october 28, 2015 1. these slides are not to be interpreted as a comprehensive description of the...
TRANSCRIPT
October 28, 2015October 28, 2015
1
These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP Sections or future RFP
To the extent there are any inconsistencies between this briefing and any future RFP, the RFP will govern
2
Purpose of Preproposal BulletinPurpose of Preproposal Bulletin(Orientation)(Orientation)
The purpose of this Preproposal Bulletin is to help industry understand the Government’s requirements
Questions:– Official responses to written questions received by the Contracting Officer
will be posted to the BMS procurement website at http://procurement.jsc.nasa.gov/bms/
– The deadline for submitting questions regarding this conference is November 4, 2015 – See Chart 5 for Points of Contact options to submit questions
It is your responsibility to monitor the website for release of any information regarding this procurement and downloading your own copy of this information
3
Source Selection Authority −Jose Garcia, Deputy Director of the Office of
Procurement Johnson Space Center
Acquisition Team − Craig Burridge, Chair/Contracting Officer and Voting
member− Michael Bradley, Voting Member − Mary Vantino, Voting Member− Jalisa Sims, Contract Specialist
4
Contract Specialist: Jalisa C. [email protected]
Contracting Officer:Craig G. [email protected]
BMS web address: http://procurement.jsc.nasa.gov/bms/− Click on the “Anonymous Questions to Contract Specialist” link to submit a
question.− This link will remain active until the release of the RFP; afterwards
communication will be in accordance with the RFP, in Section 5.12, Communications Regarding This Solicitation.
5
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 ”
Address/Phone:NASA HeadquartersMail Code: LP011Washington, DC 20546-0001Phone: (202) 358-0445
6
The Strategic Acquisition Forecast Evaluation (SAFE) is a JSC 2.0 initiative focused on strategic acquisition outlook with an integrated Center-wide focus and goals to optimize interdependencies and reduce redundancies.
As a by-product of SAFE, a new contract strategy was formed between the Office of Chief Financial Officer (OCFO) and the Office of Procurement (OP) to maximize efficiencies, by combining the following efforts into the BMS:
Financial Business Management Services (FBMS) - NNJ12JB33B (OCFO)
Procurement Support Contract (PSC) - NNJ11JA02B (OP) JSC Office of Procurement Support (JOPS) - NNJ13RA29Z (OP)
7
FBMS- NNJ12JB33B
PSC - NNJ11JA02B
JOPS- NNJ13RA29Z
ContractorWichita Tribal Enterprises, LLC - 8(a), SDB
Logical Innovations, Inc. – 8(a), WOSB, SDB
TISTA Science and Technology Corporation – 8(a), SDVOSB
Type of Contract
IDIQ with Cost-Plus- Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP) Task Orders
IDIQ with FFP Task Orders
BPA with FFP Task Orders
Current End Date 12/31/2016 4/30/2016 7/30/2018
End Date with Available Options/Other Applicable Extensions
52.216-22 Indefinite Quantity – 12 months
52.216-22 Indefinite Quantity – 12 months
None
CURRENT CONTRACTS OVERVIEW, CON’T
8
Existing Scope
Changes
Resource Management (RM) Minor Changes to include broadening scope as discussed below.
Assessment No Change
Accounting No Change
Configuration Management (CM) and Data Management (DM)
On BMS, CM and DM will be captured at a higher level under RM. On FBMS, CM was in accordance with (IAW) ANSI/EIA-649 and NASA-STD-005, while DM was required IAW GEIA 859. FBMS and BMS did/does not require these functions at these levels of specificity.
Schedule and Earned Value Management (EVM)
Will be captured at a higher level under RM and not with the discreet schedule function approach or with the structured approach for EVM, typically associated with Programs/Projects.
Process Improvement Deleted
9
Existing Scope
Changes
Synopsis and Solicitation Verification and JSC Bankcard Program
No Change
Procurement Data Entry and Database Management
Procurement Data Entry and Database will be maintained, but with more of an emphasis on data analysis, integration and reporting
Contract Action Filing and Maintenance
Contract Correspondence Management
Contract Database Configuration Control
Contract Analysis and Administration Support
Scope is maintained, but captured under a new heading of “Contract Pre-award, Post-Award and Business Support”. Considered as Contract Specialist Functions.
10
Existing Scope
Changes
File and records management Captured under existing PSC scope, which will be incorporated into BMS
Document configuration management and data maintenance
Captured under revised responsibilities of “Procurement Data Entry and Database” under PSC portion of BMS
Support document development, assessment of processes and report integration
Captured under new paragraph of SOW – General Business Functions and Other Duties
Preparation of acquisition, budgetary, facility planning, and related documents and presentations
Captured under new paragraph of SOW – General Business Functions and Other Duties
11
12
Office of Chief Financial Office and Office of Chief Financial Office and Office of Procurement OverviewOffice of Procurement Overview
JSC Labor Relations OfficerS. Thomas
Deputy, JSC Labor Relations OfficerD. Wilson
JSC Labor Relations OfficerS. Thomas
Deputy, JSC Labor Relations OfficerD. Wilson
OFFICE OFPROCUREMENT
Debra L. Johnson, DirectorJose C. Garcia, Deputy Director
Delene R. Sedillo, Associate DirectorBilly E. Autry, Associate Director
OFFICE OFPROCUREMENT
Debra L. Johnson, DirectorJose C. Garcia, Deputy Director
Delene R. Sedillo, Associate DirectorBilly E. Autry, Associate Director
Small Business Specialists
C. WilliamsR. Herrera
J. Garcia, Manager
Small Business Specialists
C. WilliamsR. Herrera
J. Garcia, Manager
10/01/15
BA
InstitutionalProcurement
Office
L. Phillips Manager
K. FryerDeputy Manager
K. Autry Deputy Manager
InstitutionalProcurement
Office
L. Phillips Manager
K. FryerDeputy Manager
K. Autry Deputy Manager
Space StationProcurement
Office
M. IsermannManager
R. Kolb, Deputy Manager,
InternationalSpace Station
R. Falls, Deputy Manager,
CommercialCrew
Space StationProcurement
Office
M. IsermannManager
R. Kolb, Deputy Manager,
InternationalSpace Station
R. Falls, Deputy Manager,
CommercialCrew
ProjectsProcurementOffice/WSTF
S. JanneyManager
G. Della LongaDeputy Manager
VacantDeputy Manager
ProjectsProcurementOffice/WSTF
S. JanneyManager
G. Della LongaDeputy Manager
VacantDeputy Manager
ExplorationSystems
Procurement Office
E. Schell Manager
K. Bui Deputy Manager
ExplorationSystems
Procurement Office
E. Schell Manager
K. Bui Deputy Manager
Operations Support
Office
H. BakerManager
J. MillerDeputy Manager
Operations Support
Office
H. BakerManager
J. MillerDeputy Manager
BG BH BJ BR BT
Source Selection & Analysis Office
M. KincaidManager (rotation to AO)
B. NieseDeputy Manager (Acting Manager)
J. Trahan Deputy Manager
C. BellDeputy Manager
Source Selection & Analysis Office
M. KincaidManager (rotation to AO)
B. NieseDeputy Manager (Acting Manager)
J. Trahan Deputy Manager
C. BellDeputy Manager
BD
13
DOROTHY RASCO, CHIEF FINANCIAL CHIEF FINANCIAL
OFFICEROFFICER SIDNEY H. SCHMIDT, SIDNEY H. SCHMIDT,
DEPUTY CFODEPUTY CFO GWEN OBERT, ASSOCIATE GWEN OBERT, ASSOCIATE
CFO (ROTATIONAL)CFO (ROTATIONAL) Dera Dera Guarino, Administrative Administrative
Officer Officer Lisa Gaines, Secretary (RCNSS)Lisa Gaines, Secretary (RCNSS)
LA
INTEGRATION MANAGEMENT DIVISION
Adele Leighton, Chief
LB
Central Budget Branch
Ryan Schaefer, Chief
Team LeadsSherie CooperNadia Iglesias
LB2
Policy, Internal Controls,
Strategy, and Business Systems Branch
Clifton McCarra, Chief
Team LeadsDoug KonopikAnn Paulissen
LB3
PROGRAM RESOURCES
MANAGEMENT DIVISION
Carol Harvey, Chief
LC
ISS BranchEameal Holstien,
Chief[ VACANT], Deputy
Team LeadsBrad AshfordMike Bradley
Kelly GuempelChristine Hayes
Orion - Multipurpose Crew Vehicle
BranchDoug Rushing,
ChiefTeam Leads
Leslie KeenerJose Moguel
Flight Operations Branch
Tod Clement, ChiefTeam Leads
Patrick CullenSteve Horton
LCLC22
LCLC33
LCLC44
MULTI -PROGRAM
RESOURCES
MANAGEMENT DIVISION
Donna Blackshear-Reynolds, Chief
LD
Engineering Branch
Jennifer Kainer, Chief
Team LeadsVinh NguyenTim Travis
Stan Whalen
Human Health and Performance
BranchMichelle Moore,
ChiefTeam LeadsBrad StewartCassie Giron
Exploration Integration and Science Branch
Keith Combs, ChiefTeam Lead
Tom Canning
LD2
LD3
LD4
Travel and Payroll Services
BranchPatti Caballero,
ChiefTeam Leads
Barbara McMillanRene Sanchez
Property, Cost, and Reporting
BranchKevin Candee,
ChiefTeam Leads
Humberto BecerraDavid Castillo
Reimbursables and Financial
Services BranchSandy Gordon,
ChiefTeam Leads
Letha MeyersMonique Nguyen
FINANCIAL
MANAGEMENT DIVISION
Joyce Repa, Acting Chief
LF
LF2
LF3
LF4
INFRASTRUCTURE
RESOURCES MANAGEMENT
DIVISIONNancy Miyamoto,
Chief Infrastructure
BranchSarah Kidwell,
ChiefTeam Lead
Todd Hegemier
Cross Center Support
Branch[ VACANT], Chief
Team LeadsSteven BockmillerHeather Moncrief
(WSTF)
LI
LI2
LI3
15
Overview of BMSOverview of BMSStatement of Work and Data Statement of Work and Data
Requirements DocumentRequirements Document
4.1.1 BMS MANAGEMENT
4.1.2 FINANCIAL MANAGEMENT SUPPORT◦4.1.2.1 RESOURCE MANAGEMENT OFFICE (RMO) ◦4.1.2.2 ASSESSMENT FUNCTION ◦4.1.2.3 ACCOUNTING FUNCTION
Note – To assist you in the understanding of the BMS, the Standard Labor Categories are provided in Section 4 of the Draft RFP documents
16
4.1.3 PROCUREMENT SUPPORT◦ 4.1.3.1 SYNOPSIS AND SOLICITATION
VERIFICATION◦ 4.1.3.2 PROCUREMENT DATA ENTRY, DATABASE
MANAGEMENT, DATA ANALYSIS, DATA INTEGRATION AND REPORTING ACTIVITIES
◦ 4.1.3.3 CONTRACT PRE-AWARD AND POST-AWARD SUPPORT
◦ 4.1.3.4 JSC BANKCARD PROGRAM OPERATIONS◦ 4.1.4 GENERAL BUSINESS FUNCTIONS AND
OTHER DUTIES
17
BMS 01 Management and Staffing Plan (With Proposal) BMS 02 Phase-In Plan (With Proposal) BMS 03 Organizational Conflict of Interest Plan (With Proposal) BMS 04 Non-Disclosure Agreements (After Award) BMS 05 Safety and Health Plan (After Award) BMS 06 Re-Procurement Data Package (After Award) BMS 07 Environmental and Energy Consuming Product Compliance
Reports(After Award) BMS 08 Information Technology Security and Management Plan (After
Award) BMS 09 BMS Quarterly Report (After Award)
18
19
Other Highlights of Anticipated Other Highlights of Anticipated RFP RFP Solicitation Number NNJ15554115RSolicitation Number NNJ15554115R
If an RFP is issued, the actual issued RFP and amendments take precedence over this conference or any draft RFP documents issued
Competition: 8(a) Set-aside; NAICS Code: 541611 and Size Standard $15M
Period of Performance: −Phase-In Period: 08/02/16 to 9/30/16 −Period of Performance: 10/01/16 to 9/30/21
20
Type of Contract: Firm-Fixed-Price (FFP) with FFP Indefinite Delivery/ Indefinite Quantity (IDIQ) task orders
−IDIQ Task Orders issued will be priced using the established prices in Section 1, IDIQ Fully Burdened Labor Rates for the skills listed
− IDIQ Guaranteed Minimum Quantity of work – Minimum Contract Total - $50,000, NTE Maximum Contract Total - $42,000,000
To allow for flexibility of additional users, $10M was included in developing the NTE.
−The Task Order Procedure will be described in Section 2 of the RFP, NFS 1852.216-80, Task Ordering Procedure
21
When reading the RFP, note that:−Important information will be contained in the SF1449 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
22
The contractor will have access to business sensitive data, and will be required to prepare an Organizational Conflict of Interest Plan.
Employees will be required to sign non-disclosure statements. The following clauses will be included in Section 2 of the RFP:
1852.237-72 Access to Sensitive Information
1852.237-73 Release of Sensitive Information
1852.209-71 Limitation of Future Contracting
1852.204-76 Security Requirements for Unclassified
Information Technology Resources
23
NFS 1852.245-71, Installation Accountable Government Property, Section 2 of the RFP, NASA anticipates providing:−Office Space, work area space, and utilities.−Office Furniture−Safety and Fire Protection−Installation service facilities (Office Automation Information
Technology onsite only, Disposal Services, Pickup and Delivery of Official Mail
−Medical treatment of a first aid nature−Cafeteria privileges −Building maintenance −Moving and hauling for office moves
24
• A Performance Price Trade-off process will be used.
• A Technical Acceptability factor will be used on a pass/fail basis to ensure the offerors can satisfy certain minimum requirements. If the offeror receives a passing rating, then Past Performance and Price will be used in the tradeoff process to reach a best value decision.
Pass/Fail Factor Ratings
Technical Acceptability Acceptable
Potentially Acceptable
Unacceptable
25
• Trade-off Factors:
Past Performance: (Very High Level of Confidence, High Level of Confidence, Moderate Level of Confidence, Low Level of Confidence, Very Low Level of Confidence, and Neutral)
Price
• Relative Importance of Trade-Off Evaluation Factors:
Past Performance is significantly more important than Price
26
27
In accordance with Section 5.16.2, Proposal Arrangement, Page Limitations, Copies, and Due Date: • 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.
28
Pay close attention to ensure that the number of pages, page margins, font type, font size, and page size are in conformance to instructions in Section 5,
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 is subject to the page limit of 25 pages, but the Past Performance SOWs, Environmental Non-Compliance, OSHA Forms 300 and 300A, Insurance Carrier Information, 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.
►Having non-conforming pages returned may affect the government’s evaluation of a proposal, and how this proposal is ultimately rated.
29
If a subcontracting arrangement is proposed, Offerors shall include specific detail as will be required in the Section 5.17.4, Subcontract Arrangement Information, so that the Government can determine that the prime contractor making the offer will be performing the primary and vital requirements for the contract
30
31
Labor RelationsLabor Relations
Guidelines for Responding to Labor Relations Guidelines for Responding to Labor Relations Requirements in the RFPRequirements in the RFP
32
The following WD is applicable to the RFP and resultant
contract:◦ WD 2005-2515, Revision 18 (JSC Area)
This WD applies to all non-exempt labor categories, and sets
forth the minimum labor wages, health and welfare benefits,
and vacation/holiday leave for these categories
Offerors are encouraged to review the Department of Labor (DOL), Wage and Hour Division, Prevailing Wage Resource Book as part of their responsibilities to comply with contractual labor statues and regulations
Please note that this contract uses an odd-numbered service wage determination. Under Chapter 14, SCA Wage Determinations, the following guidance is provided:◦ “ODD-NUMBERED wage determinations (e.g., 2007-2011) apply to
most SCA contracts. These wage determinations require the contractor to satisfy the health and welfare fringe benefit requirements on a “fixed cost” per employee basis. Compliance must be calculated using all hours paid for (including paid time off) up to 40 hours a week, 2080 hours a year, and the contractor must meet the minimum fringe benefit requirement as specified by the wage determination for each individual employee”
33
34
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◦ 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 WD categories
◦ Proposing at least the minimum health and welfare, vacation, and holiday benefits that are stated in the WD
In accordance with provision 5.15, JSC Super-Flex Work Schedule, JSC offers a Super-Flex work schedule for its employees, but does not require that our Contractor team members adopt a matching schedule
The Department of Labor allows contractors to establish a beginning and end day/time for their 40 hour work week.
◦ As an example, if a contractor establishes a workweek of Friday at noon to the following Friday at noon, they could support JSC’s 9/80 “Super-Flex” schedule without paying non-exempt employees overtime
35
36
In accordance with NASA FAR Supplement 1831.205-670, a TCP will not be requested for this acquisition because it is a competitive firm-fixed price effort
While a TCP is not requested, information on fringe benefits will be requested as part of the management plan
37
The Federal Contractor Veterans’ Employment Report (VETS-100) has been streamlined and renamed to the VETS-4212 Report
Information on the report can be found at: http://www.dol.gov/vets/vets4212.htm
All nonexempt federal contractors and subcontractors with a contract or subcontract in the amount of $100,000 or more with any department or agency of the United States for the procurement of personal property or non-personal services are required to submit this report
The VETS-4212 Report must be submitted no later than September 30 of each year following a calendar year in which a contractor held a covered Government contract or subcontract
38
Reference Title
FAR Part 22 Application of Labor Laws to Government Acquisitions
FAR 52.222-41 Service Contract Labor Standards
NFS Part 22 Application of Labor Laws to Government Acquisitions
29 CFR 541 Defining and Delimiting the Exemptions for Executive, Administrative, Professional, Computer, and Outside Sales Employees:http://www.law.cornell.edu/cfr/text/29/541
SCA Directory of Occupations
http://www.dol.gov/whd/regs/compliance/wage/SCADirV5/SCADirectVers5.pdf.
DOL Prevailing Wage Resource Book
http://www.dol.gov/whd/recovery/pwrb/toc.htm
An informational session will be conducted to discuss the pricing instructions and templates contained in provision 5.17.3.
The session will be held via Skype for Business/teleconference from 9:00 am to 11:00 am (CDT) on November 3, 2015
For access, please click, or copy and paste into web browser, the following link to register https://baforms.typeform.com/to/lvvi5p
Requests for access to this pricing session must be received no later than 4:00 pm (CDT) on November 2, 2015
A confirmation email will be sent to acknowledge your request and provide further instructions on how to join the teleconference
Only the pricing requirements contained in the BMS draft RFP documents will be discussed during this session and no other informational sessions for the BMS will be conducted
39
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, those offerors in the competitive range will:−have the opportunity to address potentially acceptable items and; −be requested to resubmit the SF 1449 with Final Proposal
Revisions (FPR) which will include clearly marked changes
40
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.
In accordance with Section 5.1 Provision, FAR 52.204-7, System for Award Management, “By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.”
41
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
42
43
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.
Allot at least 48 hours to over-night a proposal through a mail carrier.◦ A commercial/government mail carrier may have a mechanical breakdown or otherwise fail to
deliver in a timely manner. 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.
This concludes the Johnson Space CenterThis concludes the Johnson Space CenterPreproposal Bulletin for the BMSPreproposal Bulletin for the BMS
44