prod.nais.nasa.gov  · web view(see npr 8715.3, nasa safety manual, ... volume iii shall be...

87
NNC14CH001R SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 350) RATING DO PAGE 1 OF 59 2. CONTRACT NO. 3. SOLICITATION NO. 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE NO. NNC14ZCH001R SEALED BID (IFB) NEGOTIATED (RFP) 11/20/2013 N/A 7. ISSUED BY CODE CHC 8. ADDRESS OFFER TO (If other than Item 7) DAVID S. ECCLESTON NASA Glenn Research Center 21000 Brookpark Road Mail Stop 60-1 Cleveland, Ohio 44135 NOTE: In sealed bid solicitations “offer” and “Offeror” mean “bid” and “bidder” SOLICITATION 9. Sealed offers in original and (See Section L.9) copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if hand carried, in the depository located in (See Section L.9) until 4:30 p.m. local time, on December 20, 2013 (Vol. II due December 13, 2013). CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L,. Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions contained in this solicitation. FINAL QUESTIONS for this RFP MUST BE RECIVED NO LATER THAN December 03, 2013 to receive an answer. 10. FOR A. NAME B. TELEPHONE NO. (NO COLLECT CALLS) C. EMAIL ADDRESS INFORMATION AREA CODE NUMBER EXT. CALL: David S. Eccleston (216) 433-2422 N/A [email protected] 11. TABLE OF CONTENTS (X) .SEC. DESCRIPTION PAGE(S) (X SEC. DESCRIPTION PAGE(S) PART I – THE SCHEDULE PART II – CONTRACT CLAUSES A SOLICITATION/CONTRACT FORM 2 I CONTRACT CLAUSES 13 B SUPPLIES OR SERVICES AND PRICES/COSTS 3 PART III – LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. C DESCRIPTION/SPECS./WORK STATEMENT 1 J LIST OF ATTACHMENTS 1 D PACKAGING AND MARKING 1 PART IV – REPRESENTATIONS AND INSTRUCTIONS E INSPECTION AND ACCEPTANCE 2 K REPRESENTATIONS, CERTIFICATIONS AND 3 F DELIVERIES OR PERFORMANCE 1 OTHER STATEMENTS OF OFFERORS G CONTRACT ADMINISTRATION DATA 3 L INSTRS., CONDS., AND NOTICES TO OFFERORS 13 H SPECIAL CONTRACT REQUIREMENTS 11 M EVALUATION FACTORS FOR AWARD 5 OFFER (Must be fully completed by Offeror) NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. 12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period is inserted by the Offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. 13. DISCOUNT FOR PROMPT PAYMENT (See Section I, clause No. 52.232-8) 10 CALENDAR DAYS % 20 CALENDAR DAYS % 30 CALENDAR DAYS % CALENDAR DAYS % 14. ACKNOWLEDGMENT OF AMENDMENTS (The Offeror AMENDMENT NO DATE AMENDMENT NO DATE acknowledges receipt of amendments to the SOLICITATION). For Offerors and related documents numbered and dated: 15. NAME AND CODE FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN ADDRESS OF OFFER (Type or print) OFFEROR 15B. TELEPHONE NO. 15C. CHECK IF REMITTANCE ADDRESS 17. SIGNATURE 18. OFFER DATE (Include area code) IS DIFFERENT FROM ABOVE – ENTER SUCH ADDRESS IN SCHEDULE AWARD (To be completed by Government) 1

Upload: vanthuy

Post on 12-Jan-2019

216 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

1

SOLICITATION, OFFER AND AWARD

1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 350)

RATINGDO

PAGE 1 OF 59

2. CONTRACT NO. 3. SOLICITATION NO. 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE NO.

NNC14ZCH001R SEALED BID (IFB) NEGOTIATED (RFP) 11/20/2013 N/A

7. ISSUED BY CODE CHC 8. ADDRESS OFFER TO (If other than Item 7)DAVID S. ECCLESTONNASA Glenn Research Center21000 Brookpark RoadMail Stop 60-1Cleveland, Ohio 44135

NOTE: In sealed bid solicitations “offer” and “Offeror” mean “bid” and “bidder”SOLICITATION

9. Sealed offers in original and (See Section L.9) copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if hand carried, in the depository located in (See Section L.9) until 4:30 p.m. local time, on December 20, 2013 (Vol. II due December 13, 2013).CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L,. Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions contained in this solicitation. FINAL QUESTIONS for this RFP MUST BE RECIVED NO LATER THAN December 03, 2013 to receive an answer.10. FOR A. NAME B. TELEPHONE NO. (NO COLLECT CALLS) C. EMAIL ADDRESSINFORMATION AREA CODE NUMBER EXT.CALL: David S. Eccleston (216) 433-2422 N/A [email protected]

11. TABLE OF CONTENTS(X) .SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S)

PART I – THE SCHEDULE PART II – CONTRACT CLAUSESA SOLICITATION/CONTRACT FORM 2 I CONTRACT CLAUSES 13B SUPPLIES OR SERVICES AND PRICES/COSTS 3 PART III – LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH.C DESCRIPTION/SPECS./WORK STATEMENT 1 J LIST OF ATTACHMENTS 1D PACKAGING AND MARKING 1 PART IV – REPRESENTATIONS AND INSTRUCTIONSE INSPECTION AND ACCEPTANCE 2 K REPRESENTATIONS, CERTIFICATIONS AND 3F DELIVERIES OR PERFORMANCE 1 OTHER STATEMENTS OF OFFERORSG CONTRACT ADMINISTRATION DATA 3 L INSTRS., CONDS., AND NOTICES TO OFFERORS 13H SPECIAL CONTRACT REQUIREMENTS 11 M EVALUATION FACTORS FOR AWARD 5

OFFER (Must be fully completed by Offeror)NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.12. In compliance with the above, the undersigned agrees, if this offer is accepted within       calendar days (60 calendar days unless a different period is inserted

by the Offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.

13. DISCOUNT FOR PROMPT PAYMENT(See Section I, clause No. 52.232-8)

10 CALENDAR DAYS     %

20 CALENDAR DAYS     %

30 CALENDAR DAYS     %

     CALENDAR DAYS     %

14. ACKNOWLEDGMENT OF AMENDMENTS (The Offeror AMENDMENT NO DATE AMENDMENT NO DATEacknowledges receipt of amendments to the SOLICITATION).                        For Offerors and related documents numbered and dated:                        15. NAME AND CODE       FACILITY       16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN

ADDRESS OF OFFER (Type or print)OFFEROR            

15B. TELEPHONE NO. 15C. CHECK IF REMITTANCE ADDRESS 17. SIGNATURE 18. OFFER DATE(Include area code) IS DIFFERENT FROM ABOVE – ENTER

      SUCH ADDRESS IN SCHEDULE      AWARD (To be completed by Government)

19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION                 

22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION 10 U.S.C. 2304(c) (     ) 41 U.S.C. 253(c) (     )

23. SUBMIT INVOICES TO ADDRESS SHOWN IN: (4 copies unless otherwise specified)

ITEMG.2

24. ADMINISTERED BY (If other than Item 7) CODE       25. PAYMENT WILL BE MADE BY CODE                 

26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE

Ronald W. Sepesi      (Signature of Contracting Officer)

IMPORTANT – Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.

NSN 7540-01-152-8064PREVIOUS EDITION NOT USABLE

33-133STANDARD FORM 33 (REV. 9-97)Prescribed by GSA

Page 2: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS

2

Page 3: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

B.1 SUPPLIES AND/OR SERVICES TO BE PROVIDED

The Contractor shall provide all resources (except as may be expressly stated in the contract as furnished by the Government) necessary to provide and/or perform the requirements delineated in the Statement of Work (SOW), incorporated in Section J, Attachment A and as further delineated in IDIQ service request issued under the contract. The prices shown in Attachment J-B.1 are the prices summarized below. The Contract Line Item Number (CLIN) structure is as follows:

CONTRACT LINE ITEM NUMBERS (CLINs)

CLIN DESCRIPTION PERIOD OF PERFORMANCE PRICE

001 BASE PERIOD 17 months

002 OPTION YEAR 1 * 12 months

003 OPTION YEAR 2 * 12 months

004 OPTION YEAR 3 * 12 months

005 OPTION YEAR 4 * 7 months

006

POTENTIAL SIX (6) MONTHS CONTRACT EXTENSION PER CLAUSE I.31 52.217-9 OPTION TO EXTEND THE

TERM OF THE CONTRACT

6 months

TOTAL FINAL PRICE

*Should the Government elect to exercise the option year*

(End of clause)

B.2 INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT REQUIREMENTS

This contract is a Firm Fixed price with an Indefinite Delivery Indefinite Quantity (IDIQ) component. Pursuant to the Federal Acquisition Regulation (FAR) Parts 16.501-2 and 16.504, the contract line item (CLINS 7-12) under this contract is defined as IDIQ. The contract provides for an indefinite quantity, within stated limits, of supplies or services that may be furnished during the contract period. Performance of services under (CLINS 7-12) shall be scheduled using work orders. As it pertains to the IDIQ work:

(a) The quantities of supplies and services specified in the Schedule are estimates only.

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause (I.89). The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum."

3

Page 4: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to GRC Lewis Field and or Plum Brook Station, Sandusky, Ohio

(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract 6 months after the end of the performance period.

(e) The total maximum dollar value of supplies or services to be acquired under the IDIQ component are set forth below:

Contract Maximum: The Firm Fixed Price IDIQ Work Orders issued under this contract shall not exceed a maximum of $660,000.00 for the contract period of performance. Not with standing the maximum IDIQ amount of $660,000.00, there is no obligation to issue in any amount. (Maximum is subject to change via H.14 Surge Clause).

IDIQ WORK ORDER

CLIN DESCRIPTION PERIOD OF PERFORMANCE PRICE

007 BASE PERIOD 17 months $ 170,000.00

008 OPTION YEAR 1 12 months $ 120,000.00

009 OPTION YEAR 2 12 months $ 120,000.00

010 OPTION YEAR 3 12 months $ 120,000.00

011 OPTION YEAR 4 7 months $ 70,000.00

012OPTION TO EXTEND THE

TERM OF THE CONTRACT 6 months $ 60,000.00

TOTAL MAXIMUM IDIQ $ 660,000.00

(End of clause)

B.5 FULLY BURDENED RATES FOR PRICING WORK ORDERS

(a) Firm Fixed Price Work Orders will be priced in accordance with Section H.12.

4

Page 5: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(End of clause)

[END OF SECTION]SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK

C.1 STATEMENT OF WORK

The Contractor shall provide all resources (except as may be expressly stated in the contract as furnished by the Government) necessary to deliver and/or perform the items or services below in accordance with the SOW titled “Janitorial Services” in Section J, Attachment A.

5

Page 6: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(End of clause)

[END OF SECTION]SECTION D - PACKAGING AND MARKING

6

Page 7: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

[END OF SECTION]SECTION E - INSPECTION AND ACCEPTANCE

E.1 52.246-4 INSPECTION OF SERVICES - FIXED-PRICE. (AUG 1996)

(a) Definition: Services, as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services.

7

Page 8: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires.

(c) The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work.

(d) If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties.

(e) If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by re-performance, the Government may -

(1) Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and

(2) Reduce the contract price to reflect the reduced value of the services performed.

(f) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may -

(1) By contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service; or

(2) Terminate the contract for default.

(End of clause)

E.2 1852.246-72 MATERIAL INSPECTION AND RECEIVING REPORT

As prescribed in 1846.674, insert the following clause:MATERIAL INSPECTION AND RECEIVING REPORT(AUGUST 2003) (a) At the time of each delivery to the Government under this contract, the Contractor shall furnish a Material Inspection and Receiving Report (DD Form 250 series) prepared in [Insert number of copies, including original] copies, an original and copies [Insert number of copies]. (b) The Contractor shall prepare the DD Form 250 in accordance with NASA FAR Supplement 1846.6. The Contractor shall enclose the copies of the DD Form 250 in the package or seal them in a waterproof envelope, which shall be securely attached to the exterior of the package in the most protected location. (c) When more than one package is involved in a shipment, the Contractor shall list on the DD Form 250, as additional information, the quantity of packages and the package numbers. The Contractor shall forward the DD Form 250 with the lowest numbered package of the shipment and print the words "CONTAINS DD FORM 250" on the package.(End of clause)

8

Page 9: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

[END OF SECTION]

SECTION F - DELIVERIES OR PERFORMANCE

F.1 LISTING OF CLAUSES INCORPORATED BY REFERENCE

NOTICE: The following contract clauses pertinent to this section are hereby incorporated by reference,

9

Page 10: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

with the same force and effect as if they were given in full text. Clauses incorporated by reference which require a fill-in by the Government include the text of the affected paragraph(s) only. This does not limit the clause to the affected paragraph(s). The contractor is responsible for understanding and complying with the entire clause. The full text of the clause is available at the addresses contained in clause 52.252-2, Clauses incorporated by Reference, of this contract.

l. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

CLAUSENUMBER DATE TITLE

52.242-15 AUG 1989 STOP-WORK ORDER

F.2 PERIOD OF PERFORMANCE

(a) The period of performance of this contract is as follows:

CLIN LENGTH PERIOD OF PERFORMANCE001

Base Period 17 monthsThe period of performance shall be 17 months from the effective date of the contract.

002Option Period 1 12 months

The period of performance shall be extended to 29 months from the effective date of the contract, should the Government elect to exercise this option.

003Option Period 2 12 months

The period of performance shall be extended to 41 months from the effective date of the contract, should the Government elect to exercise this option.

004Option Period 3 12 months

The period of performance shall be extended to 53 months from the effective date of the contract, should the Government elect to exercise this option.

005Option Period 4 7 months

The period of performance shall be extended to 60 months from the effective date of the contract, should the Government elect to exercise this option.

006Option Period 5 6 months

The period of performance shall be extended to 66 months from the effective date of the contract, should the Government elect to exercise this option.

(b) In addition, each Work Order issued will identify a specific period of performance. Issuance of Work Orders will not occur beyond the current contract expiration date. Performance of all Work Orders issued before the end of the period of performance shall not exceed 6 months beyond the contract period of performance.

[END OF SECTION]SECTION G – CONTRACT ADMINISTRATION DATA

G.1 1852.245-71 Installation-accountable Government property. (JAN 2011)

(a) The Government property described in paragraph (c) of this clause may be made available to the Contractor on a no-charge basis for use in performance of this contract. This property shall be utilized only within the physical confines of the NASA installation that provided the property unless authorized

10

Page 11: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

by the Contracting Officer under (b)(1)(iv). Under this clause, the Government retains accountability for, and title to, the property, and the Contractor shall comply with the following:

“See NASA Procedural Requirements (NPR) 4200.1, "NASA Equipment Management Procedural Requirements", NPR 4200.2, "NASA Equipment Management User's Guide for Property Custodians", NPR 4300.1, "NASA Personal Property Disposal", and NPR 4310.4, "Identification and Disposition of NASA Artifacts", for applicable user responsibilities.”

Property not recorded in NASA property systems must be managed in accordance with the requirements of the clause at FAR 52.245-1, as incorporated in this contract. The Contractor shall establish and adhere to a system of written procedures to assure continued, effective management control and compliance with these user responsibilities. In accordance with FAR 52.245-1(h)(1) the contractor shall be liable for property lost, damaged, destroyed or stolen by the contractor or their employees when determined responsible by a NASA Property Survey Board, in accordance with the NASA guidance in this clause.

(b)(1) The official accountable recordkeeping, financial control, and reporting of the property subject to this clause shall be retained by the Government and accomplished within NASA management information systems prescribed by the installation Supply and Equipment Management Officer (SEMO) and Financial Management Officer. If this contract provides for the Contractor to acquire property, title to which will vest in the Government, the following additional procedures apply:

(i) The Contractor's purchase order shall require the vendor to deliver the property to the installation central receiving area.

(ii) The Contractor shall furnish a copy of each purchase order, prior to delivery by the vendor, to the installation central receiving area.

(iii) The Contractor shall establish a record for Government titled property as required by FAR 52.245-1, as incorporated in this contract, and shall maintain that record until accountability is accepted by the Government.

(iv) Contractor use of Government property at an off-site location and off-site subcontractor use requires advance approval of the Contracting Officer and notification of the Industrial Property Officer. The property shall be considered Government furnished and the Contractor shall assume accountability and financial reporting responsibility. The Contractor shall establish records and property control procedures and maintain the property in accordance with the requirements of FAR 52.245-1, Government Property (as incorporated in this contract), until its return to the installation. NASA Procedural Requirements related to property loans shall not apply to offsite use of property by contractors.

(2) After transfer of accountability to the Government, the Contractor shall continue to maintain such internal records as are necessary to execute the user responsibilities identified in paragraph (a) of this clause and document the acquisition, billing, and disposition of the property. These records and supporting documentation shall be made available, upon request, to the SEMO and any other authorized representatives of the Contracting Officer.

(c) The following property and services are provided if checked:

(1) Office space, work area space, and utilities. Government telephones are available for official purposes only: √

(2) Office furniture: √

11

Page 12: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(3) Property listed in ATTACHMENT G: √

(i) If the Contractor acquires property, title to which vests in the Government pursuant to other provisions of this contract, this property also shall become accountable to the Government upon its entry into Government records.

(ii) The Contractor shall not bring to the installation for use under this contract any property owned or leased by the Contractor, or other property that the Contractor is accountable for under any other Government contract, without the Contracting Officer's prior written approval.

(4) Safety and fire protection for Contractor personnel and facilities: √

(5) Medical treatment of a first-aid nature for Contractor personnel injuries or illnesses sustained during on-site duty: √

(6) Cafeteria privileges for Contractor employees during normal operating hours: √

(7) Building maintenance for facilities occupied by Contractor personnel: √

(End of clause)

G.2 LISTING OF CLAUSES INCORPORATED BY REFERENCE

NOTICE: The following contract clauses pertinent to this section are hereby incorporated by reference, with the same force and effect as if they were given in full text. Clauses incorporated by reference which require a fill-in by the Government include the text of the affected paragraph(s) only. This does not limit the clause to the affected paragraph(s). The contractor is responsible for understanding and complying with the entire clause. The full text of the clause is available at the addresses contained in clause 52.252-2, Clauses incorporated by Reference, of this contract.

l. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

CLAUSENUMBER DATE TITLE

NONE

ll. NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) CLAUSES

CLAUSENUMBER DATE TITLE 1852.245-74 JAN 2011 IDENTIFICATION AND MARKING OF GOVERNMENT

EQUIPMENT1852.245-76 JAN 2011 GOVERNMENT PROPERTY FURNISHED PURSUANT

TO FAR 52.245-11852.245-82 JAN 2011 OCCUPANCY MANAGEMENT REQUIREMENTS

12

Page 13: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

[END OF SECTION]SECTION H - SPECIAL CONTRACT REQUIREMENTS

H.1 1852.223-70 Safety and Health.

As prescribed in 1823.7001(a), insert the following clause:SAFETY AND HEALTH

(APRIL 2002)

13

Page 14: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(a) Safety is the freedom from those conditions that can cause death, injury, occupational illness, damage to or loss of equipment or property, or damage to the environment. NASA’s safety priority is to protect: (1) the public, (2) astronauts and pilots, (3) the NASA workforce (including contractor employees working on NASA contracts), and (4) high-value equipment and property. (b) The Contractor shall take all reasonable safety and occupational health measures in performing this contract. The Contractor shall comply with all Federal, State, and local laws applicable to safety and occupational health and with the safety and occupational health standards, specifications, reporting requirements, and any other relevant requirements of this contract. (c) The Contractor shall take, or cause to be taken, any other safety, and occupational health measures the Contracting Officer may reasonably direct. To the extent that the Contractor may be entitled to an equitable adjustment for those measures under the terms and conditions of this contract, the equitable adjustment shall be determined pursuant to the procedures of the changes clause of this contract; provided, that no adjustment shall be made under this Safety and Health clause for any change for which an equitable adjustment is expressly provided under any other clause of the contract. (d) The Contractor shall immediately notify and promptly report to the Contracting Officer or a designee any accident, incident, or exposure resulting in fatality, lost-time occupational injury, occupational disease, contamination of property beyond any stated acceptable limits set forth in the contract Schedule; or property loss of $25,000 or more, or Close Call (a situation or occurrence with no injury, no damage or only minor damage (less than $1,000) but possesses the potential to cause any type mishap, or any injury, damage, or negative mission impact) that may be of immediate interest to NASA, arising out of work performed under this contract. The Contractor is not required to include in any report an expression of opinion as to the fault or negligence of any employee. In addition, service contractors (excluding construction contracts) shall provide quarterly reports specifying lost-time frequency rate, number of lost-time injuries, exposure, and accident/incident dollar losses as specified in the contract Schedule. (e) The Contractor shall investigate all work-related incidents, accidents, and Close Calls, to the extent necessary to determine their causes and furnish the Contracting Officer a report, in such form as the Contracting Officer may require, of the investigative findings and proposed or completed corrective actions. (f)(1) The Contracting Officer may notify the Contractor in writing of any noncompliance with this clause and specify corrective actions to be taken. When the Contracting Officer becomes aware of noncompliance that may pose a serious or imminent danger to safety and health of the public, astronauts and pilots, the NASA workforce (including contractor employees working on NASA contracts), or high value mission critical equipment or property, the Contracting Officer shall notify the Contractor orally, with written confirmation. The Contractor shall promptly take and report any necessary corrective action. (2) If the Contractor fails or refuses to institute prompt corrective action in accordance with subparagraph (f)(1) of this clause, the Contracting Officer may invoke the stop-work order clause in this contract or any other remedy available to the Government in the event of such failure or refusal. (g) The Contractor (or subcontractor or supplier) shall insert the substance of this clause, including this paragraph (g) and any applicable Schedule provisions and clauses, with appropriate changes of designations of the parties, in all solicitations and subcontracts of every tier, when one or more of the following conditions exist: (1) The work will be conducted completely or partly on premises owned or controlled by the Government. (2) The work includes construction, alteration, or repair of facilities in excess of the simplified acquisition threshold. (3) The work, regardless of place of performance, involves hazards that could endanger the public, astronauts and pilots, the NASA workforce (including Contractor employees working on NASA contracts), or high value equipment or property, and the hazards are not adequately addressed by Occupational Safety and Health Administration (OSHA) or Department of Transportation (DOT) regulations (if applicable).

14

Page 15: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(4) When the Contractor (or subcontractor or supplier) determines that the assessed risk and consequences of a failure to properly manage and control the hazard(s) warrants use of the clause. (h) The Contractor (or subcontractor or supplier) may exclude the provisions of paragraph (g) from its solicitation(s) and subcontract(s) of every tier when it determines that the clause is not necessary because the application of the OSHA and DOT (if applicable) regulations constitute adequate safety and occupational health protection. When a determination is made to exclude the provisions of paragraph (g) from a solicitation and subcontract, the Contractor must notify and provide the basis for the determination to the Contracting Officer. In subcontracts of every tier above the micro-purchase threshold for which paragraph (g) does not apply, the Contractor (or subcontractor or supplier) shall insert the substance of paragraphs (a), (b), (c), and (f) of this clause). (i) Authorized Government representatives of the Contracting Officer shall have access to and the right to examine the sites or areas where work under this contract is being performed in order to determine the adequacy of the Contractor's safety and occupational health measures under this clause. (j) The contractor shall continually update the safety and health plan when necessary. In particular, the Contractor shall furnish a list of all hazardous operations to be performed, and a list of other major or key operations required or planned in the performance of the contract, even though not deemed hazardous by the Contractor. NASA and the Contractor shall jointly decide which operations are to be considered hazardous, with NASA as the final authority. Before hazardous operations commence, the Contractor shall submit for NASA concurrence -- (1) Written hazardous operating procedures for all hazardous operations; and/or (2) Qualification standards for personnel involved in hazardous operations.

(End of clause)

H.2 1852.223-73  SAFETY AND HEALTH PLAN

As prescribed in 1823.7001(c), insert the following provision:SAFETY AND HEALTH PLAN

(NOVEMBER 2004) (a) The offeror shall submit a detailed safety and occupational health plan as part of its proposal(see NPR 8715.3, NASA Safety Manual, Appendices). The plan shall include a detailed discussion of the policies, procedures, and techniques that will be used to ensure the safety and occupational health of Contractor employees and to ensure the safety of all working conditions throughout the performance of the contract. (b) When applicable, the plan shall address the policies, procedures, and techniques that will be used to ensure the safety and occupational health of the public, astronauts and pilots, the NASA workforce (including Contractor employees working on NASA contracts), and high-value equipment and property. (c) The plan shall similarly address subcontractor employee safety and occupational health for those proposed subcontracts that contain one or more of the following conditions:

(1) The work will be conducted completely or partly on premises owned or controlled by the government.

(2) The work includes construction, alteration, or repair of facilities in excess of the simplified acquisition threshold.

(3) The work, regardless of place of performance, involves hazards that could endanger the public, astronauts and pilots, the NASA workforce (including Contractor employees working on NASA contracts), or high value equipment or property, and the hazards are not adequately addressed by Occupational Safety and Health Administration (OSHA) or Department of Transportation (DOT) regulations (if applicable).

15

Page 16: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(4) When the assessed risk and consequences of a failure to properly manage and control the hazards warrants use of the clause.(d) This plan, as approved by the Contracting Officer, will be included in any resulting contract.

(End of provision)

ALTERNATE I(NOVEMBER 2004)

As prescribed in 1823.7001(c), delete the first sentence in paragraph (a) of the basic provision and substitute the following:

The apparent low bidder, upon request by the Contracting Officer, shall submit a detailed safety and occupational health plan (see NPR 8715.3, NASA Safety Manual, Appendices). The plan shall be submitted within the time specified by the Contracting Officer. Failure to submit an acceptable plan shall make the bidder ineligible for the award of a contract.

H.3 Safety and Health Plan – GRC Supplemental Requirements to 1852.223-73 (SEP 2011)

The Contractor’s initial Safety and Health Plan, as submitted with its proposal in accordance with solicitation requirements, is hereby incorporated by reference. The Contractor shall submit a final, detailed, site specific Safety and Health Plan to the Contracting Officer (CO) within 30 days of contract award for concurrence by the GRC Safety, Health and Environmental Division (SHED), and approval by the CO. The CO will notify the Contractor in writing when its final Safety and Health Plan has been approved. Upon approval, the final Safety and Health Plan replaces the initial plan incorporated by reference in the contact, and the Contractor shall comply with the requirements of the final Safety and Health Plan.

(End of Clause)

H.4 1852.223-75 MAJOR BREACH OF SAFETY OR SECURITY. (FEB 2002)

(a) Safety is the freedom from those conditions that can cause death, injury, occupational illness, damage to or loss of equipment or property, or damage to the environment. Safety is essential to NASA and is a material part of this contract. NASA's safety priority is to protect: (1) the public; (2) astronauts and pilots; (3) the NASA workforce (including contractor employees working on NASA contracts); and (4) high-value equipment and property. A major breach of safety may constitute a breach of contract that entitles the Government to exercise any of its rights and remedies applicable to material parts of this contract, including termination for default. A major breach of safety must be related directly to the work on the contract. A major breach of safety is an act or omission of the Contractor that consists of an accident, incident, or exposure resulting in a fatality or mission failure; or in damage to equipment or property equal to or greater than $1 million; or in any "willful" or "repeat" violation cited by the Occupational Safety and Health Administration (OSHA) or by a state agency operating under an OSHA approved plan.

(b) Security is the condition of safeguarding against espionage, sabotage, crime (including computer crime), or attack. A major breach of security may constitute a breach of contract that entitles the Government to exercise any of its rights and remedies applicable to material parts of this contract, including termination for default. A major breach of security may occur on or off Government installations, but must be related directly to the work on the contract. A major breach of security is an act or omission by the Contractor that results in compromise of classified information, illegal technology transfer, workplace violence resulting in criminal conviction, sabotage, compromise or denial of information technology services, equipment or property damage from vandalism greater than $250,000, or theft greater than $250,000.

16

Page 17: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(c) In the event of a major breach of safety or security, the Contractor shall report the breach to the Contracting Officer. If directed by the Contracting Officer, the Contractor shall conduct its own investigation and report the results to the Government. The Contractor shall cooperate with the Government investigation, if conducted.

(End of clause)

H.5 1852.225-70 EXPORT LICENSES. (FEB 2000)

(a) The Contractor shall comply with all U.S. export control laws and regulations, including the International Traffic in Arms Regulations (ITAR), 22 CFR Parts 120 through 130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 799, in the performance of this contract. In the absence of available license exemptions/exceptions, the Contractor shall be responsible for obtaining the appropriate licenses or other approvals, if required, for exports of hardware, technical data, and software, or for the provision of technical assistance.

(b) The Contractor shall be responsible for obtaining export licenses, if required, before utilizing foreign persons in the performance of this contract, including instances where the work is to be performed on-site at [insert name of NASA installation], where the foreign person will have access to export-controlled technical data or software.

(c) The Contractor shall be responsible for all regulatory record keeping requirements associated with the use of licenses and license exemptions/exceptions.

(d) The Contractor shall be responsible for ensuring that the provisions of this clause apply to its subcontractors.

(End of clause)

H.6 APPLICABLE WAGE DETERMINATIONIn accordance with the Service Contract Act (I.48), Wage Determination No: CBA-2013-6310 dated 11/12/2013 is hereby incorporated into this contract.

H.7 GRC 52.204-96 PERSONAL IDENTITY VERIFICATION (PIV) CARD ISSSUANCE PROCEDURES (AUG 2006)

"PIV Card Issuance Procedures", posted on the World Wide Web at http://www.grc.nasa.gov/WWW/Procure/PIVCardIssuanceProcedures.doc, are incorporated herein by reference and made a part hereof.

These PIV Card Issuance Procedures are in accordance with FAR clause 52.204-9, "Personal Identity Verification of Contractor Personnel" and NASA Procurement Information Circular (PIC) 06-01 entitled "Personal Identity Verification of Contractors," dated January 18, 2006.

(End of clause)H.8 GRC 52.209-90 CONTRACTORS' DUTIES AND RESPONSIBILITIES ON-SITE (APRIL 2013)

(a) BADGES AND PASSES

(i) Badge and Pass Issuance

17

Page 18: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

Support Service Contractor personnel having a need to enter areas of the Glenn Research Center Lewis Field or Plum Brook Station shall have an identification badge or pass. This badge or pass shall be obtained at the Badge Control Office or Visitor Control Office located at the Main Gate of either Lewis Field or Plum Brook Station.

(1) Permanent Badge (Personal Identify Verification (PIV) Credential) Requirements

a. It is recommended that the contractor complete the new employee hiring process at least 10 work days prior to the employee’s start date.b. Upon the selection of a new employee, the contractor’s Human Resource (HR) representative shall create an identity in the Identity and Access Management Tool (IdMAX). c. The contractor’s HR representative shall also complete NASA Form 1760, Position Risk Designation for Non-NASA Employee and NASA-C-1760, Position Risk Designation Cover sheet. Once completed, both forms shall be signed by the NASA COTR and sent to the Office of Protective Services POC for Non-Government Investigations. d. At the time of the Center visit or the Entry-on-Duty appointment, the new employee shall complete the Enroll for PIV credential process at the Main Gate Badge Control Office. e. During this activity the new employee shall provide verification of their identity by providing two forms of I-9 documentation and fingerprints. f. Upon Entry-on-Duty, the employee shall be issued a temporary credential (badge) for access to the Center until a Permanent Credential (badge) is created.

Please reference the GRC Office of Protective Services web site for the Permanent Support Service Contractor (SSC) New Hire Identity Creation Process (https://security.grc.nasa.gov/im_ssc_new_hire.cfm), and for additional information.

(2) Temporary Pass Requirements

• Short Term Visitors (1-29 days) shall receive a Visitor Pass. Please reference the GRC Office of Protective Services web site (https://security.grc.nasa.gov/form_visit_information.cfm) to complete the on-line visitor request form.

• NASA GRC Service and Vendor Personnel shall receive a Service / Vendor Personnel Pass which will allow only physical access to NASA GRC. Please reference the GRC Office of Protective Services web site (https://security.grc.nasa.gov/crm_grc_serv_vend_pers.cfm) for complete information.

The contractor shall ensure that, for badging purposes, each contractor employee is in possession of NASA Form C-9975 (Construction Contractor Registration & ID Badge), prior to reporting to work. Contractor employees not in possession of the above mentioned form will be delayed at the gate until the contractor supervisor/foreman or that individual’s representative reports to the Main Gate with the appropriate paperwork for badging

• Temporary workers are defined as those employees that are on Center for more than 29 days and less than 180 days. Please reference the GRC Office of Protective Services web site (https://security.grc.nasa.gov/crm_temporary_worker.cfm) for complete information.

All lost or stolen badges or passes shall be reported immediately to the GRC Office of Protective Services.

18

Page 19: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(ii) Employee Separation

(1) When an employee terminates and/or resigns employment, the contractor shall issue to the employee NASA Form C-10087, Non-NASA Separation Clearance Record. The contractor shall be responsible for making an inquiry of all offices listed on the form to see if the employee has any outstanding Government items. The employee shall then take this form to all offices that list he/she as having outstanding items. The employee's last stop is for the return of their Government issued I.D. badge. The contractor is also required to send a notice to the [email protected] within 1 day of employees' separation.

(2) The contractor shall ensure that the terminated and/or resigned employee has returned his/her badge to the Main Gate Badge Clerk. Final clearance of a contractor upon completion of a contract will depend in part upon accounting for all badges issued to employees during the performance of the contract. Security badges are Government property and any alteration or misuse of these badges may be prosecuted as a violation of Section 499, Title 18, U.S. Code.

(3) The contractor's on-site manager shall comply with the Badge and Property Regulations (NASA Form C-421), a copy of which will be given to the contractor's supervisors at the time of the Construction Site Showing.

(4) Upon termination of duties, each employee's badge will be collected and returned to the Main Gate by the contractor. Final clearance of a contractor upon completion of a contract will depend in part upon the accounting for all badges issued to employees during the performance of the contract. Security badges are Government property and any alteration or misuse of these badges may be prosecuted as a violation of Section 499, Title 18, U.S. Code.

(b) PERSONNEL LOCATION AND IDENTIFICATION The contractor shall:(1) Ensure that office space occupied by its personnel is clearly labeled with the name of the company.

(2) Ensure, to the extent practicable, that external correspondence signed by its personnel is on company letterhead. Internal correspondence, including e-mail and memoranda, must include the name of the company in the signature line or in another clearly identifiable location.

(3) Ensure that its onsite personnel, when receiving or placing telephone calls, identify their employer, in addition to whatever other appropriate greeting is used.

(4) When participating in meetings with Government and/or other contractor personnel, ensure that its personnel properly identify themselves as contractor employees so that their actions will not be construed as acts of Government officials.

(c) EMERGENCY PREPAREDNESS(1) Emergencies are defined as incidents involving serious personal injury or damage, incidents that cause possible hazardous conditions, or incidents that require immediate attention of the Plant Protection Department or Security. The contractor shall ensure that its employees are informed that Emergency, Fire, Medical, Safety, and Security assistance can be summoned by Dialing "911" on the Center's PABX telephone system.

(2) For incidents not classified as an emergency, contractor personnel shall be instructed to

19

Page 20: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

immediately notify the Contracting Officer's Representative (COR) (rather than dialing "911").

(3) In the event of any accident investigation activity, the contactor shall cooperate fully with the Government Accident Investigator and the Center Accident Investigation Board. This cooperation shall include interviews at the accident site and/or at a Board meeting.

(4) The contractor shall provide written guidance to its employees in the event of an emergency, an incident other than an emergency, a Center closure, a building closure, a fire alarm, or tornado alarm. The contractor is encouraged to include in this guidance pre-established instructions, when feasible, to employees such that unnecessary delays and confusion may be avoided by employees who may otherwise be awaiting management instructions. For example, the contractor is encouraged to address what actions employees should immediately take in the event of fire, building closure, Center closure (i.e. late Center opening or early center dismissal) for snow or other causes.

(d) TRAFFIC The contractor agrees to comply, and agrees to require that all of its personnel will comply with all posted traffic signs, signals and instructions of personnel assigned for traffic control and parking purposes and with the provisions of the NASA Glenn Research Center Safety Manual (GLM-QSA-1700.1), Chapter 19, Vehicle & Pedestrian Safety, incorporated herein by reference and made a part hereof.

(e) PROHIBITION OF FIREARMS Firearms or weapons of any kind are strictly prohibited at the Glenn Research Center.

(f) SECURITY INCIDENTSTheft of Property, Bomb threats, malicious damage and any other threat or violent situations shall be immediately reported to the GRC Office of Protective Services.

(g) AFTER-HOUR ACCESSDuring normal working hours, 6:00 a.m. to 6:00 p.m. Monday through Friday, the guards at the gates will permit contractor entrance and departure. At any other time, advance clearance is required. Advance clearance may be obtained through the Glenn/Plum Brook COR, who will make the request to the Main Gate Officer (PABX 3-2204 at Glenn and 3-3221 at Plum Brook). After-hour clearances, as approved by the COR, are certification to the guards as authority for admittance of a contractor during off hours, including Saturdays, Sundays, and Holidays. This procedure ONLY applies to temporary contractors who are on-site at Glenn for 1 - 179 days within 365 day timeframe and are issued temporary badges(non-smartcard credentials) NOTE: Per Plum Brook management ALL Plum Brook Station employees are required to follow the after-hour access procedures.

(h) GOVERNMENT PROPERTY ACCOUNTABILITY(1) Government property and material is subject to the requirements of Federal Acquisition Regulation (FAR) Part 45 and NASA FAR Supplement (NFS) Part 1845. All NASA contractors are required to follow all applicable FAR and NFS regulations as well as applicable NASA Directives. Removal of NASA property from GRC and Plum Brook Station without prior authorization is strictly prohibited and is subject to denial of Center access and criminal prosecution. Contractors shall ensure that their employees are familiar with the requirements of the contract with regard to Government Property, including the disposal and removal of scrap and residual materials. The removal of scrap and residual job materials from GRC requires written approval from the NASA COR or authorized representative. The appropriate documentation must be completed and signed by the COR or authorized representative before exiting the Center. Each driver is required to surrender the completed documentation to the security officer at the security control point upon departure. Each vehicle is then subject to inspection prior to

20

Page 21: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

departure from the Center to check the contents of the respective vehicle against the information listed on the documentation authorizing removal of the property.

(2) In addition to the above, Municipal Waste, Recyclables, and Hazardous Materials must also be properly disposed of utilizing the appropriate containers and collection points for each type of scrap and residual material. Failure to adhere to the proper disposal of these materials or unauthorized use of municipal waste or recycling containers may result in the denial of Center access and possible civil or criminal prosecution for the offender.

(3) Property movement and disposal shall be coordinated through the Logistic and Technical Information Division’s (LTID) Supply and Equipment Management Officer/Property Disposal Officer in accordance with the requirements in NASA Policy Document (NPD) 4200.1, Equipment Management, NPD 4300.1, NASA Personal Property Disposal Policy, NPR 4200.1, NASA Equipment Management Procedural Requirements, and NPR 4300.1, NASA Personal Property Disposal.

(4) Questions concerning the proper removal and disposal of property, scrap, waste or other residual job materials should be forwarded to the NASA COR, or the GRC Supply and Equipment Management Officer (SEMO).

(End of Clause)

H.9 SUBMISSION OF INVOICES FOR PAYMENT – Fixed Price

A.  All invoices shall include a reference to the number of this contract.  

B.  Invoices shall be submitted on a monthly basis. Invoices shall include the prices for routine services and completed IDIQ work orders, and shall include a listing and schedule that separately identifies each billed work order, by work order number and amount.

C. These invoices shall be submitted to:

NASA Shared Services Center Financial Management Division – Accounts PayableBldg.1111, C. RoadStennis Space Center, MS 39529Email:  [email protected]:  866-209-5415

This is the designated billing office for fixed-price invoices for purposes of the Prompt Payment clause of this contract.

D. In the event that amounts are withheld from payment in accordance with provisions of this contract, a separate invoice for the amount withheld will be required before payment for that amount may be made. 

H.10 OBSERVANCE OF LEGAL HOLIDAYS (NFS 1852.242-72) (AUG 1992)ALTERNATE I (SEP 1989) AND ALTERNATE II (OCT 2000)GRC MODIFICATION FOR FIXED-PRICE CONTRACTS (OCT 2000)

(a) The on-site Government personnel observe the following listed days as holidays:

21

Page 22: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(1) New Year's Day; (2) Martin Luther King Jr's Birthday; (3) President's Day; (4) Memorial Day;

(5) Independence Day; (6) Labor Day; (7) Columbus Day; (8) Veteran's Day; (9) Thanksgiving Day

(10) Christmas Day; (11) Any other Day designated by Federal Statute, Executive Order, or the President's proclamation (b) When any holiday falls on a Saturday, the preceding Friday is observed. When any holiday falls on a Sunday, the following Monday is observed. Observance of such days by Government personnel shall not by itself be cause for an additional period of performance, or entitlement of compensation except as set forth within the contract.

(c) On-site personnel assigned to this contract shall not be granted access to the Center during the holidays in paragraph (a) of the clause, except as follows: the Contractor shall provide sufficient on-site personnel to perform round-the-clock requirements of critical work already in process, unless otherwise instructed by the Contracting Officer or authorized representative. If the Contractor's on-site personnel work during a holiday other than those in paragraph (a) above, no form of holiday or other premium compensation will be paid. However, this does not preclude reimbursement for authorized overtime work that would have been overtime regardless of the status of the day as a holiday.

(d) The Contractor shall place identical requirements, including this paragraph, in all subcontracts that require performance of work on-site, unless otherwise instructed by the Contracting Officer.

(e) When the Center grants administrative leave to its Government employees (e.g. as a result of inclement weather, potentially hazardous conditions, or other special circumstances), contractor personnel working on-site should also be dismissed. However, the Contractor shall provide sufficient on-site personnel to perform round-the-clock requirements of critical work already in process, unless otherwise instructed by the Contracting Officer or authorized representative.

(f) Whenever administrative leave is granted to Contractor personnel pursuant to paragraph (e) of this clause, it shall be without loss to the Contractor. The cost of salaries and wages to the Contractor for the period of any such excused absence, to the extent that they were omitted from the price of the contract, shall be subject to negotiations between the Parties. If agreement cannot be reached, the matter shall be considered a dispute within the meaning of the clause entitled "Disputes" and the procedures set forth therein shall apply. In no event shall such excused absences entitle the Contractor to additional profit or fee under this contract.

End of clause)

H.11 EMERGENCY PREPAREDNESS AND RESPONSE (SEPTEMBER 2007)

(a) The Contractor’s obligation may include resolution of unusual or emergency situations. The Contractor may be required to assist NASA, within the general scope of work, but in currently unidentified ways, in preparation for, or in response to emergencies.

(b) Obligations under this requirement shall only arise when one or more of the criteria at FAR 18.001, enabling NASA to utilize “Emergency Acquisition Flexibilities”, are met.

(c) If the emergency preparedness and response requirements result in changes to the contract, all contract adjustments will be processed in accordance with the Changes clause of this contract.

22

Page 23: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

H.12 WORK ORDER PRICING

In preparing the Work Order Pricing, the Parties hereby agree to use the fully burdened labor rates listed in the proposal, or lower, as the basis for establishing the estimated price of individual orders, together with any other direct costs specific to the Work Order. The labor categories and degree of work effort proposed when estimating each Work Order must accurately reflect what the contractor reasonable believes is required to successfully complete the effort. Work orders shall be issued on a firm fixed price basis.

(End of Clause)

H.13 WASTE REDUCTION REPORTING (JUNE 2008)

In addition to the requirements of FAR clause 52.223-10, Waste Reduction Program, the Contractor shall submit an annual report for all operations and facilities covered by this contract about its program to promote and implement cost effective waste reduction and affirmative procurement programs required by 42 U.S.C. 6962 for all products designated in EPA’s Comprehensive Procurement Guideline (40 CFR Part 247). Both the FAR 23.404(b) and NPG 8830.01 require that Government purchases of EPA-designated items contain the specified amount of recovered materials unless a request for waiver or justification documentation has been processed. The reporting period shall be from October 1 of each year through September 30 of the following year. The report shall be submitted December 15. The report shall be submitted at the address listed at http://netsdata.grc.nasa.gov . Copies of the report shall also be provided to the Contracting Officer and the GRC Environmental Management Branch. The Contractor’s programs shall comply with applicable Federal, State, and local requirements, NASA Environmental policy, and the NASA Glenn Research Center Environmental Program Manual, specifically including Section 6002 of the Resource Conservation and Recovery Act (42 U.S.C. 6962, et seq.) and implementing regulations (40 CFR Part 247). A complete listing of all categories and products designated in EPA’s Comprehensive Procurement Guideline can be found at http://www.epa.gov/cpg/products.htm .

H.14 SURGE CLAUSE

The Government reserves the right to increase the maximum IDIQ contract amount outlined in B.2 by 20% during the performance period of this contract.

H.15 PRICE DEDUCTION FOR NON-SATISFACTORY WORK PERFORMANCE

The Government reserves the right to deduct from monthly invoices an amount as indicated in attachment I for non-satisfactory performance of work.

H. 16 PRICE CREDIT FOR REDUCTION OF WORK SCOPE

As provided in the contract clause entitled “Changes”, the Government reserves the right to reduce the services to be provided under this contract. Such a reduction will be for the items and amounts included in Attachment J-B.1 of the proposal, which is hereby included in the contract by reference. H. 17 WAGE DETERMINATION

As provided under the Service Contract Act (I.48) WAGE DETERMINATION CBA-2013-6310 is applicable to this contract. The contractor shall comply with all requirement of the Service Contract Act in performance of this contract.

23

Page 24: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

[END OF SECTION]

24

Page 25: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

SECTION I - CONTRACT CLAUSES

I.1 52.202-1 DEFINITIONS. (JAN 2012)

I.2 52.203-3 GRATUITIES. (APR 1984)

I.3 52.203-5 COVENANT AGAINST CONTINGENT FEES. (APR 1984)

I.4 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT. (SEP 2006)

I.5 52.203-7 ANTI-KICKBACK PROCEDURES. (OCT 2010)

I.6 52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY. (JAN 1997)

I.7 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY. (JAN 1997)

I.8 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS. (OCT 2010)

I.9 52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT. (APR 2010)

I.10 52.203-14 DISPLAY OF HOTLINE POSTER(S). (DEC 2007)

I.11 52.204-2 SECURITY REQUIREMENTS. (AUG 1996)

I.12 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER. (MAY 2011)

I.13 52.204-7 SYSTEM FOR AWARD MANAGEMENT. (JUL 2013)

I.14 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL. (JAN 2011)

I.15 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS. (JUL 2013)

I.16 52.204-12 DATA UNIVERSAL NUMBERING SYSTEM MAINTENANCE (DEC 2012)

I.17 52.204-13 SYSTEM FOR AWARD MANAGEMENT (DEC 2012)

I.18 52.207-3 RIGHT OF FIRST REFUSAL OF EMPLOYMENT. (MAY 2006)

I.19 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT. (AUG 2013)

I.20 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013)

25

Page 26: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

I.21 52.215-2 AUDIT AND RECORDS - NEGOTIATION. (OCT 2010)

I.22 52.215-8 ORDER OF PRECEDENCE—UNIFORM CONTRACT FORMAT (OCT 97)

I.23 52.215-19 NOTIFICATION OF OWNERSHIP. (OCT 1997)

I.24 52.215-23 LIMITATIONS ON PASS-THROUGH CHARGES. (OCT 2009)

I.25 52.216-24 LIMITATION OF GOVERNMENT LIABILITY. (APR 1984)

I.26 52.216-25 CONTRACT DEFINITATION. (OCT 2010)

I 27/28/29 RESERVED

I.30 52.217-8 OPTION TO EXTEND SERVICES (NOV 99) – CLIN 6

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days before the contract expires.

(End of clause)

I.31 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and six (6) months.

(End of clause)

I.32 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011)Notice of Total Small Business Set-Aside (June 2003)

(a) Definition. “Small business concern,” as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation.(b) General.(1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected.(2) Any award resulting from this solicitation will be made to a small business concern.(c) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or

26

Page 27: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts.

(End of clause)

I.33 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS. (JUL 2013)

I.34-36 RESERVED

I.37 52.222-1NOTICE TO THE GOVERNMENT OF LABOR DISPUTES. (FEB 1997)

I.38 52.222-3 CONVICT LABOR. (JUN 2003)

I.39 52.222-4 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT-OVERTIME COMPENSATION. (JUL 2005)

I.40 52.222-17 NONDISPLACEMENT OF QUALIFIED WORKERS. (JAN 2013)

I.41 52.222-21 PROHIBITION OF SEGREGATED FACILITIES. (FEB 1999)

I.42 52.222-26 EQUAL OPPORTUNITY. (MAR 2007)

I.43 52.222-29 NOTIFICATION OF VISA DENIAL. (JUN 2003) I.44 52.222-35 EQUAL OPPORTUNITY FOR VETERANS.(SEP 2010)

I.45 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES. (OCT 2010)

I.46 52.222-37 EMPLOYMENT REPORTS ON VETERANS. (SEP 2010)

I.47 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT. (DEC 2010)

I.48 52.222-41 SERVICE CONTRACT ACT OF 1965. (NOV 2007)

I.49 52.222-43 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT – PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS). (SEP 2009)

I.50 52.222-44 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT – PRICE ADJUSTMENT. (SEP 2009)

I.51 52.222-50 COMBATING TRAFFICKING IN PERSONS. (FEB 2009)

I.52 52.223-2 AFFRIMATIVE PROCUREMENT OF BI0BASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS. (SEP 2013)

I.53 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA. (JAN 1997)

I.54 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION. (MAY

27

Page 28: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

2011)

I.55 52.223-6 DRUG-FREE WORKPLACE. (MAY 2001)

I.56 52.223-10 WASTE REDUCTION PROGRAM. (MAY 2011)

I.57 52.223-16 IEEE 1680 STANDARD FOR THE ENVIRONMENTAL ASSESSMENT OF PERSONAL COMPUTER PRODUCTS. (DEC 2007)

I.58 52.223-17 AFFIRMATIVE PROCUREMENT OF EPA-DESIGNATED ITEMS IN SERVICE AND CONSTRUCTION CONTRACTS. (MAY 2008)

I.59 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAR TEXT MESSAGING WHILE DRIVING (AUG 2011)

I.60 52.223-19 COMPLIANCE WITH ENVIRONMENTAL MANAGEMENT SYSTEMS. (MAY 2011)

I.61 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES. (JUN 2008)

I.62 52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF CONTRACT. (FEB 2000)

I.63 52.226-6 PROMOTING EXCESS FOOD DONATION TO NONPROFIT ORGANIZATIONS. (MAR 2009)

I.64 52.227-3 PATENT INDEMNITY. (APR 1984)

I.65 52.229-3 FEDERAL, STATE, AND LOCAL TAXES. (FEB 2013)

I.66 52.229-4 FEDERAL, STATE, AND LOCAL TAXES (STATE AND LOCAL ADJUSTMENTS). (FEB 2013)

I.67 52.232-1 PAYMENTS. (APR 1984)

I.68 52.232-18 AVAILABILITY OF FUNDS. (APR 1984)

I.69 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - SYSTEM FOR AWARD MANAGEMENT. (JUL 2013)

I.70 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS. (JUN 2013)

I.71 52.233-3 PROTEST AFTER AWARD. (AUG 1996)

I.72 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM. (OCT 2004)

I.73 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION. (APR 1984)

I.74 52.239-1 PRIVACY OR SECURITY SAFEGUARDS. (AUG 1996)

28

Page 29: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

I.75 52.242-13 BANKRUPTCY. (JUL 1995)

I.76 52.243-1 CHANGES - FIXED-PRICE. (AUG 1987) - ALTERNATE I (APR 1984)

I.78 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS. (JUL 2013)

(a) Definitions. As used in this clause-

"Commercial item" has the meaning contained in Federal Acquisition Regulation 2.101, Definitions.

"Subcontract" includes a transfer of commercial items between divisions, subsidiaries, or affiliates of the Contractor or subcontractor at any tier.

(b) To the maximum extent practicable, the Contractor shall incorporate, and require its subcontractors at all tiers to incorporate, commercial items or nondevelopmental items as components of items to be supplied under this contract.

(c)(1) The Contractor shall insert the following clauses in subcontracts for commercial items:

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)), if the subcontract exceeds $5,000,000 and has a performance period of more than 120 days. In altering this clause to identify the appropriate parties, all disclosures of violation of the civil False Claims Act or of Federal criminal law shall be directed to the agency Office of the Inspector General, with a copy to the Contracting Officer.

(ii) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5), if the subcontract is funded under the Recovery Act.

(iii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), if the subcontract offers further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212(a));

(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).

(vii)  52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496), if flow down is required in accordance with paragraph (f) of FAR clause 52.222-40.

(viii) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).

(ix) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App. 1241 and 10 U.S.C. 2631), if flow down is required in accordance with paragraph (d) of FAR clause 52.247-64).

29

Page 30: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(2) While not required, the Contractor may flow down to subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

(d) The Contractor shall include the terms of this clause, including this paragraph (d), in subcontracts awarded under this contract.

(End of clause)

I.79 52.245-1 GOVERNMENT PROPERTY. (APR 2012)

I.80 52.245-9 USE AND CHARGES (APR 2012)

I.81 52.246-25 LIMITATION OF LIABILITY - SERVICES. (FEB 1997)

I.82 52.248-1 VALUE ENGINEERING. (OCT 2010)

I.83 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE). (APR 2012)

I.84 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE). (APR 1984)

I.85 52.252-2 CLAUSES INCORPORATED BY REFERENCE. (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Federal Acquisition Regulation (FAR) clauses:

http://www.acqnet.gov/far/

NASA FAR Supplement (NFS) clauses:

http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

(End of clause)

I.86 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES. (APR 1984)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause.

(b) The use in this solicitation or contract of any NASA FAR Supplement (48 CFR 18) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.

(End of clause)

I.87 1852.203-70 DISPLAY OF INSPECTOR GENERAL HOTLINE POSTERS. (JUN 2001)

I.88 1852.215-84 OMBUDSMAN. (NOV 2011) -- ALTERNATE I (JUN 2000)

30

Page 31: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(a)   An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. (b) If resolution cannot be made by the contracting officer, interested parties may contact the installation ombudsman:

Kirk Seablom21000 Brookpark Road, M.S. 142-5Cleveland, OH 44135(216) 433-9518 (voice)(216) 433-5649 (fax)

Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the Agency ombudsman identified at: http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Please do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer or as specified elsewhere in this document.

(End of clause)

ALTERNATE  I (JUNE 2000)

(c)  If this is a task or delivery order contract, the ombudsman shall review complaints from contractors and ensure they are afforded a fair opportunity to be considered, consistent with the procedures of the contract.

(End of clause)

I.89 WORK ORDERING PROCEDURE. (OCT 1996) -- ALTERNATE I (OCT 1996)

(a) Only the Contracting Officer may issue Work Orders to the Contractor, providing specific authorization or direction to perform work within the scope of the contract and as specified in the schedule. The Contractor may incur costs under this contract in performance of Work Orders and work order modifications issued in accordance with this clause. No other costs are authorized unless otherwise specified in the contract or expressly authorized by the Contracting Officer.

(b) Prior to issuing a work order, the Contracting Officer shall provide the Contractor with the following data:

(1) A functional description of the work identifying the objectives or results desired from the contemplated Work Order.

(2) Proposed performance standards to be used as criteria for determining whether the work requirements have been met.

31

Page 32: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(3) A request for a work plan from the Contractor to include the technical approach, period of performance, appropriate cost information, and any other information required to determine the reasonableness of the Contractor's proposal.

(c) Within 5 calendar days after receipt of the Contracting Officer's request, the Contractor shall submit a work plan conforming to the request.

(d) After review and any necessary discussions, the Contracting Officer may issue a work order to the Contractor containing, as a minimum, the following:

(1) Date of the order.

(2) Contract number and order number.

(3) Functional description of the work identifying the objectives or results desired from the Work Order, including special instructions or other information necessary for performance of the task.

(4) Performance standards, and where appropriate, quality assurance standards.

(5) Maximum dollar amount authorized (cost and fee or price). This includes allocation of award fee among award fee periods, if applicable.

(6) Any other resources (travel, materials, equipment, facilities, etc.) authorized.

(7) Delivery/performance schedule including start and end dates.

(8) If contract funding is by individual Work Order, accounting and appropriation data.

(e) The Contractor shall provide prompt acknowledgment of receipt to the Contracting Office.

(f) If time constraints do not permit issuance of a fully defined Work Order in accordance with the procedures described in paragraphs (a) through (d), a work order which includes a ceiling price may be issued.

(g) The Contracting Officer may amend tasks in the same manner in which they were issued.

(h) In the event of a conflict between the requirements of the work order and the Contractor's approved task plan, the Work Order shall prevail.

(i) Contractor shall submit monthly work order progress reports. As a minimum, the reports shall contain the following information:

(End of clause)

I.90 1852.219-74 USE OF RURAL AREA SMALL BUSINESSES (SEPT 1990)

I.91 1852.219-76 NASA 8 PERCENT GOAL. (JUL 1997)

(a) Definitions.

32

Page 33: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

"Historically Black Colleges or University," as used in this clause, means an institution determined by the Secretary of Education to meet the requirements of 34 CFR Section 608.2. The term also includes any nonprofit research institution that was an integral part of such a college or university before November 14, 1986.

"Minority institutions," as used in this clause, means an institution of higher education meeting the requirements of section 1046(3) of the Higher Education Act of 1965 (20 U.S.C. 1135d-5(3)) which for the purposes of this clause includes a Hispanic-serving institution of higher education as defined in section 316(b)(1) of the Act (20 U.S.C. 1059c(b)(1)).

"Small disadvantaged business concern," as used in this clause, means a small business concern that (1) is at least 51 percent unconditionally owned by one or more individuals who are both socially and economically disadvantaged, or a publicly owned business having at least 51 percent of its stock unconditionally owned by one or more socially and economically disadvantaged individuals, and (2) has its management and daily business controlled by one or more such individuals. This term also means a small business concern that is at least 51 percent unconditionally owned by an economically disadvantaged Indian tribe or Native Hawaiian Organization, or a publicly owned business having at least 51 percent of its stock unconditionally owned by one or more of these entities, which has its management and daily business controlled by members of an economically disadvantaged Indian tribe or Native Hawaiian Organization, and which meets the requirements of 13 CFR 124.

"Women-owned small business concern," as used in this clause, means a small business concern (1) which is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women, and (2) whose management and daily business operations are controlled by one or more women.

(b) The NASA Administrator is required by statute to establish annually a goal to make available to small disadvantaged business concerns, Historically Black Colleges and Universities, minority institutions, and women-owned small business concerns, at least 8 percent of NASA's procurement dollars under prime contracts or subcontracts awarded in support of authorized programs, including the space station by the time operational status is obtained.

(c) The contractor hereby agrees to assist NASA in achieving this goal by using its best efforts to award subcontracts to such entities to the fullest extent consistent with efficient contract performance.

(d) Contractors acting in good faith may rely on written representations by their subcontractors regarding their status as small disadvantaged business concerns, Historically Black Colleges and Universities, minority institutions, and women-owned small business concerns.

(End of clause)

I.92 1852.223-74 DRUG-AND ALCOHOL-FREE WORKFORCE. (MAR 1996) I.93 1852.237-70 EMERGENCY EVALUATION PROCEDURES. (DEC 1988)

I.94 1852.237-72 ACCESS TO SENSITIVE INFORMATION. (JUN 2005)

(a) As used in this clause, ``sensitive information'' refers to information that a contractor has developed at private expense, or that the Government has generated that qualifies for an exception to the Freedom of Information Act, which is not currently in the public domain, and which may embody trade secrets or commercial or financial information, and which may be sensitive or privileged.

33

Page 34: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(b) To assist NASA in accomplishing management activities and administrative functions, the Contractor shall provide the services specified elsewhere in this contract.

(c) If performing this contract entails access to sensitive information, as defined above, the Contractor agrees to--

(1) Utilize any sensitive information coming into its possession only for the purposes of performing the services specified in this contract, and not to improve its own competitive position in another procurement.

(2) Safeguard sensitive information coming into its possession from unauthorized use and disclosure.

(3) Allow access to sensitive information only to those employees that need it to perform services under this contract.

(4) Preclude access and disclosure of sensitive information to persons and entities outside of the Contractor's organization.

(5) Train employees who may require access to sensitive information about their obligations to utilize it only to perform the services specified in this contract and to safeguard it from unauthorized use and disclosure.

(6) Obtain a written affirmation from each employee that he/she has received and will comply with training on the authorized uses and mandatory protections of sensitive information needed in performing this contract.

(7) Administer a monitoring process to ensure that employees comply with all reasonable security procedures, report any breaches to the Contracting Officer, and implement any necessary corrective actions.

(d) The Contractor will comply with all procedures and obligations specified in its Organizational Conflicts of Interest Avoidance Plan, which this contract incorporates as a compliance document.

(e) The nature of the work on this contract may subject the Contractor and its employees to a variety of laws and regulations relating to ethics, conflicts of interest, corruption, and other criminal or civil matters relating to the award and administration of government contracts. Recognizing that this contract establishes a high standard of accountability and trust, the Government will carefully review the Contractor's performance in relation to the mandates and restrictions found in these laws and regulations. Unauthorized uses or disclosures of sensitive information may result in termination of this contract for default, or in debarment of the Contractor for serious misconduct affecting present responsibility as a government contractor.

(f) The Contractor shall include the substance of this clause, including this paragraph (f), suitably modified to reflect the relationship of the parties, in all subcontracts that may involve access to sensitive information

(End of clause)

I.95 1852.237-73 RELEASE OF SENSITIVE INFORMATION. (JUN 2005)

(a) As used in this clause, "Sensitive information" refers to information, not currently in the public

34

Page 35: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

domain, that the Contractor has developed at private expense, that may embody trade secrets or commercial or financial information, and that may be sensitive or privileged.

(b) In accomplishing management activities and administrative functions, NASA relies heavily on the support of various service providers. To support NASA activities and functions, these service providers, as well as their subcontractors and their individual employees, may need access to sensitive information submitted by the Contractor under this contract. By submitting this proposal or performing this contract, the Contractor agrees that NASA may release to its service providers, their subcontractors, and their individual employees, sensitive information submitted during the course of this procurement, subject to the enumerated protections mandated by the clause at 1852.237-72, Access to Sensitive Information.

(c) (1) The Contractor shall identify any sensitive information submitted in support of this proposal or in performing this contract. For purposes of identifying sensitive information, the Contractor may, in addition to any other notice or legend otherwise required, use a notice similar to the following:

Mark the title page with the following legend:

This proposal or document includes sensitive information that NASA shall not disclose outside the Agency and its service providers that support management activities and administrative functions. To gain access to this sensitive information, a service provider's contract must contain the clause at NFS 1852.237-72, Access to Sensitive Information. Consistent with this clause, the service provider shall not duplicate, use, or disclose the information in whole or in part for any purpose other than to perform the services specified in its contract. This restriction does not limit the Government's right to use this information if it is obtained from another source without restriction. The information subject to this restriction is contained in pages [insert page numbers or other identification of pages]. Mark each page of sensitive information the Contractor wishes to restrict with the following legend:

Use or disclosure of sensitive information contained on this page is subject to the restriction on the title page of this proposal or document.

(2) The Contracting Officer shall evaluate the facts supporting any claim that particular information is "sensitive." This evaluation shall consider the time and resources necessary to protect the information in accordance with the detailed safeguards mandated by the clause at 1852.237-72, Access to Sensitive Information. However, unless the Contracting Officer decides, with the advice of Center counsel, that reasonable grounds exist to challenge the Contractor's claim that particular information is sensitive, NASA and its service providers and their employees shall comply with all of the safeguards contained in paragraph (d) of this clause.

(d) To receive access to sensitive information needed to assist NASA in accomplishing management activities and administrative functions, the service provider must be operating under a contract that contains the clause at 1852.237-72, Access to Sensitive Information. This clause obligates the service provider to do the following:

(1) Comply with all specified procedures and obligations, including the Organizational Conflicts of Interest Avoidance Plan, which the contract has incorporated as a compliance document.

(2) Utilize any sensitive information coming into its possession only for the purpose of performing the services specified in its contract.

(3) Safeguard sensitive information coming into its possession from unauthorized use and disclosure.

35

Page 36: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(4) Allow access to sensitive information only to those employees that need it to perform services under its contract.

(5) Preclude access and disclosure of sensitive information to persons and entities outside of the service provider's organization.

(6) Train employees who may require access to sensitive information about their obligations to utilize it only to perform the services specified in its contract and to safeguard it from unauthorized use and disclosure.

(7) Obtain a written affirmation from each employee that he/she has received and will comply with training on the authorized uses and mandatory protections of sensitive information needed in performing this contract.

(8) Administer a monitoring process to ensure that employees comply with all reasonable security procedures, report any breaches to the Contracting Officer, and implement any necessary corrective actions.

(e) When the service provider will have primary responsibility for operating an information technology system for NASA that contains sensitive information, the service provider's contract shall include the clause at 1852.204-76, Security Requirements for Unclassified Information Technology Resources. The Security Requirements clause requires the service provider to implement an Information Technology Security Plan to protect information processed, stored, or transmitted from unauthorized access, alteration, disclosure, or use. Service provider personnel requiring privileged access or limited privileged access to these information technology systems are subject to screening using the standard National Agency Check (NAC) forms appropriate to the level of risk for adverse impact to NASA missions. The Contracting Officer may allow the service provider to conduct its own screening, provided the service provider employs substantially equivalent screening procedures.

(f) This clause does not affect NASA's responsibilities under the Freedom of Information Act.

(g) The Contractor shall insert this clause, including this paragraph (g), suitably modified to reflect the relationship of the parties, in all subcontracts that may require the furnishing of sensitive information.

(End of clause)

I.96 1852.242-78 EMERGENCY MEDICAL SERVICES AND EVACUATION. (APR 2001)

I.97 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (AUG 2012) (DEVIATION)

This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor.

(b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns.

36

Page 37: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.

(End of Clause)

I.98 Contractor Training, Qualifications, and Certification Records (APR 2011)

Performance of this contract may require specialized training, certifications, or qualifications of contractor personnel. Upon the request of the Government, the Contractor shall provide personnel training, certifications and/or qualifications records which detail individual’s qualifications to perform the duties to which they are assigned. Records shall include all training, certifications and qualifications completed by an individual while under the Contractor’s employment. If this contract contains clause 52.237-3, Continuity of Services, these records are considered to be part of “necessary personnel records” and shall also be provided to any follow-on contractor upon request.

[END OF SECTION]

37

Page 38: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

SECTION J - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS

The following documents are attached hereto and made a part of this contract:

ATTACHMENT A STATEMENT OF WORKATTACHMENT B ROUTINE CLEANING SPECIFICATIONATTACHMENT C QUALITY STANDARDSATTACHMENT D FACILITY SPECIFICATIONSATTACHMENT E GOVERNMENT PROVIDED OFFICE SPACEATTACHMENT F BUILDING STORAGE AREAS CLOSETSATTACHMENT G INSTALLATION ACCOUNTABLE PROPERTYATTACHMENT H COLLECTIVE BARGAINING AGREEMENTATTACHMENT I DEDUCTION SCHEDULE

ATTACHMENT J-B.1 JANITORIAL SERVICESATTACHMENT J-B.2 LABOR RATESATTACHMENT J-B.3 CBA LABOR RATES TEMPLATEATTACHMENT K YEARS OF SERVICEATTACHMENT L JANITORIAL SUPPLIESATTACHMENT M RESEERVED

ATTACHMENT N PAST PERFORMANCEATTACHMENT O HISTORICAL DATAATTACHMENT P ACRONYMSATTACHMENT Q CONTRACT REPORTING REQUIREMENTATTACHMENT R JANITORIAL TRAINING REQUIREMENTSATTACHMENT S CLEAN ROOMS

[END OF SECTION]

38

Page 39: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

SECTION K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS

K.1 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2012)Annual Representations and Certifications (Jul 2013)

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 561720.(2) The small business size standard is $16.5 M.(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.(b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies.(2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes:[ ] (i) Paragraph (d) applies.[ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation.(c)(1) The following representations or certifications in SAM are applicable to this solicitation as indicated:(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless—(A) The acquisition is to be made under the simplified acquisition procedures in Part 13;(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or(C) The solicitation is for utility services for which rates are set by law or regulation.(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.(iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management.(iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that—(A) Are not set aside for small business concerns;(B) Exceed the simplified acquisition threshold; and(C) Are for contracts that will be performed in the United States or its outlying areas.(v) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations—Representation. This provision applies to solicitations using funds appropriated in fiscal years 2008, 2009, 2010, or 2012.(vi) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.(vii) 52.214-14, Place of Performance—Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government.(viii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government.(ix) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas.(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard.(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard.

39

Page 40: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(x) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas.(xi) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.(xii) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.(xiii) 52.222-38, Compliance with Veterans’ Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items.(xiv) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA–designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.(xv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA–designated items.(xvi) 52.225-2, Buy American Act Certificate. This provision applies to solicitations containing the clause at 52.225-1.(xvii) 52.225-4, Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225-3.(A) If the acquisition value is less than $25,000, the basic provision applies.(B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies.(C) If the acquisition value is $50,000 or more but is less than $77,494, the provision with its Alternate II applies.(D) If the acquisition value is $77,494 or more but is less than $100,000, the provision with its Alternate III applies.(xviii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5.(xix) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan—Certification. This provision applies to all solicitations.(xx) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. This provision applies to all solicitations.(xxi) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to—(A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and(B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns.(2) The following certifications are applicable as indicated by the Contracting Officer:[Contracting Officer check as appropriate.]__ (i) 52.219-22, Small Disadvantaged Business Status.__ (A) Basic.__ (B) Alternate I.__ (ii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.__ (iii) 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification.__ (iv) 52.222-52, Exemption from Application of the Service Contract Act to Contracts for Certain Services–Certification.__ (v) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA–Designated Products (Alternate I only).__ (vi) 52.227-6, Royalty Information.__ (A) Basic.

40

Page 41: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

__(B) Alternate I.__ (vii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.(d) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.FAR Clause # Title Date Change ____________ _________ _____ _______Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.(End of provision)

[END OF SECTION]

41

Page 42: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

L.1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FAR 52.252-1) (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

http://www.arnet.gov/far/http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

NOTICE: The following contract clauses pertinent to this section are hereby incorporated by reference:

I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

CLAUSENUMBER DATE TITLE

52.204-7 JUL 2013 SYSTEM FOR AWARD MANAGEMENT 52.214-3 DEC 1989 AMENDMENTS TO INVITATIONS FOR BIDS 52.214-4 APR 1984 FALSE STATEMENTS IN BIDS 52.214-5 MAR 1997 SUBMISSION OF BIDS 52.214-6 APR 1984 EXPLANATION TO PROSPECTIVE BIDDERS 52.214-7 NOV 1999 LATE SUBMISSIONS, MODIFICATIONS, AND

WITHDRAWALS OF BIDS 52.214-12 APR 1984 PREPARATION OF BIDS 52.237-1 APR 1984 SITE VISIT

II. NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) PROVISIONS

CLAUSENUMBER DATE TITLE

1852.231-71 MAR 1994 DETERMINATION OF COMPENSATION REASONABLENESS

L.2 TYPE OF CONTRACT (FAR 52.216-1) (APR 1984)

The Government contemplates award of Firm Fixed Price Contract with an Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price element.

L.3 SERVICE OF PROTEST (FAR 52.233-2) (SEP 2006)

42

Page 43: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

NASA Glenn Research CenterDavid Eccleston, Contract Specialist21000 Brookpark Road, MS 60-1Cleveland, OH 44135

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

L.4 PROTESTS TO NASA (NFS 1852.233-70) (OCT 2002)

Potential bidders or Offerors may submit a protest under 48 CFR Part 33 (FAR Part 33) directly to the Contracting Officer. As an alternative to the Contracting Officer's consideration of a protest, a potential bidder or Offeror may submit the protest to the Assistant Administrator for Procurement, who will serve as or designate the official responsible for conducting an independent review. Protests requesting an independent review shall be addressed to:

William McNally, Assistant Administrator of ProcurementNASA Code H Washington, DC 20546-0001

L.5 1852.215-81 PROPOSAL PAGE LIMITATIONS (FEB 1998)

(a) The following page limitations are established for each portion of the proposal submitted in response to this solicitation.

(b) In the event of a discrepancy between the hard copy and the electronic format, the hard copy will be considered the intended submittal for evaluation purposes.

43

Page 44: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

Proposal Section Page Limit No. of Hard Copies

No. of CD or USB Flash

Drive Copies

Volume I – Technical Proposal 12 pages, pages must be numbered(See Note 1)

3(2 plus 1 original

signed hard copies)

2

Volume II – Past Performance Proposal 15 pages, pages must be numbered (See Note 2)

3(2 plus 1 original

signed hard copies)

2

Volume III – Price Proposal No Limit, pages must be numbered

3(2 plus 1 original

signed hard copies)

2

Volume IV – Model Contract; Standard Form (SF) 33 and Sections B-J of Model Contract, including Completed Representations and Certifications (Section K)

No Limit 3 Total(2 plus 1 original signed hard copies)

2

Volume V- CD/USB Drive All CDs For the Prime and Subcontractor will be place in this volume

As stated above

NOTE 1: The total number of pages for Volume II, Past Performance Proposal, does not include completed Past Performance Questionnaires submitted by references. Offerors shall ensure completed Past Performance Questionnaires are submitted on or before the due date for receipt of proposals. (b) A page is defined as one side of a sheet, 8 1/2" x 11", with at least one inch margins on all sides, using not smaller than 12 point type. Foldouts count as an equivalent number of 8 1/2" x 11" pages. The metric standard format most closely approximating the described standard 8 1/2" x 11" size may also be used.

(c) Title pages and tables of contents are excluded from the page counts specified in paragraph (a) of this provision. In addition, the Cost section of your proposal is not page limited. However, this section is to be strictly limited to cost and price information. Information that can be construed as belonging in one of the other sections of the proposal will be so construed and counted against that section's page limitation.

(d) If final revisions are requested, separate page limitations will be specified in the Government's request for that submission.

(e) 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.

44

Page 45: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(f) Referencing outside material (e.g., via a link to a website) is prohibited; this prohibition applies to all volumes of proposals submitted under this RFP. All information found at such referenced locations will not be considered in the evaluation of proposals and the selection of a successful Offeror.

L.6 PROPOSAL CLARITY

(a) Proposals should be specific, complete, and concise. Offerors are urged to examine this solicitation in its entirety and to assure that their proposals contain all necessary information, provide all required documentation, and are complete in all respects since proposal evaluations will be based on the actual material presented and not on the basis of what is implied.

(b) Ensure that the price proposal is consistent with the technical proposal in all respects since the price proposal may be used as an aid to determine the Offeror's understanding of the technical requirements. Discrepancies may be viewed as a lack of understanding.

(c) NASA may reject any proposal that fails to comply with all price proposal instructions,including those for electronic submissions, as incomplete and technically unacceptable.

L.7 PROPOSAL FORMAT AND CONTENT

Offerors must submit proposals in the volumes identified in L.5 above. All pages in each volume must be numbered. Do not include cost information in the Technical Proposal. Each volume shall include the detailed information outlined below so that it can be evaluated in accordance with the evaluation factors set forth in Section M- Evaluation Factors for Award to Offerors. Structure each volume to adhere to the Factor headings listed below.

L.8 SUBMITTAL OF TECHNICAL/BUSINESS QUESTIONS

Specific questions should be presented in writing and submitted to the Contracting Officer, David S. Eccleston by December 03, 2013, 4:30 p.m., in order to allow for a proper response and dissemination. Questions of any nature or in any form shall NOT be directed to the technical activity personnel. Questions may be submitted to:

NASA Glenn Research CenterDavid S. Eccleston, Contract Specialist21000 Brook Park Road, MS 60-1Cleveland, OH 44135

OR

Email: [email protected]

45

Page 46: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

L.9 SUBMISSION OF PROPOSAL/PROPOSED CONTRACT

A. General

(1) Address and forward the proposal packages to:

NASA Glenn Research CenterAttn: David S. Eccleston21000 Brookpark Road, M/S 60-1Cleveland, OH 44135

(2) All Offerors (including companies that have badged access to GRC) who choose to hand deliver their proposal shall schedule a “delivery time” with the Government. Proposals shall be delivered to the NASA Glenn Research Center, Building 60 (loading dock on west side of building). Offers shall contact [email protected] at least 24 hours in advance to schedule a delivery time. For companies that do not have badged access to GRC, a visitor badge will be issued at the GRC Main Gate. The following information shall be provided when a delivery time is scheduled. Name of individual(s), citizenship, and company representing. A picture identification (driver’s license, state identification card, or passport) is also required to receive a visitor’s badge. Only US citizens will be permitted access to GRC. Please allow 30 minutes for visitor badge processing.

(3) The pages of each proposal volume shall be numbered and identified with the Offeror’s name, RFP number, and date. Subsequent revisions shall be similarly identified to show revision number and date. Each volume shall contain a detailed table of contents to delineate the sections and subsections within that volume. The table of contents must list figures and tables separately. Where necessary, a cross-reference sheet to other volumes shall be included. Tab indexing shall be used to identify sections. Each volume shall contain a glossary of all abbreviations and acronyms used, with an explanation for each. Glossaries do not count against the page limitations for their respective volumes.

(4) Proposals shall be submitted in a format that addresses all the evaluation factors, in order, listed in Section M. Information pertinent to the factors shall be included in their proposal volumes. (The Government does not recommend the use of “see paragraph X” or similar verbiage as a suitable answer to any given section).

(5) The electronic proposal shall be saved on a CD or USB Flash Drive. Each CD or USB Flash Drive submitted shall include an external label with the offeror’s name, date of proposal, and the solicitation number. The electronic proposal shall be scanned for viruses prior to submission. In the event of an inconsistency between the electronic proposal and the hard-copy proposal, the hard copy shall be considered the intended version.

B. VOLUME I, TECHNICAL PROPOSAL, AND VOLUME II, PAST PERFORMANCE PROPOSAL

(1) Volumes I and II shall be compatible with Microsoft Word 2007.

(2) It is preferred that all data/information be provided in one file. However, if the information requires more than one file, all files shall be saved in one directory. No two files or folders shall have the same file name.

C. VOLUME III, PRICE PROPOSAL

46

Page 47: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

(1)Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 (supporting narrative). Electronic spreadsheets in word processing and PDF format are not acceptable.

(2) It is preferred that all electronic spreadsheets be provided in one file with as many workbooks as necessary. However, if the information requires more than one file, all files shall be saved under one folder. No two files or folders shall have the same file name. All linking must be within each folder, and all linked files must be provided. Do not include external links.

(3) All electronic spreadsheets shall be self-calculating and shall not contain hidden cells, be locked/protected or secured by password. The offeror shall explain any absolute values.

D. VOLUME IV – MODEL CONTRACT OFFER

(1) A contract offer shall be submitted with the original of Volume IV. It is critical that a conforming signed contract offer be submitted with the proposal since it is anticipated that award will be made without discussion.

(2) An electronic copy of the completed contract document shall also be submitted with its proposal. The hard-copy contract offer shall be formatted the same as the electronic proposal.

(3) The model contract offer shall consist of the following:

(i) One signed original of SF33 with Blocks 12-18 completed, Part I, The Schedule (Sections B-H) and Part II, Contract Clauses (Section I), and any required Attachments. All shaded areas are to be completed by the offeror. The additional Attachments listed in Section J will be added to the contract document by the Contracting Officer at the time of contract award.

(ii) Executed Section K including information not provided in ORCA that is specific to this solicitation.

(iii) Properly acknowledge solicitation amendments (if any).

(iv) A cover letter stating acceptance of the proposed contract terms and conditions that are incorporated into the contract offer and PWS.

L.10 PAST PERFORMANCE/PRICE TRADEOFF WITH TECHNICAL PROPOSALS SOURCE SELECTION INSTRUCTIONS

This procurement will be conducted as a Past Performance/Price Tradeoff Source Selection with Technical Proposals. The Government will evaluate the Technical Proposal for technical acceptability based on the “Technical Considerations” set forth below. All technically “acceptable” proposals will be further evaluated using a tradeoff process (see FAR 15.101-1) between past performance and price. The Government seeks to select an Offeror whose proposal represents the best value considering past performance and price.

L.11 VOLUME I – TECHNICAL PROPOSAL (TECHNICAL CONSIDERATIONS)

The Offeror shall describe its technical approach and overall understanding of every element in subfactor A and B.

47

Page 48: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

SUB-FACTOR A - TECHNICAL APPROACH

1. Routine Janitorial Services - The Offeror shall explain how they intend to provide routine janitorial services as describe in attachment B for areas described in attachment D.

2. Emergency Service Calls - The Offeror shall explain how they intend to provide emergency services calls in accordance with section 4.2 of the SOW.

3. Unscheduled IDIQ Requests - The Offeror shall explain how they intend to provide unscheduled IDIQ requests in accordance with section 4.3 of the SOW.

4. Clean Room Services - The Offeror shall explain how they intend to provide clean room services in accordance with section 4.4 of the SOW and attachment S.

SUB-FACTOR B - MANAGEMENT APPROACH

1. Quality Assurance/Control Plan -The Offeror shall describe the process or procedure they intend to use to guarantee Quality Assurance/Control of the contract requirements in accordance with the SOW and attachment C.

2. CBA/Union – Service Contract Act- The Offeror shall provide a discussion of their responsibilities and requirements under the Service Contract Act and dealing with the existing union and current Collective Bargaining Agreement (CBA).

L.12 VOLUME ll – PAST PERFORMANCE PROPOSAL

A. Content Guidelines - The proposal shall contain overall corporate or offeror past performance, but not the past performance of individuals who are proposed to be involved in the required work. However, for newly formed businesses having little or no experience as the new business entity, submit the past performance of a predecessor business entity or the past performance of the company's principal owner(s) or corporate officer(s). Newly formed business entities submitting such information shall also submit a thorough and clear explanation of why such information should be considered predictive of the offeror's performance under a contract resulting from this solicitation.

The Offeror shall submit past performance information in the following format and sequence to include all information prescribed below for the Offeror and for each entity that is a part of the proposed team (teaming arrangements and major subcontractor(s) associated with this offer, etc.). Major subcontractors are defined as subcontracts valued and/or teaming arrangements whose effort on this acquisition is projected to be $500K or more of the fixed price value over the life of the contract, including options.

B. List of Contracts – The offeror shall include a table depicting a list of contracts that the offeror, as well as any significant entity that is part of the proposed team (teaming arrangements and major subcontractor(s) associated with the offer, etc.) has held within the past three (3) years for requirements that are similar in size, work content, and complexity to the requirements of this solicitation. A “Major Subcontractor” includes, but not limited to, those subcontractors whose effort on this acquisition is projected to be $500K or more of the fixed price value over the life of the contract. Past Performance references may include those entered into by the Federal Government, agencies of state and local governments, and commercial (private) customers. The list shall contain the following information (within the page limits established in Section L):

48

Page 49: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

Contract Title Contract Number Contract Type Contract Period of Performance (beginning and ending dates) Contract Value (original value, present or final value if completed) Indicate if company was the prime or subcontractor Description of contract work content, mapped to the Performance Work Statement in this RFP

where applicable. Contracting Agency, Points of Contact (POC) in the program and contracting offices, including

accurate telephone numbers and e-mail addresses

The Offeror shall also provide a generic release letter (within the Past Performance Volume Page Limitation) that can be used, if necessary, giving NASA authorization to discuss the offeror’s past performance information with companies listed in its Contract List or otherwise identified during the course of the evaluation. Also include a written consent of proposed subcontractors to allow NASA to discuss the subcontractors' past performance with the offeror.

C. In addition, Offerors shall submit previously completed past performance reports (e.g. CPAR/NASA Form 1680 or equivalent) for its company within the past three (3) years for those relevant contracts provided in the List of Contracts (See B above). These reports are excluded from the page count for Volume II.

D. Past Performance Questionnaires – Attached to the RFP is a Past Performance Questionnaire (to be used as part of the past performance evaluation) and a sample cover letter to be used with the questionnaire. Offerors shall be responsible to complete the contract identifying information (Section I) of the questionnaire for each of the contracts identified. The Offeror shall then send the questionnaire and cover letter to the appropriate POC (most likely the Program Manager, COTR, and/or CO). The questionnaires will be completed by the POC (not the offeror) and returned directly to the NASA POC identified in Past Performance Form Letter and Past Performance Questionnaire. The responses received will be used as part of the Government’s evaluation of past performance. Offerors are responsible to ensure responses are received by the date listed in the solicitation. Selected references must return or fax this questionnaire within the timeframe specified in this solicitation to the address or fax number provided on the questionnaire. In addition, the government may choose additional contracts and have a questionnaire filled out by the respective POC.

The offeror shall request past performance questionnaire information on no more than three (3) previous or current contracts and no more than three (3) for each proposed major subcontractor. The Offeror shall annotate in the table above those contracts where questionnaires have been requested. The burden for providing up-to-date POC information rests with the offeror. The government will not seek out corrections to incomplete or insufficient information on behalf of offerors. Unverifiable information will not be considered in past performance assessment. Offerors are responsible to provide the Past Performance questionnaire directly to the points of contacts listed above.

E. For contracts where questionnaires have been requested by the offeror, the offeror shall describe in this volume its past performance on recent contracts (performed within the last three (3) years) similar in size, content, and complexity to requirements of this RFP. The Offeror shall specifically describe how the respective contract is similar in size, content, and complexity to the GRC Janitorial Services Contract requirement. It is not sufficient to state that it is comparable in magnitude and scope. Rationale must be provided to demonstrate that it is comparable. Discuss the relevant contract technical requirements, any unique schedules requirements, cost performance, problems encountered and initiative in problem resolution and overall performance. The Offeror shall discuss its overall accomplishments and

49

Page 50: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

performance under the contracts described above. The discussion shall include any major technical problems and how they were overcome. The Offeror may submit additional information at its discretion (within the page limits established in Section L) if it considers such information necessary to establish a record of relevant performance.

F. Other Past Performance Information - NASA may contact other references, aside from those provided by offerors and their proposed significant subcontractors, and may consider their comments during the source selection process. While NASA may elect to consider data obtained from all other sources, including Government past performance databases, offerors retain the burden of providing pertinent references that NASA can readily contact, and for presenting information establishing the pertinence of their experience to NASA’s requirements under this RFP.

L.13 VOLUME IIl – PRICE PROPOSAL INSTRUCTIONS

OVERVIEW/ GENERAL INSTRUCTIONS

a) It is contemplated that a single NASA contract will be awarded as a result of this solicitation. It will encompass a firm fixed price contract for a phase-in period, seventeen month base period of performance and three one year options, a seven month option and a six month option to extend. The contract will also contain a requirement for additional services to be furnished on an Indefinite Delivery Indefinite Quantity (IDIQ) basis by the issuance of Work Orders throughout the 6-year contract performance period.

b) For pricing purposes, the Offeror shall use the period of performance from April 1, 2014 to November 30, 2020.

Contract Year Period

Phase-In 03/01/2014 – 03/31/2014

Base Year 1 04/01/2014 – 09/30/2014

Base Year 2 10/01/2014 – 09/30/2015

Option 1

Year 3 10/01/2015 - 09/30/2016

Option 2

Year 4 10/01/2016 – 09/30/2017

Option 3

Year 5 10/01/2017 – 09/30/2018

Option 4

Year 6 10/01/2018 – 04/30/2019

Option 5

Year 7 05/01/2019 – 11/30/2019

50

Page 51: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

Table – Contract Period of Performance

c) Offerors are exempt from the requirements of submission or certification of cost or pricing data, based on a reasonable expectation of adequate price competition. However, information other than cost or pricing data, as defined at FAR 15.402, is required to ensure the price proposals have been prepared on a sound basis, to evaluate competitive approaches, and to support a determination of price reasonableness.

d) The RFP-specified formats provided herein are structured on a Government Fiscal Year (FY) basis. In preparing the proposal, summary level information is required on the templates, however, the Offeror’s own format may be used for submitting supporting information. Offerors are instructed to complete all applicable templates provided herein, and provide supporting information to explain the basis of estimate for the proposed amounts.

VOLUME III PROPOSAL SUBMITTAL INSTRUCTIONS

a) Price Proposal Preparation Volume III: The price proposal shall encompass all prices associated with the requirements of the RFP and shall comply with applicable Federal Acquisition Regulation (FAR), NASA FAR Supplement (NFS), and governing statutory requirements.

b) As referenced in RFP Section L-5, three copies of the hard copy and two copies of the electronic format are required to be submitted. In the event of a discrepancy between the hard copy and the electronic format, the hard copy will be considered the intended amount.

c) Workbook names included in an Offeror’s Volume III shall begin with the company name’s first three letters followed by a hyphen and the workbooks file name. Below is an example of how company “ABC” would name their Cost Volume workbooks:

Example: “ABC- Primary Pump.xls”

d) Cover Page/ Label Information: The following information should be submitted on the cover page of the Price Proposal:

“Volume III: Price Proposal” Solicitation Number Offeror’s name, address, and telephone number Name, title, telephone number and e-mail address of a Point of Contact Type of contract Total Proposed Amount (including Phase-In price) Date of submission, and Name, title and signature of an authorized representative of the company Offeror’s CAGE Code

The following information should be provided on the electronic format labels: Offeror’s name “Volume III Price Proposal” The solicitation number, and If the Offeror is a subcontractor, the name of the Prime Offeror

51

Page 52: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

e) Formulas: All formulas used in the electronic spreadsheets must be clearly visible in the individual cells. Whereas linking among the spreadsheets is required, the use of external links is prohibited. The workbooks must contain no macros or hidden cells.

f) Worksheet Naming: Worksheets have been named in the Excel Pricing Model (EPM) and Attachment J schedules.

g) Locks: The electronic submittal shall not be locked/protected or secured by passwords in part or in whole.

RESPONSIBILITY DETERMINATION DISCLOSURES

Prime Offerors are required to submit information which demonstrates their financial capability to perform the contract. If a teaming arrangement, joint venture, or other business combination is contemplated, disclose each participant’s responsibility for financial management of the venture, funding requirements, limitation of liabilities, and any other information which describes the business arrangement.

TEMPLATES

Each Offeror will include the following templates in its Price Proposal. The templates are provided in Excel® workbooks identified in the following table. Several of these work books are electronic copies of Section J schedules when filled in will become a permanent part of the contract document. The Offeror may resize the templates to better fit the proposal package but must adhere to the format designs provided. Offerors are encouraged to link formulas and amounts in the pricing model spreadsheets to the maximum extent possible to ensure traceability between detail and summary level data. Offeors may, based solely on their discretion may, attach detailed information, presented in the offeror’s own format, which supports the amounts on the templates. All pricing and estimating techniques, computations and basis of estimates should be clearly explained in a narrative format.

A Price Summary Template for the seven contract years is not provided. Offerors are required to submit Price Summary information in their own format. Specifically, each contract year’s total price for the SOW Line item proposed amount should be shown with a summary of the seven contract year’s total contract price.

Price Volume Templates

# Workbook Excel File Name

Hardcopy RFP Location

1 Attachment J-B.1 Attachment J-B 1.xls J-B.1

2 Attachment J-B.2 Attachment J-B 2.xls J-B.23 Attachment J-B.3 Attachment J-B 3.xls J-B.3

Attachment J-B.1

52

Page 53: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

This Attachment values the proposed price for each Routine SOW Line items for the base period, option periods and contract extension. It becomes a permanent part of the contract. Offerors shall reconcile the total proposed attachment price with the amount on §B.1 Supplies And/Or Services To Be Provided.

A 30 day phase-in period between award and initiation of contract services is anticipated. Phase-in activities will be completed on a firm fixed price basis. Any Phase-In price shall be reflected in Base Period of the CY1 of Attachment J.B-1.

Attachment J-B.2

Attachment J-B.2 is the fully burdened labor rates, carpet cleaning, “bid” labor rates for biding on IDIQ Work Orders. It becomes a permanent part of the contract.

Prime Offerors are required to submit a schedule of not-to-exceed fully burdened fixed-price straight time and overtime hourly rates by year as required on the Attachment J-B.2.

Straight time and overtime labor rates are required for each labor category for each Wage Determination and Collective Bargaining Agreement by year. The labor rates should include annual wage, salary, health and welfare cost, for all personnel exempt and non-exempt from the Service Contract Act and Collective Bargaining Agreements. The proposed labor rates in each CY will be used as a basis for equitable adjustments pursuant to FAR 52.222-43.

A discount schedule may be provided wherein Offerors may specify discounts applicable to the additional Work Orders, such as most-favored customer, volume/quantity, skill mix, and spot reductions.

EPM Tab ADDL TO LABOR RATES DEVELOPMENT is the supporting work sheet for the Attachment J-B.2.

EPM Tab Carpet is the IDIQ fixed price which the Government may order additional carpet cleaning services.

EPM Tab Labor Rates are the combined fully loaded firm fixed price for biding routine and emergency IDIQ tasks. Non Labor costs are not included in this rate (e.g. materials). Attachment J-B.3

Attachment J-B.3 is designed to collect the detailed direct labor cost information necessary to populate work sheets required to support an equitable contract adjustment pursuant to FAR 52-222.43. Submit the attachment priced by Contract Year for each of the SOW paragraphs C.14 through C.28 identifying straight time and overtime direct labor hours, direct labor rates proposed. Direct labor hours and costs should be stated on a productive work year basis. The cost of non-productive time is to be classified as labor burden expenses along with “add-ons” for benefits. The non-productive costs and “add-ons” for benefits will be adjusted on a case by case basis; therefore they are not priced on this attachment.

Enter in the ‘Labor Classification’ column, each labor classification, position or job title as listed in the DOL Wage Determination or CBA (ATTACHMENT H). The Wage Determination No. assigned to this procurement is CBA-2013-6310. Currently there is a Collective Bargaining Agreement in effect, Service Employees International Union, Local 1, dated May 01, 2012-April 30, 2015.

53

Page 54: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

Insert the number of Work Year Equivalents proposed for each labor category in the “WYE” column and disclose the factor used to convert labor hours to WYE.

As supporting information to the Direct Labor Rate Template, disclose the basis and rationale used for labor rate development in each classification, including shift differentials, lead premiums, overtime premiums, etc. Demonstrate compliance with Department of Labor Wage Determinations and collective bargaining agreements. The proposed labor rates in each CY will be incorporated into the contract and will be the baseline rates for equitable adjustments pursuant to FAR 52.222-43. Pursuant to FAR 52.222-43 labor categories subject to a Collective Bargaining Agreement or DOL Wage Determination shall not be escalated beyond the scope of their Collective Bargaining Agreement or DOL Wage Determination.

The amounts on the Direct Labor Cost Template should be the direct labor hours multiplied by the direct labor rates.

54

Page 55: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC14CH001R

[END OF SECTION]

55

Page 56: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC13MB014J

SECTION M - EVALUATION FACTORS FOR AWARD

M.1 PROVISIONS INCORPORATED BY REFERENCE -- SECTION M

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

http://www.arnet.gov/far/http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

NOTICE: The following contract clauses pertinent to this section are hereby incorporated by reference:

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

CLAUSENUMBER DATE TITLE

52.217-5 JUL 1990 EVALUATION OF OPTIONS

M.2. BASIS FOR CONTRACT AWARD

(a) This best value source selection will be conducted in accordance with FAR and NASA FAR Supplement Part 15 using a past performance/price tradeoff approach with technical proposals. Evaluation will be performed in accordance with the evaluation factors and instructions set forth in the solicitation. Overall, in the selection of a Contractor for contract award, Past Performance and Price Factors will be of essentially equal importance.

(b) Pursuant to NFS 1815.300-70(ii), this source selection will not use a mission suitability factor and numerical scoring. Tradeoff process (see FAR 15.101-1) will only be performed between past performance and price, not on technical considerations. Exchanges between the Government and contractor may occur if determined necessary by the CO (see 15.306).

(c) Proposals received in response to this solicitation will be evaluated by a Source Evaluation Team (SET) in accordance with NFS 1815.3. The SET will rate Past Performance, and the SET will consider Cost/Price in accordance with this Section M. The evaluation process shall proceed as follows:

Step 1 - An initial review of proposals will be conducted to determine acceptability of the proposals in accordance with NFS 1815.305-70, Identification of Unacceptable Proposals. All unacceptable proposals will be eliminated from further evaluation.

Step 2 - All proposals remaining after completion of Step 1 will be evaluated against the Technical Considerations (M.3) requirements to determine each proposal’s technical acceptability. Proposals will be rated as “acceptable,” or “not acceptable.” Proposals rated as “not acceptable” will be eliminated from further consideration and notified accordingly. The Government may conduct limited exchanges with offerors as described in FAR 15.306(b)(2) in connection with its determination of technical acceptability or unacceptability.  These exchanges shall not be used to cure proposal deficiencies or material omissions,

56

Page 57: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC13MB014J

materially alter the proposals, and/or otherwise revise the proposals. All technical unacceptable proposals will be eliminated from further evaluation.

Step 3 - The committee will only evaluate the Past Performance and Price Factors for all technically “acceptable” proposals. The past performance evaluation will be conducted in accordance with FAR 15.305(a)(2), NFS 1815.305(a)(2), and Section M of the solicitation. Step 4 - The Source Evaluation Committee (SEC) will report its evaluation results to the Source Selection Authority (SSA), who is responsible for making the source selection decision.

(d) The Government may award a contract based on the initial offers received, without discussion of such offers. Accordingly, each Offeror should submit its initial proposal to the Government using the most favorable terms from a price and technical standpoint. Discussions will be held only if award on the basis of initial offers is determined not to be in the Government’s best interest. If written or oral discussions are conducted, the Government will seek Final Proposal Revisions from Offeror’s who’s proposals are determined to be technically acceptable.

(e) The SSA, after consultation with the SEC and other advisors, will select the Offeror that can perform the contract in a manner most advantageous to the Government. For those offerors determined to be technically acceptable, a tradeoff process (see FAR 15.101-1) will only be performed between past performance and price factors, not on technical considerations. The SSA will make an integrated assessment of each offer and comparatively evaluate competing offers, considering input from the SEC. The SSA will consider Past Performance Confidence ratings assigned by the SEC; however, the SSA will base selection on substantive proposal differences that are reflected by the ratings as opposed to basing selection on mere differences in ratings.

M.3 TECHNICAL PROPOSAL (TECHNICAL CONSIDERATIONS) (VOLUME I)

To determine Technical Acceptability, the Government will evaluate the provided information.For an Offeror to be considered overall Technically Acceptable, each sub-factor must be addressed to an acceptable level.

SUB-FACTOR A - TECHNICAL APPROACH

The Government will evaluate your approach to provide the below services for adequacy, accuracy, and overall understanding of the requirements. 

o Routine Janitorial Service in accordance with attachment B and attachment D.

o Emergency Service Calls in accordance with section 4.2 of the SOW.

o Unscheduled IDIQ Requests in accordance with section 4.3 of the SOW.

o Clean Room Services in accordance with section 4.4 of the SOW and attachment S.

SUB-FACTOR B - MANAGEMENT APPROACH

The Government will evaluate your approach to provide quality performance/quality control plan for

57

Page 58: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC13MB014J

adequacy, accuracy, and overall understanding of the SOW and attachment C.

The Government will evaluate your response for adequacy, accuracy, and overall understanding of your obligations under The Service Contract Act in dealing with the existing union and current Collective Bargaining Agreement. 

M.4 TRADE-OFF EVALUATION FACTORS

There will be two factors of evaluation for trade-off purposes, (1) Past Performance and (2) Price, as set forth below.

M.5 PAST PERFORMANCE FACTOR (VOLUME II):

The evaluation of past performance will be conducted in accordance with FAR 15.305(a)(2) and NFS 1815.305(a)(2). The Offeror’s recent and relevant performance of work similar in size, content, and complexity to the requirements of this acquisition will be evaluated. This evaluation will include past performance of proposed major subcontractors. The evaluation will consider the Offeror’s inputs and responses from references. The Government may supplement the information contained in the proposal with information obtained from Government organizations and personnel, commercial sources, public information sources, and, if applicable, data gathered during the discussion phase of the evaluation. More weight will be given to recent direct experience and quality of past performance on previous contracts that are highly relevant to the effort defined in this RFP.

Under the Past Performance factor, NASA will evaluate each Offeror's recent record (including the record of any significant subcontractors), but not the past performance of individuals who are proposed to be involved in the required work, of performing services or delivering products that are similar in size, work content, and complexity to the requirements of this solicitation. The confidence rating assigned to Past Performance (see below) will reflect consideration of information contained in the proposal, past performance evaluation input provided through customer questionnaires, Government past performance databases, and other references, if any, that the Government may contact for additional past performance information. Offerors without a record of relevant past performance, or for whom information on past performance is not available, shall receive a neutral rating. Offerors are cautioned that omissions or an inaccurate or inadequate response to this evaluation factor will have a negative effect on the overall evaluation.

In assessing performance, the Government will make an assessment of the offeror's overall performance record. The Government will evaluate the offeror's past performance record for meeting technical, schedule, cost, management, and other contract requirements. Isolated or infrequent problems that were not severe or persistent, and for which the offeror took immediate and appropriate corrective action, may not reduce the offeror's confidence rating. However, confidence ratings will be reduced when problems were within the contractor's control and were significant, persistent, or frequent, or when there is a pattern of problems or a negative trend of performance. Each of the adjective ratings below has a "performance" component and a "pertinence" component. The offeror must meet the requirements of both components to achieve a particular rating. In assessing pertinence, the Government will consider the degree of similarity in size (in dollars per year), work content, and complexity to the requirements in this solicitation, as well as the recency, and duration of the past performance with more recent and/or longer duration work being considered more pertinent.

This factor is not numerically weighted or scored. The Government will evaluate past performance and assign level of confidence ratings as set forth below:

58

Page 59: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC13MB014J

In accordance with NFS 1815.305(a)(2) past performance shall be evaluated for each offeror using the following levels of confidence ratings:

Very High Level of Confidence

The Offeror’s relevant past performance is of exceptional merit and is very highly pertinent to this acquisition; indicating exemplary performance in a timely, efficient, and economical manner; very minor (if any) problems with no adverse effect on overall performance.  Based on the Offeror’s performance record, there is a very high level of confidence that the Offeror will successfully perform the required effort.

High Level of Confidence

The Offeror’s relevant past performance is highly pertinent to this acquisition; demonstrating very effective performance that would be fully responsive to contract requirements with contract requirements accomplished in a timely, efficient, and economical manner for the most part with only minor problems with little identifiable effect on overall performance.  Based on the Offeror’s performance record, there is a high level of confidence that the Offeror will successfully perform the required effort. .

Moderate Level of Confidence

The Offeror’s relevant past performance is pertinent to this acquisition, and it demonstrates effective performance; fully responsive to contract requirements; reportable problems, but with little identifiable effect on overall performance.  Based on the Offeror’s performance record, there is a moderate level of confidence that the Offeror will successfully perform the required effort.

Low Level of Confidence

The Offeror’s relevant past performance is at least somewhat pertinent to this acquisition, and it meets or slightly exceeds minimum acceptable standards; adequate results; reportable problems with identifiable, but not substantial, effects on overall performance.  Based on the Offeror’s performance record, there is a low level of confidence that the Offeror will successfully perform the required effort.  Changes to the Offeror’s existing processes may be necessary in order to achieve contract requirements. .

Very Low Level of Confidence

The Offeror’s relevant past performance does not meet minimum acceptable standards in one or more areas; remedial action required in one or more areas; problems in one or more areas which, adversely affect overall performance.  Based on the Offeror’s performance record, there is a very low level of confidence that the Offeror will successfully perform the required effort.

Neutral In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance [see FAR 15.305(a) (2) (ii) and (iv)].

M.6 PRICE EVALUATION FACTOR (VOLUME lll)

(a) The Government will conduct Price Proposal evaluations in accordance with FAR 15.4. Particular attention will be given to FAR 15.404-1(b) entitled “Price Analysis.” The elements of FAR 15.404-1(b) that will be considered include:

(1) Comparison of proposed prices received in response to the solicitation.

59

Page 60: prod.nais.nasa.gov  · Web view(see NPR 8715.3, NASA Safety Manual, ... Volume III shall be compatible with Microsoft Excel 2007 and Microsoft Word 2007 ... (SSA), who is responsible

NNC13MB014J

(2) Comparison of proposed prices with independent Government cost estimates.

(3) Analysis of pricing information provided by the Offeror.

(b) The Government’s evaluation of the Offeror’s Price Proposal will include an analysis for unbalanced pricing as referenced in FAR 15.404-1(g). A determination of unbalanced pricing may lead to the rejection of the Offeror as permitted in FAR 15.404-1(g)(3).

(c) Relatively low prices will also be evaluated by the Government to determine whether there is a risk of default in the event of award to that Offeror. If the Government determines that there is an unreasonably high risk of default, such a determination may serve as the basis for non-selection.

(d) For purposes of source selection, the total proposed price will be utilized. The total proposed price consists of the sum of the following:

(1) One (1) month Phase-In Period price

(2) Seventeen (17) month Base Period price

(3) Three (3) one (1) year Option Period prices

(4) One (1) seven (7) month Option Period price

(4) Six (6) month Option to Extend price

As stated in the provision “Evaluation of Options,” FAR 52.217-5, July 1990, “evaluation of options will not obligate the Government to exercise the option(s).”

(e) The Price Proposal evaluation is not numerically scored nor will receive an adjectival rating. However, Price Proposal evaluation findings will be presented to the SSO for their consideration in the selection process.

M.7 TRADEOFF PROCESS

For those Offerors determined to be Technically Acceptable, a tradeoff process (see FAR 15.101-1) will be performed between past performance and price factors only.

M.8 RELATIVE IMPORTANCE OF EVALUATION FACTORS

Overall, in the selection of a Contractor for contract award, Past Performance and Price Factors will be of essentially equal importance.

[END OF SECTION]

60