october 28, 2015 1. these slides are not to be interpreted as a comprehensive description of the...

44
October 28, 2015 October 28, 2015 1

Upload: meagan-blake

Post on 17-Jan-2016

212 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

October 28, 2015October 28, 2015

1

Page 2: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 3: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 4: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 5: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 6: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

[email protected]

6

Page 7: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 8: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 9: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 10: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 11: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 12: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

12

Office of Chief Financial Office and Office of Chief Financial Office and Office of Procurement OverviewOffice of Procurement Overview

Page 13: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 14: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 15: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

15

Overview of BMSOverview of BMSStatement of Work and Data Statement of Work and Data

Requirements DocumentRequirements Document

Page 16: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 17: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 18: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 19: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

19

Other Highlights of Anticipated Other Highlights of Anticipated RFP RFP Solicitation Number NNJ15554115RSolicitation Number NNJ15554115R

Page 20: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 21: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 22: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 23: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 24: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 25: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

• 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

Page 26: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

• 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

Page 27: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

27

Page 28: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 29: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 30: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 31: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

31

Labor RelationsLabor Relations

Guidelines for Responding to Labor Relations Guidelines for Responding to Labor Relations Requirements in the RFPRequirements in the RFP

Page 32: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft 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

Page 33: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 34: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 35: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 36: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 37: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 38: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 39: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 40: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 41: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 42: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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

Page 43: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

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.

Page 44: October 28, 2015 1.  These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP

This concludes the Johnson Space CenterThis concludes the Johnson Space CenterPreproposal Bulletin for the BMSPreproposal Bulletin for the BMS

44