermodynamicsA.2.5: Hypersonic Airbreathing PropulsionA.2.6: Vehicle Noise Prediction and ControlA.2.7: Model Systems
Track A Scope (cont.)
26
B: Systems Analysis and Concepts
Task orders will be written to support systems analyses, trade studies, and multidisciplinary methods applied to aerospace concepts and systems to enable NASA to make informed technical, programmatic, and budgetary decisions
Sub-areas:
B.1: Complex Mission Level ConceptsB.2: Vehicle Systems ArchitecturesB.3: Technology AssessmentsB.4: Subsystems IntegrationB.5: Operational FactorsB.6: Systems Analysis Tools
Track B Scope of Work
27
C: Entry, Descent, and Landing
Task orders will be written to support basic and applied research, technology development, systems analyses, and trade studies in Entry, Descent, and Landing (EDL) technologies and mission architectures
Sub-areas:
C.1: EDL Concept DevelopmentC.2: Enabling Technologies for EDLC.3: Analysis and Testing
Track C Scope of Work
28
D: Measurement Systems and Autonomous Technologies
Task orders will be written to support basic and applied research, technology development, systems analyses, and trade studies in measurement systems and related autonomous technologies for aerospace applications
Sub-areas:
D.1: Nondestructive EvaluationD.2: In situ Sensors and SystemsD.3: Remote Sensing, Measurement, and Diagnostics SystemsD.4: Advanced Sensors, Transducers, Arrays, and Emission SourcesD.5: Large and High-Speed Data ManagementD.6: Autonomous Technologies
Track D Scope of Work
29
E: Flight-Critical and Intelligent Flight Systems
Task orders will be written to support basic and applied research, technology development, systems analyses, and trade studies in airborne and ground-based systems critical to flight safety, management, and control
Sub-areas:
E.1: Crew Systems and Aviation OperationsE.2: Safety-Critical Aviation SystemsE.3: Flight-Critical Systems Analysis and AssessmentE.4: Flight Dynamics, Guidance, and ControlE.5: Autonomous and Intelligent Flight Technologies
Track E Scope of Work
30
Overview of RFP
Mercer HurstContract Specialist
31
• Offerors may propose to one or more Technical Tracks• An awardee is only eligible to compete for future task orders in
Tracks for which they receive an award • PoP: April 13, 2015 – April 12, 2020• Task orders may be awarded as Cost Plus Fixed Fee, Firm Fixed
Price, or Cost Sharing
General Overview
32
General Overview (cont.)
Track Title Max #Awards
Competition Estimated Value $(M) over 5 year PoP
A. Advanced Materials and Structural Systems; Aerodynamics, Aerothermodynamics, and Acoustics
5 Full & Open $313.5
B. Systems Analysis and Concepts 3
Small BusinessSet Aside
$3.3
C. Entry, Descent, and Landing5 Full & Open $25
D. Measurement Systems and Autonomous Technologies 5 Full & Open $15
E. Flight-Critical and Intelligent Flight Systems 5 Full & Open $45.2
BAART Contract Ceiling: $402,000,000 for all awards
33
Price Performance Tradeoff (PPTO) with Other Factors
The SEB will use four factors for evaluating proposals• Past Performance
– Past performance evaluated in accordance with FAR 15.305(a)(2) and NFS 1815.305
• Cost/Price– Analysis performed to assess price reasonableness
• Small Business Utilization Factor (Not required for small businesses)– This solicitation contains FAR clause 52.219-9, “Small Business Subcontracting
Plan with Alternate II”. The Plan described and required by the clause, including the associated subcontracting percentage goals and subcontracting dollars, shall be submitted with your proposal.
• Organizational Conflicts of Interest Plan– A plan for complying with the requirements of NFS 1852.237-72, Access to
Sensitive Information; and Section H.10, Limitation of Future Contracting
Source Selection Approach
34
A best value tradeoff process will be performed between Past Performance, Cost/Price, Small Business Utilization and Organizational Conflicts of Interest
– Overall, past performance is significantly more important than price. Price is somewhat more important than either small business utilization (if applicable) or organizational conflicts of interest, which are essentially equal
– The source selection process will not use a mission suitability factor
The Government intends to award up to 5 proposals for each of the Tracks A, C, D, or E, and up to 3 awards for Track B. If fewer proposals are received, the SEB will evaluate proposals received using the source selection procedures described above in accordance with NFS 1815.305-71(b) and the contracting officer may negotiate award of up to 5 or fewer contracts in Tracks A, C, D, or E or 3 or fewer contracts in Track B
Source Selection Procedure
35
Section H – Special Contract Requirements• H.10 Organizational Conflicts of Interest
The Contracting Officer has determined and identified the following potential conflicts that the Contractor may encounter during performance of this contract. The contractor may: set the ground rules for future competition; provide competitive advantage; or be required to use subjective judgment/perform assessments
• H.11 and H.12: Quality Management Systems– ISO9001 required for all offerors proposing to Tracks B, D, E– AS9100 required for all offerors proposing to Tracks A and C– Offeror must be certified at Proposal Submission
RFP Clause Requirements
36
• H.13: Capability Maturity Model Integration (CMMI-DEV)– Some tasks in Tracks C and E are anticipated to require
CMMI-DEV Level 2 or higher– Contractors wishing to compete for those tasks must submit
certification of CMMI-DEV Level 2 within 9 months of contract effective date
• H.14-17: NASA Software Engineering Requirements will apply to task orders involving the development, modification, and/or delivery of software
Section I - Contract Clauses
• I.8: Security Classification Requirements– A small number of tasks (anticipated to be less than 5%) may
involve classified work– Contractors wishing to compete for classified tasks must
possess appropriate facility clearance at task solicitation time
RFP Highlights (cont.)
37
Proposal Preparation
38
Each offeror shall submit the following volumes in accordance with Section L- Instructions, Conditions, and Notices to Offerors, of the RFP
Volume I- Past Performance
Volume II - Business Proposal
Volume III - Small Business Utilization Plan
Volume IV - Organizational Conflicts of Interest Plan
General submission information for each volume can be found in Section L.16, Proposal Submission Information
Proposal Volumes
39
Volume
Page Limit
I – Past Performance
Track A: 25 pagesTrack B: 10 pagesTrack C: 15 pagesTrack D: 15 pagesTrack E: 20 pages
II – Business Proposal No page limit
III – Small Business Utilization No page limit
IV – Organizational Conflicts of Interest Plan 20 pages
Proposal Page Limitations
Proposal must include 8 hard copies (1 original and 7 copies) and 2 electronic copies of all volumes
40
• Foldout count as equivalent number of “8-1/2 X11” pages• Separators (e.g., tabs and titles) will not be counted as page• Summary addendums will not be counted as page
Page Format
8½”
11”
1”
1”
1”
1”
Space
for T
ext
Font Size - 12
41
• Proposals will be evaluated for acceptability in accordance with NFS 1815.305-70, Identification of Unacceptable Proposals
• Proposals for Tracks A and C not containing AS9100 certification and proposals for Tracks B, D, and E not containing ISO9001 certification will not be evaluated by the SEB and will not be considered for selection
• The SSA will select the offerors that provide the Government a reasonable expectation of enhancing competition in task order competitions conducted under the resulting contracts. The SSA will make an integrated assessment based on a comparative assessment against all source selection criteria in the solicitation
Evaluation and Selection
42
Past performance is one indicator of an offeror’s ability to perform successfully • Past performance consists of work performed by the offeror or
significant subcontractor within the past three years that is similar in size, content and complexity to the requirements of this solicitation
• The Government will evaluate each offeror's current/recent record including the record of significant subcontractors
• The Government can use information submitted in proposals as well as other information gathered
• See Attachment 3, Past Performance Evaluation Questionnaire (final version of questionnaire may change)
Volume I - Past Performance Factor
43
For the purposes of this solicitation and proposal preparation, a significant subcontractor is defined as subcontracts over the dollar value specified in the table below for the 5 year contract period
Technical Track Significant Subcontractor Threshold
A $15MB $300KC $2.5MD $1.5ME $4.5M
Volume I - Past Performance Factor
44
• Contract Offer– Offeror should submit model contract and signed contract offer (SF33)– Executed Section K including information not provided in System for
Award Management that is specific to this solicitation– Cover letter accepting terms and conditions– For Joint Ventures only, fully executed copy of the JV Agreement with
either written approval from cognizant Small Business Administration district office or proof of submission
• Copies of Quality Certifications
• Cost Forms– Evaluated pursuant to FAR 15.404-1(d), Cost Realism Analysis– See attachment 2, Cost Forms and Instructions
Volume II - Business Proposal
45
• Small Business Goals have been established for this solicitation in accordance with FAR 52.219-9 “Small Business Subcontracting Plan” with Alternate II
• Offeror’s Commitment to the small business program will be evaluated for strengths and weaknesses as appropriate, and will not be adjectively rated or scored
Volume III - Small Business Utilization Factor
46
Small Business goals as a percent of total contract value
Business Type Track A Track C Track D Track E
SB 10% 10% Contractor Proposed Goal 10%
SDB 5% 2% Contractor Proposed Goal 2%
HBCU/MI 0% 0% Contractor Proposed Goal 0%
WOSB 5% 5% Contractor Proposed Goal 2%
HUBZone 0% 0% Contractor Proposed Goal 0%
VOSB 2% 2% Contractor Proposed Goal 2%
SDVOSB 1% 2% Contractor Proposed Goal 1%
Volume III - Small Business Utilization Factor (cont.)
47
• The Offeror shall provide a plan for complying with the requirements of NFS 1852.237-72, Access to Sensitive Information and Section H.10, Organizational Conflicts of Interest
• The Offeror shall explain its approach for identifying, mitigating, and/or avoiding OCIs that may arise under this contract
• All Offerors’ OCI Plans will be evaluated for strengths and weaknesses as appropriate, and will not be adjectively rated or scored
• The Government will determine the acceptability of the Offerors plan for complying with requirements of the specified clauses
Volume IV: Organizational Conflicts of Interest Factor
48
• Small Business Subcontracting Plan • Organizational Conflicts of Interest Plan• IT Security Plan – due 30 days after contract award
List of Required Plans
49
Task Order Process
50
Clauses H.6, Task Order Solicitation and Selection Procedure and Clause I.10, Task Ordering Procedure will apply after contract award• Each task order solicited under BAART will be issued in accordance
with the Fair Opportunity procedures. Individual task orders will be cost reimbursement with fixed fee, fixed priced, or cost sharing
• All tasks over $3,000 to be competed among contractors awarded in specific technical tracks
• The Contracting Officer will review the task order PWS requirements and determine the appropriate technical track
• The Contracting Officer will then solicit proposals from the contracts within that technical track
• Exception to Competition: urgency, highly specialized service, logical follow-on, minimum order
Contract Task Order Process
51
• The Government will order through the issuance of task orders a minimum quantity of work of $10,000 per each individual contract (clause B.3, LARC 52.216-90)
Task Order Minimum
52
• All costs associated with the planning and preparation of competed task order proposals are unallowable charges to the contract
• All task orders shall include: – Technical Reporting requirements (Monthly, Final, and Special
Reporting) - See Exhibit B– Financial Reporting 533M - See Clause G.5 and Exhibit B
• Mixed Data Rights – (Cost sharing Tasks)• Upon completion of task order CPARS evaluation will be prepared:
– Evaluation of contractor performance– Contractor will be provided opportunity to review– Will be used in future task evaluation
Contract Administration
53
Anticipated Procurement Schedule
Milestone Date (Assumes Discussions)
Release Draft RFP August 10, 2014
Pre-proposal Conference with Industry August 12 and 13, 2014
Draft RFP Comments Requested/Due September 2, 2014
RFP Issued September 9, 2014
Proposals Due October 9, 2014
Award March 9, 2015
Contract Start April 13, 2015
54
Cost/Pricing Instructions
Austin RentschlerCost/Price Analyst
55
Accounting System
Must be adequate: • Accurately collect and record costs by contract and individual task order• Exclude unallowable costs• Meet the requirements of the Allowable Cost & Payment Clause (FAR
52.216-7)
You must provide:• Evidence of an adequate accounting system:
– Audit report from cognizant audit agency or other documentation (e.g. letter from ACO)
– Detailed description of the accounting system • Point of contact info (name, telephone number, e-mail) for:
– Cognizant Government Administrative Contracting Officer (ACO)– Cognizant Government Audit Agency (GAA)
56
Cost/Pricing: Form 1
• Proposed burdened labor rate averages– Only five cells need to be changed (Cells C9 through C13):
• Select the track(s) to which you are proposing: “Yes” or “No” from the dropdown list
– The rest of Form 1 is self calculating once Form 2 is completed
57
Cost/Pricing: Form 2
• Burdened Labor Rates, Indirect Rate(s) for ODCs, and Profit/Fee Rates– These are the proposed burdened rates (thru G&A) which Form
1 feeds from to calculate the proposed labor rate averages– Do not:
• Insert additional labor category(ies), not even multiples of the same category
• Delete labor category(ies)
58
Cost/Pricing: Form 3
• Buildup of Form 2 burdened labor rates– This Form will be used to perform the cost realism analysis– Provide for each labor category for each year:
• The direct [unburdened] labor rate• Each indirect rate applicable to labor• The burdened rate (through G&A)
59
Cost/Pricing: Form 4
• Conversion of Offeror Fiscal Year (OFY) rates to Contract Year Rates– Show all the direct labor rates and all the indirect rates listed in
Form 3, which are contract year rates– If the OFY differs from the contract year, this Form will show the
calculations making the conversion
60
Cost/Pricing: Form 5
• Status of Systems Reviews– This table lists the various systems (e.g. accounting, estimating,
purchasing, etc.) – Regarding adequacy/approval, check one of the following for
each system listed:• Yes• No• Pending• N/A
– Also, provide the date of approval and, if applicable, detail any outstanding issues.
61
Draft solicitation has been posted to NAIS and Federal Business Opportunities
This is a draft document and is subject to change during development of the final document
All questions must be submitted in writing to ensure accuracy and minimize confusion. Questions should be submitted by email or on the index cards provided at the back of the room. All questions and corresponding answers will be issued in written format as an amendment to the final RFP
Reminders
62
Thank you for participating