Johnson Space Center (JSC) Center Safety and Fire Operations (CSFO) Contract Pre-proposal Bulletin November 13, 2013.

Slides:



Advertisements
Similar presentations
Elements of an Effective Safety and Health Program
Advertisements

U.S. Pretrial Services and Probation Office Northern District of Ohio.
1 NOTES This presentation is an outline of some of the most important aspects of DOE O 440.1B For completeness, copies of the Order should accompany this.
Developing a Chemical Risk Management Program
Office of Business Development Training
This material was developed by Compacion Foundation Inc and The Hispanic Contractors Association de Tejas under Susan Harwood Grant Number SH SH0.
Safety and Health Programs
Washington Metropolitan Area Transit Authority Pre-Proposal Conference Sourcing and Contracts Management System (CMS) Solution Request for Proposal FQ
Welcome to the Johnson Space Center JSC Administrative Support Services II (JASS II) Contract Pre-proposal Bulletin November 14, 2013.
1 ROLES, RESPONSIBILITIES, AND TIMELINES FOR CONTRACTING ADMINISTRATIVE GUIDELINE NUMBER 3 Harpers Ferry Center Office of Acquisition Management August.
Welcome to the Johnson Space Center International Space Station Russian Language and Logistics Services (RLLS) Cost and Pricing Pre-Proposal Conference.
A SOUND INVESTMENT IN SUCCESSFUL VR OUTCOMES FINANCIAL MANAGEMENT FINANCIAL MANAGEMENT.
1 Agenda  8:00–9:00 Attendee Arrival, Sign-In, Networking  9:00–9:15 Welcome and Introductions- Natesa Robinson SEWP V Contracting Officer  9:15–10:00.
Basics of OHSAS Occupational Health & Safety Management System
Commissioning of Fire Protection and Life Safety Systems Presented by: Charles Kilfoil Bechtel National Waste Treatment Plant Richland WA.
FAR Part 2 Definitions of Words and Terms. FAR Scope of part (a)This part – (1) Defines words and terms that are frequently used in the FAR; (2)
VPPPA Mentoring Program. The VPPPA Mentoring Program is a formal process to assist companies and facilities interested in participating in the Voluntary.
Occupational Safety, Industrial Hygiene and Medical Services; Pre-Solicitation Conference NNA J-SJC October 6, 2004.
Welcome to the Johnson Space Center Financial and Business Management Services Virtual Industry Day 1.
Aerospace Ground Equipment (AGE) Support Services Pre-Proposal Conference/ Site Visit Kari M. Alvarado Contract Specialist NASA-DFRC November 8, 2006 Dryden.
August 5, 2014 Gilruth Center: The Alamo Ballroom 9:00 a.m.
1 Los Alamos Legacy Cleanup Completion Project (LCCP) Post Fiscal Year 2016 Contract(s) Industry Day Request For Information & Capability.
Overview of the SPDG Competition Jennifer Doolittle, Ph.D. 1.
I n t e g r i t y - S e r v i c e - E x c e l l e n c e Pacific Air Forces 1 Preconstruction Orientation HQ PACAF/LGC.
Welcome to the Johnson Space Center Center Safety and Fire Operations (CSFO) Contract Cost and Pricing WebEx November 13, :00 a.m. - 10:30 a.m. 1.
Pre-Proposal Conference NASA Langley Research Center October 26, 2009.
Comprehensive Educator Effectiveness: New Guidance and Models Presentation for the Virginia Association of School Superintendents Annual Conference Patty.
Dryden Flight Research Center Pre-Proposal Conference RFO-NND R Health Unit and Fitness Center Services Acquisition Management Office June 24, 2004.
Introduction Research indicates benefits to companies who establish effective worker safety and health programs: –Reduction in the extent and severity.
Acquisition Overview for Johnson Space Center Grounds Maintenance and Pest Control Services (GMAPS) July 18, 2013 The information provided is pre-decisional1.
December 13, 2012 WebEx Conference 9 am to 11 am CST.
1 Welcome to the Johnson Space Center Pre-Proposal Conference for the Calibration and Metrology Services (CAMS) Contract RFP No. 9-BJ4-V P.
International Space Station (ISS) Mission and Program Integration Contract (MAPI) White Paper December 20, 2011.
1 Welcome to the Johnson Space Center Integrated Mission Operations Contract II (IMOC II) Cost and Pricing Preproposal WebEx August 14, 2013.
Contracting with CMS and other Federal Agencies CMS Industry Day October 30, 2015 Anita Allen, Small Business Specialist and Claude Cable, SBA Procurement.
Contracting Outlook 2015 SEWP Acquisition and Training Summit 1 December 8-10, 2015.
Elevating the Quality of Life in the District Contracting and Procurement Division Information Session 2 Request for Proposal November 5, 2015.
Submitting a Quality Offer On the GSA Language Schedule GSA Federal Supply Service.
1 Comprehensive Tactical Infrastructure Maintenance and Repair (CTIMR) Area 3 Pre-Proposal Site Visit HSBP1015R0040 Sectors EL PASO / BIG BEND, TX
Paul Kelly Facility Research Compliance Officer for the Ralph H. Johnson VA Medical Center.
Uniform Grant Guidance Roundtable Discussion: October 5, 2015 Procurement 1.
1 Welcome to the Johnson Space Center Safety and Mission Assurance Engineering Contract Cost and Pricing Preproposal WebEx September 17, :00 a.m.
At Lewis Field Glenn Research Center Industry Briefing Solicitation No. NNC04Z70010R Construction Services Contract June 15, 2004.
PRE-SOLICITATION CONFERENCE FOR FRACTIONAL AIRCRAFT OWNERSHIP DEMONSTRATION PROGRAM DECEMBER 18, 2001 DRFQ
1 Overview of the NF 1680 Evaluation of Performance Process Overview/Training Charts April 7, 2008.
Request for Information & Capability Statements Richland Acquisitions Post-FY 2018 November 17-19, 2015.
Environmental Services Pre-Solicitation Conference NNA J-WLT April 23, 2004.
Page No. 1 FDOC/MOD Observation Groundrules & Communication information.
Safety & Health Considerations in Accommodating Commercial Activties David Loyd, JSC Safety & Test Operations 2013 NASA Safety Directors & Occupational.
THE PROPOSAL Star Yeo, Contracting Officer US Forest Service, Rocky Mountain Region.
NASA JSC David T. Loyd Safety and Test Operations Division
Small Business Programs Tatia Evelyn-Bellamy Director Small Business Division Small Business Center February 2016.
Welcome to the Johnson Space Center International Space Station Russian Language and Logistics Services (RLLS) Cost and Pricing Pre-Proposal Conference.
IAS Pre-proposal Conference NOVEMBER 2, 2011 Pre-proposal Conference NOVEMBER 2, 2011 Tahoma NATIONAL CEMETERY PHASE 2 DEVELOPMENT KENT, WASHINGTON Project.
IAS Pre-proposal Conference December 10, 2012 Pre-proposal Conference December 10, 2012 San Antonio bldg 1 & 4 Renovation san antonio, tx Project no: San.
Injury and Illness Prevention Program (IIPP) ANR Building, Davis Staff Meeting January, 2016.
Federal Acquisition Service U.S. General Services Administration Area Facility Operation Specialist (aFOS) 88 th Regional Support Command Pre-Bid Meeting.
Solicitation VA69D-16-R-0583 Rehab Renovation Pre-Proposal Conference June 22, :00am CDT NCO 12 Great Lakes Acquisition Center.
Safety Committee Formation
Procurement & Strategic Sourcing
Administration of a FIDIC Contract - Project Control
FAR Part 2 - Definitions of Words and Terms
Procurement & Strategic Sourcing
Quality Management Systems – Requirements
Injury and Illness Prevention Program (IIPP)
Omnibus IV Contracting Strategy Michael D’Alessandro
Elements of an Effective Safety and Health Program
Elements of an Effective Safety and Health Program
System Safety Regulation
Presentation transcript:

Johnson Space Center (JSC) Center Safety and Fire Operations (CSFO) Contract Pre-proposal Bulletin November 13, 2013

Orientation and Procurement Overview

Disclaimer (Orientation) These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the RFP. To the extent there are any inconsistencies between this briefing and the RFP, the RFP will govern.

Purpose of Pre-proposal Bulletin (Orientation) The purpose of this Pre-proposal Bulletin is to help industry understand the Government’s requirements. Questions: Questions regarding the RFP can be submitted to the Contracting Officer (CO) at: scott.a.stephens@nasa.gov or through the anonymous questions to the CO link on the CSFO website. Questions can be submitted to the CO until 5:00 PM CST, November 19, 2013. Official responses to written questions received by the CO will be posted to the CSFO procurement website.

Source Selection Authority and Streamlined Procurement Team Members Jose C. Garcia, Deputy Director, Office of Procurement, Johnson Space Center Streamlined Procurement Team (SLPT) NS/ Kenneth I. Poast, Chair JM/ Stephen L. Candler NS/ Daniel L. Clem SD/ Penney M. Stanch BR/ Scott A. Stephens

Small Business POCs (Orientation) JSC Industry Assistance Office Phone: 281-483-4512 E-mail: JSC-Industry-Assistance@mail.nasa.gov Small Business Specialists Kelly L. Rubio, JSC Small Business Specialist Phone: 281-244-7890 E-mail: Kelly.L.Rubio@nasa.gov Charles T. Williams, Senior Small Business Specialist Phone: 281-483-5933 E-mail: Charles.T.Williams@nasa.gov

Point of Contact (Orientation) Contracting Officer: Scott A. Stephens Phone: 281-244-5621 Email: scott.a.stephens@nasa.gov CSFO web address: http://procurement.jsc.nasa.gov/csfo/ Click on the “Anonymous Questions to Contract the Contracting Officer and Feedback” link to submit a question

Ombudsman (Orientation) Ombudsman (NFS 1852.215-84): “…before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution … If resolution cannot be made by the Contracting Officer, interested parties may contact the installation ombudsman …” Address/Phone: NASA Headquarters Mail Code: LP011 Washington, DC 20546-0001 Phone: (202) 358-0445 Agency-procurementombudsman@nasa.gov

Current Contract Overview Contract: Center Institutional and Safety Services(CISS) Contract Number: NNJ09JA01C Prime Contractor: Anadarko Industries, LLC Contract Type: Time and Materials with Award Fee Small Business Type Designation: 8(a) Set Aside Period of Performance: 7/1/2009 to 6/30/2014

Current Contract Overview Cont. Skills currently provided include safety and fire protection services to support JSC in accomplishing its institutional safety program objectives. Major areas of the contract include safety, fire protection, safety training, maintenance of fire protection systems, test safety, safety information systems, and special projects. In performing its duties, the Contractor will specifically support the JSC Safety and Test Operations Division (STOD) whose mission is to help line management and employees in reducing and preventing injuries to NASA personnel and damage to NASA equipment.

Organization, Vision, & Objectives

Safety & Mission Assurance Directorate William S. McArthur Director Vincent D. Watkins Deputy Director Irene E. Kaye Assistant to the Director Robert C. Doremus Associate Director Nigel Packham Associate Director, Technical & Flight Safety Office Manager Mary Beth Schwartz Manager, Business Management Office Jean E. Engle Manager, Knowledge & Quality Management Systems Office Space Exploration Division International Space Station Division Safety & Test Operations Division Quality & Flight Equipment Division James D. Rush Chief Michael P. Fodroci Chief David T. Loyd Chief Clarence L. Ross Chief Keith W. Dyer Deputy Chief Gregg Baumer Deputy Chief Stacey A. Menard Deputy Chief TBD Deputy Chief 3/1/13

Safety & Mission Assurance (S&MA) Directorate Vision and Objectives World leader in management of risk Statement of Objectives: In achieving the vision, S&MA’s objectives must support the Johnson Space Center’s goal to: Lead Human Exploration Lead Internationally Excel in Leadership, Management, and Innovation Expand Relevance to Life on Earth To achieve the S&MA Directorate’s vision and to support the JSC goals, our contractor partners must provide world class skills for: Excellence in engineering A strong and influential safety culture Sustainability of the safety and mission assurance disciplines

NS/Safety & Test Operations Organizational Chart Safety & Test Operations Division NS/Safety & Test Operations Division NS3/Safety & Mission Assurance Office – WSTF Occ & System Safety Quality Engineering Emergency Services Management Systems Audit & Corrective Action NS21/Program Assessment Team NS22/Systems Safety Team NS23/Analysis & Investigation Team Procedure & Policy Occupational Safety Voluntary Protection Program (VPP) Coordination Training & Awareness Procurement Pressure Systems Fire Protection Construction Safety Facility Risk Management Mishap/Close Call Investigation Hazard Abatement Planning Information Systems NASA Safety Reporting System Test Safety

SOW and DRD Overview

Statement of Work (SOW) The Center Safety and Fire Operations Contract (CSFO) provides institutional safety and fire protection services to support the National Aeronautics and Space Administration’s (NASA) Johnson Space Center (JSC) in accomplishing its institutional safety program objectives. The Contractor specifically supports the JSC Safety and Test Operations Division The major functional areas of the CSFO contract are: Contract Management Engineering Analysis and Support Center Institutional Safety Fire Protection Services (Systems and Maintenance) Emergency Action Services Test Safety Operations Safety Information Management Agency Safety Training Special Projects

Statement of Work (SOW) Cont’d CONTRACT MANAGEMENT Administration and Reporting Safety and Health Quality Environmental Qualifications , Licensing and Certification

Statement of Work (SOW) Cont’d ENGINEERING ANALYSIS AND SUPPORT Engineering Analysis Requirements Assess JSC Facility and Equipment Designs Assess Fire Protection Equipment Designs Develop the S&MA Project Submittal Request Report Assess Crane Operations Assess Explosives Safety Provide Safety Guidance Provide JSC-Specific Safety Training

Statement of Work (SOW) Cont’d INSTITUTIONAL SAFETY Safety Awareness and Motivation Safety Program Development and Evaluation Verification Audits and Inspections Administer Lockout/ Tagout Program Construction Safety Mishap Investigation

Statement of Work (SOW) Cont’d FIRE PROTECTION SERVICES (SYSTEM AND MAINTENANCE) Maintain Fire Alarm Systems Maintain Fire Suppression Systems Maintain Engineering Drawings and Records Oversee Acceptance Testing and Connection of New or Modified Systems

Statement of Work (SOW) Cont’d EMERGENCY ACTION SERVICES Interface with the Houston Fire Department (HFD) at all JSC Emergencies. Coordinate with Other Emergency Response Organizations Provide Escorts for Hazardous Operations Support JSC’s Emergency Response Planning Coordinate and Conduct Fire Drills and Other Emergency Drills Complete Crew and Thermal Systems Division Fire Protection Operational Checklist Coordinate the JSC Fire Warden Program Mitigate Fire Threats Posed by Fire Protection System Outages Maintain Fire Extinguishers

Statement of Work (SOW) Cont’d TEST SAFETY OPERATIONS Assess Test Documentation for Safety Concerns Attend Test Readiness Reviews Monitor Test Operations Support the Institutional Review Board

Statement of Work (SOW) Cont’d SAFETY INFORMATION MANAGEMENT Administer and Maintain Safety Information Maintain Security of safety Information Provide Reports Maintain the Safety, Health and Environmental Web Page Develop and Maintain Safety Databases

Statement of Work (SOW) Cont’d AGENCY SAFETY TRAINING Provide safety, health, emergency planning and risk management courses agency –wide. SPECIAL PROJECTS Perform special projects as defined by the Safety and Test Operations Division.

Data Requirements Descriptions (DRDs) DRDs due with the proposal are: Contract Management Plan Contract Phase-in Plan Organizational Conflict of Interest (OCI) Plan Total Compensation Plan Safety & Health Plan Wage, Salary and Fringe Benefits Data

Overview of RFP NNJ1361974R

General Information The Final RFP was issued 11/6/13. The RFP and any amendments take precedence over this pre-proposal bulletin. Competition: Small Business 8(a) Set Aside NAICS Code: 541330 – Engineering Services and Size Standard: $35.5 million under the exception for Military and Aerospace Equipment and Military Weapons Period of Performance: Phase-In Period: 6/2/14 to 6/30/14 Base Period: 7/1/14 to 6/30/19

Contract Type Type of Contract: Indefinite Delivery/Indefinite Quantity (IDIQ) with Cost Plus Fixed Fee (CPFF) task orders (term form and completion form) and Firm-Fixed-Price (FFP) task orders IDIQ task orders issued will be priced using the established prices in B.8 and B.9 B.3, IDIQ Maximum and Guaranteed Minimum Quantity of work – Minimum Contract Total - $100,000, NTE Maximum Contract Total $37,500,000 The Task Order Procedures are described in Clause I.16, NFS 1852.216-80, Task Ordering Procedure

Clauses and Provisions When reading the RFP, note that: Important information is contained in the SF33 and numerous clauses and provisions that have been incorporated, via full text and/or referenced text, throughout the document Clauses incorporated by reference have the same force and effect as if they were included in their full text Section J includes documents, exhibits, and other attachments For example, DRDs

System for Award Management (SAM) The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in the: Central Contractor Registration (CCR)/Federal Register; Online Representations and Certifications Applications (ORCA); and Excluded Parties List System (EPLS).   Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes. The SAM website is located at:  https://staging.sam.gov/portal/public/SAM/. If you had an active record in the CCR database, you have an active record in SAM. If your company is not registered in SAM, please create an account as soon as possible. FAR 52.204-7 is included in Section L-1 of this contract, therefore registration in SAM is required for Award.

Government Property Under Clause G.6, NFS 1852.245-71, Installation Accountable Government Property, NASA anticipates providing: Office Space, work area space, and utilities Office Furniture Computer services, including printers, facsimile services, copy machines, and other office equipment services Publications and blank forms stocked by the installation Safety and Fire Protection Medical treatment of a first aid nature Cafeteria privileges Building maintenance On-site moving and hauling for office moves

Discussions Offeror’s initial proposal should contain the best terms from a price and technical standpoint. The Government preference is to award without discussions, however, the Government reserves the right to conduct discussions with the highest rated offerors. If discussions are held, the Offeror will: have the opportunity to revise its offer and; be requested to resubmit the SF33 with Final Proposal Revisions (FPR) which will include clearly marked changes.

Proposal Outline Volume I -Technical Acceptability Management Approach, includes Management Plan, Phase-In Plan, Safety and Health Plan and Total Compensation Plan Technical Approach includes Task Order response and narrative description Volume II - Past Performance Past Performance Information, and OSHA Forms 300 and 300A Volume III- Cost/Price Proposal Templates and Price Narrative Volume IV—Other Proposal Requirements Subcontractor Arrangement Information and Organizational Conflict of Interest (OCI) Plan Volume V— Model Contract Sections A-J, with all fill-ins completed, and Section K, Representations and Certifications, with all fill-ins completed

Performance Price Tradeoff As stated in Section M.4, “For those Offerors who are determined to be “Acceptable” under the Technical Acceptability Factor, tradeoffs will be made between Past Performance and Cost/Price. Past Performance is significantly more important than Cost/Price. ”

Proposal Formatting In accordance with Section L.18.2, “PROPOSAL ARRANGEMENT, PAGE LIMITATIONS, COPIES AND DUE DATES” Offerors shall submit their proposals in accordance with those instructions. Pages and foldouts not conforming to the definition of a page and pages submitted in excess of the limitations specified will not be evaluated by the Government, will not be adjusted by the Government to conform to the RFP requirements, and will be returned to the Offeror. Pay close attention to ensure that the number of pages, page margins, font type, font size, and page size are in conformance to Section L.18.2.

Proposal Formatting (Continued) Please note page limitations. Some volumes/sections are subject to a page limitation and others are not. For example, in the Technical Acceptability Volume, The Contract Management Plan, Contract Phase-In, and Technical Approach documents are included in the page limit of 125 pages, while the Total Compensation Plan has no limit. Proposal information must be provided in the correct volume. Proposal information in a page-limited volume or section should not be moved to another volume/section without such page limitations. Non-conforming pages will be returned to the Offeror and will not be evaluated. This may affect the evaluation of the proposal. For further information review the RFP in its entirety and specifically Section L.18.2.

Special Considerations NOTE TO PROSPECTIVE OFFERORS Prospective offerors are reminded not to contact incumbent personnel (either directly or through electronic means) during duty hours or at their place of employment, as such contacts are disruptive to the performance of the current contract.

Guidelines for Responding to Labor Relations Requirements in the RFP

Total Compensation Plan (TCP) (DRD 21) TCPs identify and discuss wages, salaries and fringe benefits for professional employees and non-exempt service employees for both the prime and all major subcontractors. The Compensation Templates (a) through (e) will be submitted in the Price volume from the prime and all major subs. (Subcontractors with an estimated annual value that exceeds $500,000 are considered major subcontractors.) The requirement is found at FAR 52.222-46, “Evaluation of Compensation for Professional Employees”, and in FAR 22.1103. The TCPs for the proposed prime and major subs can be combined into one document or submitted separately. Be sure to include any restrictive markings with your subcontractor TCPs. The TCP is due with the proposal, and is updated upon any major changes and every three years.

References (Regulations and Clauses) Title FAR Part 22 Application of Labor Laws to Government Acquisitions NFS Part 22 29 CFR 541 Defining and Delimiting the Exemptions for Executive, Administrative, Professional, Computer, and Outside Sales Employees

Safety & Health Programs Guidelines for responding to Safety Requirements in the RFP

Overview of the NASA Safety Program NASA safety objective is to avoid loss of life, personal injury and illness, property loss or damage, or environmental harm resulting from any of its activities and to ensure safe and healthy conditions for persons working at or visiting NASA facilities NASA shall comply with all applicable regulations NASA Safety & Health requirements Requirements of those Federal agencies with regulatory authority over NASA such as OSHA, EPA, and DoT NASA requires every employee to report workplace hazards NASA ensures that there is no reprisal to personnel for reporting unsafe or unhealthy conditions

Overview of the NASA Safety Program The NASA Safety Policy stresses the individual responsibility of each employee for their own safety and that of their co-workers. Risk within the work environment must be managed to control hazards and we strive to continuously improve workplace conditions The OSHA has recognized JSC as a leader in health and safety by awarding the “Star” designation level of achievement in the Voluntary Protection Program (VPP) As a VPP Star Site, JSC has a comprehensive and successful safety and health program, is below the national average for the industry in injury/illness rates, has demonstrated good faith in dealing with OSHA, and serves as a safety & health mentor

What Would Be Expected of You at JSC All contractors performing work at JSC shall comply with all applicable safety and health regulations Every major onsite contractor shall have a designated safety official and shall conform to a written safety and health plan Safety and health approach shall follow OSHA, JSC, and VPP guidelines Failure to comply with safety and health requirements may result in one or more of the following - contract termination, and exclusion from future contract awards

The Safety and Health Deliverables Submission of detailed safety and health data as part of the proposal including: Safety & Health Plan which includes detailed discussion of the policies, procedures, and techniques that will be used to ensure the safety and occupational health of your employees and to ensure safe working conditions throughout the performance of the contract.

Recommendations Pay special attention to the miscellaneous reports contained in the body of the Safety & Health Plan (DRD 03) under Other Deliverables – includes: building fire warden roster; hazardous materials inventory; roster of terminated employees; material safety data sheets; OSHA logs; Program self evaluation. Review the requirements provided in JSC Safety and Health Handbook (JPR 1700.1) http://jschandbook.jsc.nasa.gov and describe how you will incorporate JSC requirements into your Safety & Health Program For the good of your employees and your business, take safety seriously and proactively plan to PREVENT injuries.

Questions and Answers It is your responsibility to monitor the websites for release of any information regarding this procurement and downloading your own copy of this information on the CSFO website at : http://procurement.jsc.nasa.gov/csfo/ Questions regarding the RFP can be submitted to the Contracting Officer (CO) at: scott.a.stephens@nasa.gov or through the anonymous questions to the CO link on the CSFO website. Questions can be submitted to the CO until 5:00 PM Central Time November 19, 2013. Official responses to written questions received by the Contracting Officer will be posted to the CSFO procurement website.

Time: 9:00 am to 10:30 am Central Time. Cost and Pricing WebEx A Cost and Pricing WebEx will be held to provide detailed understanding and instructions on how to prepare a Cost/Price Proposal. The Cost and Pricing WebEx will be held on: Date: November 13, 2013 Time: 9:00 am to 10:30 am Central Time. Please contact the CO at scott.a.stephens@nasa.gov to RSVP and request WebEx and audio conference log-in instructions no later than Tuesday, November 12, 2013 at 5:00 p.m. Central Time.

And Finally....Tips for Timeliness For your proposal to be considered timely, your package must be delivered to the Johnson Space Center, Central Receiving, Building 420 by DECEMBER 10, 2013, 1:30 pm Central Time as stated in the RFP (see Section L.13 and L.18.2). Proposals determined to be “Late” will not be evaluated for Award. Review all proposal delivery instructions with your courier to stress the importance of timeliness and the proper location of delivery. Shipping and Receiving will give your courier a receipt of delivery. When delivering a proposal in person, remember to deliver the proposal through Gate 4, and not through the Main JSC Gate 1. Directions to Gate 4 are in the proposal instructions.

And Finally....Tips for Timeliness Allow sufficient time for the delivery of your proposal. A commercial/government mail carrier may have a mechanical breakdown or otherwise fail to deliver in a timely manner. If you choose to deliver in person on the due date, remember that late flights, traffic jams, and congestion in the JSC area may affect the timeliness of your proposal. Review the proposal instructions, coordinate with the point of contact in advance of the delivery, and ask questions if any instructions are not clear. Review paragraph (c)(3) of FAR 52.215-1,“Instructions to Offerors – Competitive Acquisition”.

This concludes the Johnson Space Center Pre-proposal Bulletin for the Center Safety and Fire Operations (CSFO) Contract