Presentation is loading. Please wait.

Presentation is loading. Please wait.

National Aeronautics and Space Administration www.nasa.gov 1 Science and Space Exploration Technology Support (SSETS) Pre-Proposal Conference NASA Glenn.

Similar presentations


Presentation on theme: "National Aeronautics and Space Administration www.nasa.gov 1 Science and Space Exploration Technology Support (SSETS) Pre-Proposal Conference NASA Glenn."— Presentation transcript:

1 National Aeronautics and Space Administration www.nasa.gov 1 Science and Space Exploration Technology Support (SSETS) Pre-Proposal Conference NASA Glenn Research Center Cleveland, OH Wednesday, January 9, 2008

2 National Aeronautics and Space Administration www.nasa.gov 2 Agenda NASA and NASA Glenn Research Center (GRC) Overview GRC Unique Facilities Historical Information Current RFP Uniform Contract Format (Request for Proposal) Evaluation Process Small Business Opportunities Key Dates for Acquisition Tracking Solicitation NNC08215212R Communications with Offerors Answers to Questions Submitted Questions from the Audience

3 National Aeronautics and Space Administration www.nasa.gov 3 NASA and NASA Glenn Research Center (GRC) Overview 1. Return to Moon trailer (2 minutes) 2. The People, Places and Projects of NASA Glenn Research Center (3.5 minutes) 3. Achieving the Extraordinary (3.5 minutes)

4 National Aeronautics and Space Administration www.nasa.gov 4 NASA and NASA Glenn Research Center (GRC) Overview (continued) The contract will primarily support the Exploration Systems Mission Directorate (ESMD). The contract will support a number of GRC’s core capabilities (competencies), including: –Fluids, Combustion and Reacting Systems Including Gravity Dependence –Interdisciplinary Bioengineering for Human Systems –Test and Evaluation for Atmospheric, Space and Gravitational Environments

5 National Aeronautics and Space Administration www.nasa.gov 5 GRC Unique Facilities 2.2 Second Drop Tower 5.2 Second Zero Gravity Facility Access to NASA’s Low-Gravity Aircraft Telescience Support Center to provide link to ISS for operation and monitoring of space flight experiments Bio-photonics Lab includes two-photon microscope, three-dimensional near-field microscope, and optical coherence tomography Vision and Bio-device Lab with state-of-the-art light scattering and imaging Cell Culture Lab for mammalian cell culture with immunofluorescence staining, cryostorage, ribonucleic acid (RNA) isolation and gel electrophoresis capabilities Exercise countermeasures lab

6 National Aeronautics and Space Administration www.nasa.gov 6 GRC Unique Facilities (continued) Aerosol lab with capabilities to measure and characterize nano and micron size particles Combustion labs with state-of-the-art diagnostics capabilities to study materials flammability Access to surface mobility and soils lab Thermal systems development labs Fluid physics and diagnostics labs Complex fluids labs with capabilities for granular mechanics and small-scale excavation measurements Access to environmental and vacuum chambers Computational modeling and simulation, tools and capabilities

7 National Aeronautics and Space Administration www.nasa.gov 7 Historical Information Both Cooperative Agreements were awarded to Universities Space Research Association (USRA), a private non-profit organization. Case Western Reserve University (CWRU) was a partner on both cooperative agreements.

8 National Aeronautics and Space Administration www.nasa.gov 8 Current RFP Period of Performance: 5 years from effective contract date –Two Year Base Period –Three One-Year Options Estimated value: $3.5 million per year for 5 years. Total estimated value of $17.5 million Contract type: Cost plus fixed fee (CPFF) Indefinite delivery indefinite quantity (IDIQ) task orders Proposals due: January 29, 2008 by 3:30pm Eastern time

9 National Aeronautics and Space Administration www.nasa.gov 9 Uniform Contract Format (Request for Proposal)

10 National Aeronautics and Space Administration www.nasa.gov 10 Uniform Contract Format (Request for Proposal) (continued) We will discuss only certain sections and areas of interest. It is the responsibility of the offeror to read the entire Request for Proposal (RFP), Attachments, and all amendments to the RFP. The RFP is also called a solicitation. Amendments to the RFP will be issued on a Standard Form (SF) 30, Amendment of Solicitation/Modification of Contract.

11 National Aeronautics and Space Administration www.nasa.gov 11 Section A (Solicitation/Contract Form) Standard Form (SF) 33, Solicitation, Offer and Award Block 9: shows date and time the proposals are due. Block 12: proposal is firm for a period not fewer than 180 days. Paragraph (d) of FAR 52.215-1, “Instructions to Offerors—Competitive Acquisitions,” allows the offeror to propose a different validity period. See Section L.10(a)(1)c. Block 14: acknowledgement of solicitation amendments. See Section L.10(a)(1)b. Blocks 12 through 18 completed and signed by an official authorized to contractually bind the offer. See Section L.10(a)(2)).

12 National Aeronautics and Space Administration www.nasa.gov 12 Section B (Supplies and Services) Estimated value: $3.5 million per year for 5 years. Total estimated value of $17.5 million Contract minimum: $25,000 Contract maximum: $35 million Contract type: Cost plus fixed fee (CPFF) Indefinite delivery indefinite quantity (IDIQ) task orders Single award: only one vendor will be awarded the contract.

13 National Aeronautics and Space Administration www.nasa.gov 13 Section C (Description/Specs/Work Statement) Statement of Work Purpose: Specialized research and technology development capabilities essential to GRC’s role in NASA’s Vision for Space Exploration (VSE). Technical areas in the proposed effort include: 2.1 Exploration Technology Development –Perform research, analysis, and testing to support technology/system development required to fill any identified technology gaps necessary to ensure mission success for NASA’s VSE. 2.2 In-Space Experiment Development –Provide technical support for the design and development of aeronautical and space systems in all developmental phases including project scientist support for space flight experiments.

14 National Aeronautics and Space Administration www.nasa.gov 14 Section C (Description/Specs/Work Statement) (continued) 2.3 Physical and Biological Systems Research, Modeling, Analysis and Development –Develop/apply quantitative tools and measuring/sensing technologies from physical/engineering systems to develop novel interdisciplinary models and methodologies to provide new insights into the functioning of biological systems. 2.4 Space and Earth Science Research –Define areas for future research in Space and Earth Sciences to expand and build upon the existing GRC capabilities. 2.5 Program Development –Develop collaborative relationships with multiple educational/research institutions to enhance NASA GRC’s core capabilities while also enhancing the nation’s science and engineering talent pool through educational/training opportunities.

15 National Aeronautics and Space Administration www.nasa.gov 15 Section F (Deliveries or Performance) Period of Performance: 5 years from effective contract date –Two Year Base Period –Three One-Year Options

16 National Aeronautics and Space Administration www.nasa.gov 16 Section J (List of Attachments)

17 National Aeronautics and Space Administration www.nasa.gov 17 Section L (Instructions, Conditions, and Notices to Offerors) Proposal Submission Proposal Page Limitations

18 National Aeronautics and Space Administration www.nasa.gov 18 Section L (Instructions, Conditions, and Notices to Offerors) (continued)

19 National Aeronautics and Space Administration www.nasa.gov 19 Section L (Instructions, Conditions, and Notices to Offerors) (continued) Instructions to Offerors – Competitive Acquisition (FAR 52.215-1) –Intend to award contract without discussions. FAR 15.306(a) allows clarifications (limited exchanges between Government and offerors). Resolve minor or clerical errors. –Government reserves the right to conduct discussions. –Competitive range may be established. NFS 1815.306(c)(2): a total of no more than three proposals shall be a working goal in establishing the competitive range. –Offerors are encouraged to submit their most favorable and realistic cost/price proposals.

20 National Aeronautics and Space Administration www.nasa.gov 20 Section M (Evaluation Factors for Award) 1. Mission Suitability Factor

21 National Aeronautics and Space Administration www.nasa.gov 21 Section M (Evaluation Factors for Award) (continued) Mission Suitability Subfactor 1, “Understanding the Approach to Sample Tasks”: Sample tasks are located in Section J, Attachments A through E. Mission Suitability Factor – three subfactors scored based on numerical weights, which indicate the relative importance of those evaluation areas:

22 National Aeronautics and Space Administration www.nasa.gov 22 Section M (Evaluation Factors for Award) (continued) Mission Suitability is higher in importance than Past Performance. Mission Suitability and Past Performance individually are more important than Cost. Government will evaluate cost/price proposal for cost realism. Government will determine probable cost. Mission Suitability scores will be adjusted based on the percentage differences between proposed and probable cost.

23 National Aeronautics and Space Administration www.nasa.gov 23 Section M (Evaluation Factors for Award) (continued) 2. Cost/Price –Use the NASA Form 533 format described in Section G.3, NFS 1852.242-73 “NASA Contractor Financial Management Reporting”, tailored to your organization.

24 National Aeronautics and Space Administration www.nasa.gov 24 Section M (Evaluation Factors for Award) (continued) Offeror shall provide cost proposal for each sample task and entire proposal –By Reporting Category –By Month –Summarized by year –Summarized for total contract –Direct labor categories must be identified separately. Offeror shall provide fully-burdened hourly rates –For each labor category/skill level –By Reporting Category –By Contract Year Basis of estimate is required. Supporting rationale for fee is voluntary. Cost/price is not scored; but will receive an adjectival rating.

25 National Aeronautics and Space Administration www.nasa.gov 25 Section M (Evaluation Factors for Award) (continued) 3. Past Performance –Customer prepares Past Performance Questionnaires for three contracts/grants/cooperative agreements –Performed within the past three (3) years –Similar in size, scope and magnitude of the work being procured –Completed questionnaires sent directly to Contracting Officer –Past Performance is not scored; but will receive an adjectival rating.

26 National Aeronautics and Space Administration www.nasa.gov 26 Small Business Opportunities Promotion of small business opportunities: –Interested Parties List posted on October 3, 2007 (with the Draft RFP) and on December 27, 2007. –Pre-proposal conference held on January 9, 2008. We provided notice of the Pre-Proposal Conference to private industry in the following manner:

27 National Aeronautics and Space Administration www.nasa.gov 27 Small Business Opportunities (continued) Approximately 40 industry representatives attended the conference –28 businesses represented 4 other than small businesses 24 small businesses

28 National Aeronautics and Space Administration www.nasa.gov 28 Small Business Opportunities (continued) NFS 1852.219-76, NASA 8 percent goal –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.

29 National Aeronautics and Space Administration www.nasa.gov 29 Small Business Opportunities (continued) This is an unrestricted procurement (full and open competition). The North American Industry Classification System (NAICS) code is 541712—Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology). The Small Business Size Standard is 500 employees (average employment of a firm). A size standard is the largest that a for-profit concern can be and still qualify as a small business for Federal Government programs. Calculation of average employment of a firm can be found in 13 CFR 121.106. Small business subcontracting goals (targets) have been specified for this procurement.

30 National Aeronautics and Space Administration www.nasa.gov 30 Small Business Opportunities (continued)

31 National Aeronautics and Space Administration www.nasa.gov 31 Key Dates for Acquisition

32 National Aeronautics and Space Administration www.nasa.gov 32 Tracking Solicitation NNC08215212R SSETS website: http://procurement.nasa.gov/cgi-bin/eps/synopsis.cgi?acqid=127312 NASA Business Opportunities e-mail notification: http://procurement.nasa.gov/cgi-bin/nens/index.cgi Register to track acquisitions by: –1. product / service class code –2. NASA center; and / or –3. acquisition number (Acquisition number for SSETS procurement is NNC08215212R) Federal Business Opportunities (FedBizOpps): http://www.fedbizopps.gov/ Click on FedBizOpps Vendors Acronym: Select NASA On the right hand side, under “Vendors Links,” click on “Vendor Notification Service” Register to track acquisitions by: –1. Solicitation number (Solicitation number for SSETS procurement is NNC08215212R) –2. Selected organizations and product service classifications –3. All procurement notices –4. A report of all vendor notification registrations.

33 National Aeronautics and Space Administration www.nasa.gov 33 Communications with Offerors RFP released on December 20, 2007. “Blackout Notice” issued on December 20, 2007. NFS 1815.201(f): all personnel associated with the acquisition are to refrain from communicating with prospective offerors and to refer all inquiries to the Contracting Officer. It is recognized that certain personnel have a need to communicate with prospective offerors relative to the performance of ongoing work under existing contracts, grants or cooperative agreements. Such communications are permissible, but limited solely to existing contracts, grants and cooperative agreements and may not be expanded into matters relating to this acquisition.

34 National Aeronautics and Space Administration www.nasa.gov 34 Communications with Offerors (continued) Comments on RFP, Attachments, and Amendments are encouraged. The Contracting Officer will continue to provide information if it does not: –Create an unfair competitive advantage, or –Reveal proprietary data.

35 National Aeronautics and Space Administration www.nasa.gov 35 Communications with Offerors (continued) Direct all inquiries to: Teresa Monaco, Contracting Officer NASA Glenn Research Center Research and Space Operations Branch, M/S 500-305 21000 Brookpark Road Cleveland, OH 44135-3191 Phone: 216.433.8293 FAX: 216.433.5489 E-mail: Teresa.L.Monaco@nasa.gov

36 National Aeronautics and Space Administration www.nasa.gov 36 Communications with Offerors (continued) To contact personnel regarding proposal receipt and specific proposal plans:

37 National Aeronautics and Space Administration www.nasa.gov 37 Answers to Questions Submitted Q1. In section L.16 (c) it is stated that the offeror shall identify any property it intends to use, etc. In light of the scope of work described in Section C, it is anticipated that most if not all of the equipment listed in Appendix H would be needed. Should the offeror identify only the equipment it intends to use for the Sample Tasks or should it identify all the equipment it would use within the broader scope of work described in section C? A1: Section L.16(c) pertains to NFS 1852.245-80, “Government Property Management Information.” This provision requires the contractor to provide a Property Management Plan. This plan applies to the entire proposed effort and is required in Section M, Mission Suitability Factor, Management Approach Subfactor, item (viv). Section M, Mission Suitability Factor, Understanding the Approach to Sample Tasks Subfactor, requires the offeror to demonstrate an understanding of the technical requirements of the sample tasks. As stated in the Draft Request for Proposal Comments dated November 19, 2007, answer to question 1(v), “The contractor shall list required facilities and equipment necessary to perform the sample tasks to demonstrate their understanding of the task. However, the contractor need not price them.”

38 National Aeronautics and Space Administration www.nasa.gov 38 Answers to Questions Submitted (continued) Q2. In section G.15 (c) specific GFP items are listed and include office and work space. In addition to specific equipment listed in section J Appendix H, –a. Is it necessary to request specific work space, office space and utilities at this time? –b. If the answer to (a) is yes, should the work space, office space and utilities needed be only for the sample tasks, or does this apply to anticipated needs for the broader scope of work discussed in section C? A2: (a) No, it is not necessary to request specific work space, office space and utilities at this time. NFS 1852.245-71 and GRC 52.245-109 property clauses identify the types of facilities, property, and services the Government will provide the on-site contractor. NFS 1852.245-76, List of Government Property Furnished Pursuant to FAR 52.245-1, allows for the Government to provide additional property. The RFP has a typographical error for the clause title, NFS 1852.245-76; we will amend the RFP. (b) Answer not required.

39 National Aeronautics and Space Administration www.nasa.gov 39 Questions from the Audience


Download ppt "National Aeronautics and Space Administration www.nasa.gov 1 Science and Space Exploration Technology Support (SSETS) Pre-Proposal Conference NASA Glenn."

Similar presentations


Ads by Google