Download presentation
Presentation is loading. Please wait.
Published byPercival French Modified over 8 years ago
1
Welcome to the Johnson Space Center International Space Station Common Communications for Visiting Vehicles (C2V2) Pre-Proposal Conference November 3, 2011 Gilruth Center, Alamo Ballroom 9:00 AM – 12:00 PM
2
Agenda 2 TimeTopicPresenterTitle 8:30Registration 9:00Welcome RemarksJ. CullenJSC Deputy Director, Office of Procurement 9:35OrientationK. CondronContracting Officer 10:00RFP OverviewK. CondronContracting Officer 10:15SOW OverviewP. RobertsC2V2 SLPT Chairperson 10:30Proposal Instructions OverviewK. CondronContracting Officer Technical AcceptabilityK. CondronContracting Officer Past PerformanceK. CondronContracting Officer Predefined Value CharacteristicsK. CondronContracting Officer Cost/Pricing OverviewD. WilsonCost/Price Analyst Proposal Evaluation OverviewK. CondronContracting Officer 11:30Technical Requirements OverviewP. RobertsC2V2 Technical Chair
3
3 Welcome Remarks Jeff Cullen Deputy Director, Office of Procurement
4
4 Orientation Kirby Condron Contracting Officer
5
Restrooms can be found in the hallway outside this ballroom Fire exits are the front entrance and side exit doors. In the event of a fire, you must move at least 75 ft away from the building Fire Exits Fire Exit Restrooms Safety and Administrative Information (Orientation) 5
6
These slides are not to be interpreted as a comprehensive description of the requirements in the Draft Request for Proposal (DRFP). To the extent there are any inconsistencies between this briefing and the future C2V2 Request for Proposal (RFP), the Final RFP will govern. Disclaimer (Orientation) 6
7
Purpose of Pre-Proposal Conference (Orientation) The purpose of this Pre-Proposal Conference is to help industry understand the Government’s requirements. Questions: Any response to verbal questions during the conference shall not be construed as an official answer Submit written questions to the Contracting Officer as described in the cover letter to the DRFP: - The deadline for questions regarding the DRFP is November 10, 2011 Official responses to written questions received by the Contracting Officer will be posted to the NASA Acquisition Internet Service (NAIS) Web Portal and the C2V2 procurement website Post RFP release, responses will be posted as amendments to the RFP 7
8
Source Selection Authority and Streamlined Procurement Team (SLPT) Members (Orientation) Source Selection Authority – Mike Suffredini, International Space Station Program Manager SLPT Team Voting Members Penny Roberts, Chair Kirby L. Condron, Contracting Officer Gary Cox Angela Olstad Mark Chavez 8
9
Points of Contact (Orientation) Contracting Officer: – Kirby L. Condron – kirby.l.condron@nasa.gov kirby.l.condron@nasa.gov C2V2 web address: – http://procurement.jsc.nasa.gov/issc2v2/ http://procurement.jsc.nasa.gov/issc2v2/ – Click on the “Anonymous Questions to Contract Specialist” link to submit a question. 9
10
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 …” Installation Ombudsman: Melanie Saunders, Associate Director (Management) Address/Phone: Lyndon B. Johnson Space Center Mail Code: AC 2101 NASA Parkway Houston, TX 77058 Phone: 281-483-0490 Fax: 281-483-2200 melanie.saunders-1@nasa.gov 10
11
11 Sections B-K, Draft RFP Overview Kirby Condron Contracting Officer
12
General Information (DRFP Overview) If a Final RFP is issued, the Final RFP and amendments take precedence over this conference. Competition: Full and Open competition Contract Completion Date - The first of the following to occur: (1) 30 days after the first on-orbit operational use or (2) 30 days after all items in Section J-5, Contract Deliverables, are delivered (whichever item is delivered last) 12
13
Contract Type (DRFP Overview) The C2V2 has been assigned NAICS code 336419 “Other Guided Missiles and Space Vehicle Parts and Auxiliary Equipment Manufacturing”. The size standard is 1,000 employees. The C2V2 is a 100% Cost-Plus-Incentive-Fee (CPIF) contract. This contract type consists of 3 incentive categories that are fully described in Section J.10 of the DRFP, Incentive Fee Plan: a. Technical Performance Incentives – 40% of total target fee proposed b. Delivery Incentives – 35% of total target fee proposed c. Cost Incentives – 25% of total target fee proposed Example CPIF calculations can be found in Section L. The Contractor will be required to fill in CPIF information in Clauses B.2, I.5 and Section J.10. 13
14
RFP Clause Information (DRFP Overview) When reviewing the DRFP, note that: – Important information is contained in SF33 and numerous clauses and provisions that have been incorporated, via full text and referenced text, throughout the document. – Clauses incorporated by reference have the same force and effect as if they were included in their full text. 14
15
Key Clauses and Sections (DRFP Overview) Clause B.2, NFS 1852.216-84 - Estimated Cost and Incentive Fee Clause F.3, Contract Completion Data Clause F.4, Option A - Optional Units for Radio Frequency Cables Clause F.5, Option B - Optional Units for Visiting Vehicle Flight Units Clause G.6, NFS 1852.245-7 – List of Government Property Furnished Clause I.5, FAR 52.216-10, Incentive Fee Section J.4, Contract Milestone Reviews and Delivery Schedule Section J.5, Contract Deliverables Section J.6, Installation Provided Government Facilities Section J.10, Incentive Fee Plan Section J.11, Data Requirements Document (DRD) List 15
16
Central Contractor Registration (DRFP Overview) Central Contractor Registration – Offeror responsible for updating and/or completing company information prior to proposal submission. – Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. – Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. – FAR 52.204-7, Central Contractor Registration 16
17
Subcontractor Arrangement Information (DRFP Overview) If a subcontracting arrangement is proposed, Offerors shall include specific detail as defined in the RFP so that the Government can determine that the prime contractor making the offer will be performing the primary and vital requirements for the contract. 17
18
18 Section C, Statement of Work Overview Penny Roberts C2V2 SLPT Chairperson
19
C2V2 Project Scope (SOW Overview) 19
20
Key SOW Requirements (SOW Overview) The following DRDs are critical to successful execution of this contract: – Management Plan (DRD-C2V2-03) – Contract Schedules (DRD-C2V2-04) – Configuration Management Plan (DRD-C2V2-06) – Quality Plan (DRD-C2V2-21) The following DRDs are critical to ensure successful communications between the Contractor and the NASA management teams – Contract Schedules (DRD-C2V2-04) – NF533 Cost and Data Reporting (DRD-C2V2-08) – Monthly Project Report (DRD-C2V2-10) – Project Management Review (PMR) Package (DRD-C2V2-11) The following DRDs are critical to ensure technical coordination between the Contractor and the NASA technical teams – Contract Schedules (DRD-C2V2-04) – Contract Specifications and Interface Documents (DRD-C2V2-12) – Hardware and Software Life Cycle Reviews (DRD-C2V2-13) – Integration Products (DRD-C2V2-14) – Engineering Flight Drawings, Models, and Associated Lists (DRD-C2V2-15 ) 20
21
C2V2 Hardware and Software Deliverables (SOW Overview) Engineering Units – hardware and software – Critical to ensure early integration with the ISS flight software (telemetry integration and fault detection, isolation, and recovery design) and with the Visiting Vehicles Flight Equivalent Units – Critical for supporting hardware/software integration in Station Development and Integration Laboratory and VV integration Qualification Units – Critical for VV delta certification and qualification – Flight Units – External ISS-C2V2 flight units needed first due to need to perform EVAs for installation – Flight cables can be pre-routed during other crew activities; so, early delivery is highly desirable Flight Unit quantities including spares must support operation through the life of the ISS 21
22
Contractor Specifications and Interface Documents Technical Requirements (SOW Overview ) 22 SSP 41000, ISS Specification SSP 41162, USOS Specification SSP 50930, ISS C2V2 Prime Item Development Specification SSP 50934, ISS C2V2 to VV RF ICD ISS-C2V2 ORU Specification(s) ISS-C2V2 Interfacing Assembly Specifications JSC 65991, ISS C2V2 Concept of Operations SSP 50808, COTS IRD SSP 50937, ISS-C2V2 Ethernet ICD SSP50936, ISS to C2V2 ICD SSP41175-39, COTS Common Interface VV-C2V2 Specification(s) VV-C2V2 IDD ISS-RF Cable Assembly Specification(s)
23
23 Section L, Proposal Instructions Overview Kirby Condron Contracting Officer
24
General (Proposal Instructions Overview) The proposal shall: – Demonstrate understanding of the overall and specific requirements of the proposed contract; – Convey the company’s capabilities for transforming understanding into accomplishment; – Provide in detail, the plans and methods for so doing; and – Provide the cost/price associated with doing so. Demonstrate that the Offeror understands the requirements and the inherent risks associated with the objectives of this procurement. It is inadequate to simply state that the Offeror understands and will comply with the requirements, or to paraphrase the requirements. 24
25
Proposal Instructions (Proposal Instructions Overview) Instructions for Proposal Preparation 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 Times New Roman Font. Tables and Labels inserted as a graphic or part of a graphic may use no smaller than 8 point Times New Roman Font. Proposal Marking and Delivery – Understand proposal marking and delivery to ensure timely delivery of proposals; The Offeror is encouraged to notify the C.O. or Contract Specialist via email one day in advance of the proposal submission. Proposal Arrangement, Page Limitations, Copies, and Due Dates – Observe proposal due dates. – Review all instructions and page count limitations; the SLPT will not evaluate pages that exceed page limitations; understand what counts for page limitations. 25
26
Proposal Outline (Proposal Instructions Overview) Volume I – Technical Acceptability (75 pages) – Management Plan – Technical Approach – Schedule Reasonableness and Delivery Dates – Quality Plan – Small Business Utilization Volume II—Past Performance Information (No page limit) Volume III – Predefined Value Characteristics (10 pages) Volume IV—Cost/Price Proposal (No page limit) Volume V— Model Contract (No page limit) – SF33 – Contract Clauses (Fill-ins required as per instructions) – Section J - Attachments – Section K - Representations and Certifications 26
27
Discussions (Proposal Instructions Overview) Offeror’s initial proposal should contain the best terms from a price and technical standpoint. The Government preference is to award without discussions; however, the Government reserves the right to conduct discussions with those Offerors who have made it to competitive range. If discussions are held, the Offeror will: – have the opportunity to correct weaknesses and; – be requested to resubmit the proposal as a Final Proposal Revision (FPR) which will include clearly marked changes. 27
28
Technical Acceptability Proposal (Proposal Instructions Overview) Volume I – Technical Acceptability – An initial review will be conducted to determine the technical acceptability of the proposals: Management Plan – Due with Proposal Technical Approach – Due with Proposal Schedule Reasonableness and Delivery Dates – Due with Proposal Quality Plan – Due with Proposal Small Business Utilization – Small Business Subcontracting Plan Due with Proposal – All unacceptable proposals will be eliminated from further evaluation 28
29
Technical Acceptability – Small Business Utilization (Proposal Instructions Overview) 29 Small Business Utilization - Offerors are encouraged to propose goals that are equivalent to or greater than those recommended by the Contracting Officer: - Small Businesses (SB) 16.0% - Small Disadvantaged Business Concerns (SDB) 5.0% - Women Owned Small Business Concerns (WOSB) 5.0% - Historically Black Colleges and Universities (HBCU) 1.0% - HUBZone Small Business Concerns (HBZ) 1.0% - Veteran Owned Small Business Concerns (VOSB) 1.0% - Service-Disabled Veteran-Owned Small 0.5% Business Concerns (SDVOSB)
30
Past Performance (Proposal Instructions Overview) Volume II – Past Performance – Send Past Performance Questionnaires (Attachment L-2) directly to the Contracting Officer – Offerors shall consider relevancy, recency, and magnitude of the effort(s) as they relate specifically to this requirement. Government contracts are preferred but not mandatory Your references must complete the forms and send them directly to the Contract Specialist by the proposal submission date (this is your responsibility) If you propose a joint venture, provide the same information for each team member or subcontractor company – References are to provide the company names, addresses, and point of contact information for the references mentioned above. 30
31
Predefined Value Characteristics (Proposal Instructions Overview) Volume III – Predefined Value Characteristics - Value Characteristic A (VCA) – Technology Readiness Level (TRL) greater than or equal to 6 - VCB – Size, weight, or power usage less than the baseline requirements in SSP 50930, ISS C2V2 Prime Item Development Specification (PIDS) - VCC – An information data rate greater than the baseline requirements in SSP 50930 - VCD – Major subassemblies (e.g., antenna, receiver, transmitter, transceiver, transponder) have been purchased before and are readily available to commercial, industry, or military customers - VCE – Delivery dates are earlier than the requirements in Section J-5 The Contractor is required to fill-in the delta from minimum requirements for VCB and VCC in Section L and in Section 2.6, Value Characteristics of Section C. 31
32
Other Proposal Requirements – Organizational Conflict of Interest (Orientation) The contractor will be required to submit an Organizational Conflict of Interest Plan which will be reviewed and approved: – NFS 1852.237-72, Access to Sensitive Information (June 2005) – NFS 1852.237-73, Release of Sensitive Information (June 2005) – NFS 1852.209-71, Limitation of Future Contracting (December 1988) and Section J C2V2-DRD-01, Organizational Conflict of Interest (OCI) Avoidance Plan – NFS 1852.204-76, Security Requirements for Unclassified Information Technology Resources (Jan 2011) 32
33
Data Requirement Descriptions (DRDs) (Proposal Instructions Overview) Each DRD prescribes the required data product, content, schedule, type and other particulars for specified data submission requirements. Costs to produce the DRDs shall be included in the cost proposal. The following DRDs shall be delivered with the proposal per Section L of the DRFP: - C2V2-DRD-01: Organizational Conflict of Interest (OCI) Plan - C2V2-DRD-02: Small Business Subcontracting Plan - C2V2-DRD-03: Management Plan - C2V2-DRD-04: Contract Schedules - C2V2-DRD-21: Quality Plan 33
34
34 Section L, Cost/Pricing Information David Wilson Cost/Price Analyst Volume IV, Cost/Price Proposal
35
Pricing Process (Government Evaluation Process) Read all narrative portions of Cost/Price Volume Validate all Offerors’ Excel models Integrate pricing models of prime and major subs Test models Make probable cost adjustments/cost realism (if necessary) – Error Corrections/Reconciliations – Direct Labor and Indirect Rates Adjustment – Technical Evaluation The Government develops pricing charts for presentation to the SLPT & the Source Selection Authority (SSA) – Write pricing report document the rationale for all adjustments – Proposed Cost vs. Probable Cost and Differences – Rationale for Probable Cost Adjustments, if any 35
36
Cost/Price Template Flowchart (Government Evaluation Process) 36
37
Technical Resource Template (Government Evaluation Process) Purpose – Captures the proposed Technical Resources in a format that allows reconciliation with the Cost/Price Template – Captures data in a format that is easily sorted to check consistency and reconciliation with the Management and Technical approach – Captures the timing of the proposed resources 37
38
Technical Resources Template (Government Evaluation Process) 38 SUMMARY TECHNICAL RESOURCES TEMPLATE Prime Contractor Name: SOW level: Option B (Contract) PRIME AND ALL SUBCONTRACT (INCLUDING MINOR SUBCONTRACTORS) RESOURCES COMBINED NASA (JSC) SOW Total Skill mix Standard Labor Category 1.0 2.0 3.0 Contract ratio Ref. FTEs Program Manager000 - Manager000 - Supervisor000 - Mgmt0000 Engineer 1000 - Engineer 2000 - Engineer 3000 - Engineer 4000 - Engineering0000 Technical Professional 1000 - Technical Professional 2000 - Technical Professional0000
39
Basis of Estimate Template (Government Evaluation Process) Purpose: – Captures the approach with the Resources for Technical Evaluation Technical Understanding – Captures Offeror’s understanding of requirement Basis of Estimate Rationale – Captures the assumptions made to fulfill the requirement Resources – Captures the quantity resources proposed 39
40
Basis of Estimate Template (Government Evaluation Process) 40 C2V2 Basis of Estimate (BOE) WBS Number:3.1.2 WBS Title: C2V2 Project Management - Option A Technical Understanding of Requirement: (Offeror fill-in - see instructions paragraph A) Basis of Estimate Rationale: (Offeror fill-in - see instructions paragraph B) Resources: Basic Period Total (see instructions para C) CY 1CY 2CY 3CY 4 (2 mos) CY 1 - CY 4Reference (If applicable) SLC #1 FTEs - - - - - SLC #2 FTEs - - - - - SLC #N FTEs - - - - - TOTAL FTEs - - - - - Labor $ - - - - - Non-Labor Resources $:
41
Outside Facility Usage Tab (Government Evaluation Process) Purpose: – To ensure that companies are being treated fairly, if they propose the use of government facilities or equipment Content – Capture contact information – Capture estimates – Capture resource information 41
42
Outside Facility Usage Tab (Government Evaluation Process) 42
43
CBOM Template (Government Evaluation Process) Purpose: – Capture the materials purchases at a useful level for evaluation Structure: – The usual items are here; provider, part number, description, unit of measure, quantity, and price. – “Longlead” is included to highlight items that are schedule critical – “Quality” is included to capture the quality grade of items 43
44
CBOM Template (Government Evaluation Process) 44 Providers SOW/ WBSPart NumberPart DescriptionUOMQuantity Unit CostTotal CostLongleadQuality Grand Total:
45
Point of Contact & Audit Template (Government Evaluation Process) Purpose – Capture Audit Points of Contact – Capture Systems Status – Capture Forward Pricing Agreements, Recommendations and Proposals for cost elements evaluation – Capture buildup of Overhead, G&A and other indirect rates Note – An adequate accounting system is required for award (FAR 16.301-3) 45
46
Point of Contact & Audit Template (Government Evaluation Process) 46 POINTS OF CONTACT & AUDIT DATA POINTS OF CONTACT INSERT COMPANY NAME Check one of the following: Prime Contractor [ ] Major Subcontractor [ ] NameAddressCityStateZipPhoneFaxEmail DCAA DCMA - ACO (If available) DCMA - DACO (If available) CONTRACTOR OTHER INFORMATION TO BE PROVIDED Other Required InformationAudit Report NumberDate Forward Pricing Rate Agreement (FPRA) or Recommendation (FPRR) * * Provide copy of most current FPRA or FPRR, or status of any Forward Pricing Rate Proposal Identify all other Cost Accounting Standards (CAS) agreements that impact this acquisition. ** **Provide narrative of agreement summary with proposal submission Identify most recent Disclosure Statement (DS) date, approval date, and applicable audit report number. *** ***If DS not approved, provide status and brief description of issues Identify all unresolved flash reports/ system deficiency reports. **** **** Provide status and brief description of issues, and audit report if available Identify all outstanding CAS Noncompliance and applicable audit report number. **** Financial Capability Audit Pre-Award Accounting/Billing System Audit Post-Award Accounting/Billing System Audit
47
Common Cost/Price Volume Errors (Government Evaluation Process) Examples of proposals with omissions: – Detail on Overhead, G&A and Other Indirect Rates not sufficient or not provided – Narrative supporting rationale Examples of failure to follow Section L Cost/Price Template instructions: – Fully Burdened Labor Rates placed where Direct Labor Rates are required – Placing hard numbers where formulas were appropriate – Not submitting all system status information required by the Final RFP Inconsistencies between the Model Contract and the Cost/Price Volume 47
48
48 Section M, Proposal Evaluation Overview Kirby Condron
49
Evaluation Factors for Award (Proposal Evaluation Overview) Technical Acceptability – All unacceptable proposals will be eliminated from consideration: – Acceptable – Each element will be at a level of completeness, feasibility and reasonableness where associated risks do not jeopardize an acceptable level of contract performance. All Technical Acceptability criteria must be passed to be considered technically acceptable. – Potentially Acceptable – Results when, after the initial evaluation, the evaluator anticipates additional information that could be provided by an Offeror during discussions would result in a proposal rating of acceptable. Although an Offeror may receive a rating of “Potentially Acceptable” it does not guarantee that discussions will be held or that the Offeror will automatically be included in the competitive range if discussions are held. – Unacceptable - The proposal does not meet the Government’s requirements. 49
50
Past Performance (Proposal Evaluation Overview) Past Performance information will be gathered from: – Reference information submitted to NASA; – References contacted directly by NASA; and – Other information NASA obtains, such as information from the Contractor Performance Assessment Reporting System (CPARS), which is the Government- wide past performance database Past Performance will be evaluated for recency and relevancy with the following ratings assigned as: – Very relevant – Relevant – Somewhat relevant – Not relevant An Offeror‘s Past Performance Confidence Assessment Ratings will be assigned as: – Very High Level of Confidence – High Level of Confidence – Moderate Level of Confidence – Low Level of Confidence – Very Low Level of Confidence 50
51
Value Characteristics (Proposal Evaluation Overview) – Significant Value Added – The Offeror’s proposed response to the Predefined Value Characteristic is appropriate for/applies to the value characteristics and would substantially improve performance and/or substantially enhance overall contract objectives. – Value Added – The Offeror’s proposed response to the Predefined Value Characteristic is appropriate for/applies to the value characteristic and would improve performance and/or enhance overall contract objectives. – No Value Added - The Offeror’s proposed response to the Predefined Value Characteristic is not appropriate for or does not apply to the Value Characteristic, and/or the Offeror’s response to the Predefined Value Characteristic would have little or no effect on performance and/or enhance overall contract objectives. 51
52
Cost/Price (Proposal Evaluation Overview) To ensure that the final agreed-to prices are fair and reasonable the Government will perform price analysis and will also perform cost analysis to include a cost realism analysis and cost confidence level. Total probable cost will be the sum of the Basic, Option A, and Option B probable costs. Fee for Probable Cost: – Target fee for Delivery Incentive – Target fee for Technical Performance Incentive – For Cost Incentive fee, the fee will be derived by applying the probable cost to the cost incentive parameters proposed in Section J-10, Incentive Fee Plan. – Options A and B only apply to the Cost Incentive 52
53
Tradeoff Analysis (Proposal Evaluation Overview) For those Offerors who are determined to be technically acceptable, tradeoffs will be made between predefined value characteristics, past performance, and cost Past performance is more important than the combined value of the predefined value characteristics The predefined value characteristics are considered of equal value to one another Past Performance and predefined value characteristics, when combined, are significantly more important than cost 53
54
54 C2V2 Schedule and Closing Remarks Kirby Condron
55
Pre-Proposal Conference Remarks Topics covered today are not inclusive and potential Offerors should not place any added emphasis based on the content of this briefing. Information provided today is to assist in the development of proposals; however, the Final RFP will take precedence over information provided in this presentation. Please continue to monitor the NASA Acquisition Internet Service (NAIS) and C2V2 Website for information related to this procurement. Official responses to written (e-mailed) questions will be posted to the C2V2 Website and NAIS via a future synopsis. Please provide inputs on the Incentive Fee Plan, Government Furnished Property, and the Value Characteristics as requested in the DRFP cover letter. 55
56
Procurement Schedule (Subject to Change) 56 MilestoneDate Sources Sought Synopsis August 5, 2010 Issue Draft Request for Proposal October 14, 2011 Pre-Proposal Conference November 3, 2011 Industry Comments on DRFP DueNovember 10, 2011 Issue Final RFPNovember 22, 2011 Proposals DueJanuary 12, 2012 Contract AwardApril 27, 2012
57
References NASA Federal Acquisition Regulation Supplements (NFS) http://nais.nasa.gov/far/ General Information http://www.nasa.gov/ Occupational Safety & Health Administration http://www.osha.gov/ JSC Safety and Health handbook (JPR 1700.1) http://jschandbook.jsc.nasa.gov/ 57
58
Questions? Please let us know if you have any questions regarding the information provided today 58
59
Thank you for attending the Johnson Space Center Pre-Proposal Conference for the C2V2
Similar presentations
© 2025 SlidePlayer.com. Inc.
All rights reserved.