Download presentation
Published byKellie Lawson Modified over 9 years ago
1
Safety & Mission Assurance, Audits and Assessments (SMA3)
Information Exchange Presentation December 1, 2015 Amanda L. George- Contracting Officer (CO) Stephanie R. Ferguson- Contracting Officer’s Representative (COR)
2
AGENDA Introduction General Description Contract Background
Contract Summary Scope of Work- Sample Task and 2 Task Orders Period of Performance Source Selection Procedures- Mission Suitability, Relevant Experience and Past Performance, and Cost/Price Special Contract Clauses Government Furnished Property (GFP) Tentative Procurement Schedule Information Exchange Attendees List Questions
3
INTRODUCTION COR and CO will present slides
SEB members will be on stand-by for specific questions, if needed Questions may be asked at anytime during the presentation Questions may also be submitted after the presentation by phone or by to COR and CO only, is preferable The Government does not intend to formally respond to Draft RFP comments, but will consider comments when finalizing the Request for Proposal (RFP) Stephanie R. Ferguson, COR Amanda L. George, CO
4
GENERAL DESCRIPTION This is an Agency contract that is managed by the NASA Safety Center (NSC) through the Glenn Research Center. The NSC was established by the NASA’s Office of Safety and Mission Assurance (OSMA) to support the Safety and Mission Assurance (SMA) requirements of NASA’s mission programs and projects. This contract will provide Safety & Mission Assurance, Audit and Assessment (SMA3) Services to NASA Headquarters (HQ), NASA Centers, NASA Programs/Projects, and other NASA activities through the NSC.
5
CONTRACT BACKGROUND This requirement will be a follow-on contract to the current A3 contract NNC11BA15B- Audits, Assessments and Assurance (A3) Honeywell Technology Solutions, Inc. (HTSI) Large Business Contract type: CPFF, IDIQ contract Period of performance: 6/27/2011 to 6/26/2016
6
CONTRACT SUMMARY Title: Safety and Mission Assurance, Audits and Assessments (SMA3) Place of Performance: Agency-wide contract with work at the NSC, GRC, HQ, JSC, GSFC, LaRC, ARC, and other NASA suppliers/other facilities, as directed by the Government Contract Type: Cost Plus Fixed Fee (CPFF) with Indefinite Delivery – Indefinite Quantity (IDIQ) task orders Type of Competition: Full and Open NAICS Code: – Other Scientific and Technical Consulting Services and $15 million, respectively Contract Period: Three (3) year base with a single two (2) year option Phase-in Period: Thirty (30) days, Firm Fixed Price (FFP)
7
SCOPE OF WORK The types of services required include but aren’t limited to: audit/assessment support, quality engineering and assurance, software safety and assurance, working group support, training and outreach, program support, Surveys, Audits, Assessment, and IT Systems Support. 3.1 Audit/Assessment/Analysis Support 3.1.1 NSC Audits and Assessments Office (AAO) Institutional, Facility and Operational Safety Audit (IFOSA) Requirements Evaluation, Documentation Assessment and Analysis (REDAA) Quality, Audit, Assessment and Review (QAAR) Supplier Quality Management Assessments Supplier/Supply Chain Risk Assessments 3.1.4 Internal Quality Management Audits/Assessments 3.1.5 Independent Assessments 3.1.6 Organizational Safety Assessments
8
SCOPE OF WORK CON’T 3.2 Other Support
3.2.1 Institutional Safety Assessment and Hazard Analysis 3.2.2 System Safety Hazard Analysis 3.2.3 Reliability and Maintainability Analysis 3.2.4 Risk Analysis and Management 3.2.5 Supplier/Supply Chain Data Management and Analytics 3.2.6 Software Safety and Software Assurance 3.2.7 Training and Outreach (which includes working group) 3.2.8 Program Support 3.3 Quality Engineering and Assurance (Bulk of IDIQ work) 3.4 Information Systems 3.4.1 Surveys, Audits, Assessments, and Reviews Information System (SAARIS) 3.4.2 Meta Information System Support
9
SCOPE OF WORK CON’T 4.0 NASA SMA3 Task Management
5.0 Business Management and Administration 5.1 Management 5.2 Management Reviews 5.2.1 Quarterly Coordination Meetings 5.2.2 Monthly Contract Review Meetings 5.2.3 Regular Meetings and Teleconferences 6.0 Applicable Documents Lists applicable NPD/NPR and industry standards to be used
10
ATTACHMENT J.2(I) – SURVEILLANCE SUPPORT SAMPLE TASK
Work at multiple locations, 1 WYE assumed unless otherwise specified in the Statement of Work: Primary Mirror Segment Assembly Focus Corporation, Friendship, AR Non-Explosive Actuator National Optical Corporation, Big Fork, TN Electrical Power Subsystem Underground Telescope Company, Boulder, CO Mechanical and Electromechancial Aerospace Optics System, Phoenix Cryogenic and Thermal Vacuum Testing Lex Corporation, Houston, TX
11
ATTACHMENT J.2(J) - AAO AUDIT SUPPORT TASK ORDER
Period of Performance 7/1/16 – 1/31/2017 3 Main Audit areas: Requirements Evaluation and Document Assessment & Analysis (REDAA) Institutional/Facility/Operational Safety Audit (IFOSA) Quality, Audits, Assessments, and Review (QAAR)
12
ATTACHMENT J.2(K) – INTEGRATED SUPPLY CHAIN MANAGEMENT SERVICES FOR NASA GSFC TASK ORDER
Period of Performance 7/1/16 – 1/31/2017 4 Elements: Task Management Analysis Learning Supplier Assessments
13
PERIOD OF PERFORMANCE Per Part 17, both the Federal Acquisition Regulations (FAR) and the NASA FAR Supplement (NFS) restrict contract length to five years, therefore, the period of performance will be five years Phase-In Period (maximum of 30 days) shall be allotted; If cost is proposed it shall be on a Firm Fixed Price (FFP) basis Three (3) year base + a single two (2) year option Per FAR , “Option to Extend Services”, the contract may be extended up to 6 months past the end of the contract’s period of performance. Contract Period Contact Type Months Period of Performance Phase-in FFP 1 30 days prior to award Base CPFF 36 July 1, 2016 – June 30, 2019 Option 24 July 1, 2019 – June 30, 2021 Extension Up to 6 July 1, 2021 – December 31, 2021
14
SOURCE SELECTION PROCEDURES
This procurement will use a best value selection approach. Contract award base on FAR Part 15- Contract by Negotiation Evaluation Factors include: Mission Suitability, Relevant Experience and Past Performance, and Cost/Price. Only Mission Suitability will be scored. The relative importance of the evaluation factors is: Mission Suitability is more important than Past Performance. Past Performance is of approximately equal importance to Cost/Price. However, Mission Suitability and Past Performance when combined, are significantly more important than Cost/Price.
15
MISSION SUITABILITY Subfactor A: Understanding the Requirements (UTR) (400 points) UTR1: Understanding the Requirements UTR2: Task Orders/Sample Tasks Subfactor B: Management Approach (MA) (350 points) MA1: Management Plan MA2: Organizational Structure/Partnering Approach MA3: Staffing, Recruitment, Retention and Compensation MA4: Key Personnel Subfactor C: Phase-in Plan (PIP) (150 points) PIP1: Phase-In Plan Subfactor D: Small Business Utilization Plan (SBUP) (100 points) SBU1: Small Business Plan SBU2: Commitment to the Small Business Program NOTE: Subfactors are notional and subject to change
16
RELEVANT EXPERIENCE AND PAST PERFORMANCE:
The Government will evaluate relevant experience and past performance, including that of any Major Subcontractors/Teaming Partners, by utilizing information in the following three (3) areas: Past Performance Narrative (PPN) Past Performance Questionnaires (PPQ) Past Performance Database (PPD) The results of the relevant experience and past performance evaluation in the above three areas will receive equal weighting in determining the Level of Confidence rating. The Government reserves the right to seek out other sources of past performance information. Offerors without a record of relevant experience and past performance shall receive a neutral rating in accordance with the FAR.
17
RELEVANT EXPERIENCE AND PAST PERFORMANCE:
Relevancy: The Government will evaluate the Offeror’s, major subcontractor’s and/or teaming partners’ experience over the past three (3) years to determine whether it has relevancy to the overall requirements of the RFP. Consideration will be given to size, content, complexity, value, contract type, recency, customer, as compared to the overall requirements of the RFP. Performance: The Government will evaluate the Offeror’s, major subcontractors and/or teaming partners’ overall performance over the past three (3) years by considering items such as rating history and past performance as compared to the overall requirements of the RFP. In addition, the Government will evaluate cost management history, problems and resolution, contract terminations, relationship with subcontractors or teaming partners (including previous relationships with proposed teaming partners), management of large subcontractors, task order administration, cooperation with prior clients, and timeliness of complete business products.
18
COST/PRICE The Cost/Price evaluation factor is not numerically scored.
A cost realism analysis will be conducted to ensure that a fair and reasonable price is paid by the Government and to assess the reasonableness and realism of the proposed costs. The cost evaluation will be conducted in accordance with FAR (a)(1), FAR , NFS (a)(1)(B) and (a)(3)(B), and NFS The Forecasted Price and two Task Orders (Attachment J.2(J)- AAO Audit Support Task Order and Attachment J.2(K)- Integrated Supply Chain Management Services for NASA GSFC Task Order) proposed prices will be presented to the SSA for their consideration in the selection decision.
19
SPECIAL CONTRACT CLAUSES
Section C- Mandated and Required Training for onsite Contractor and Subcontractor Personnel (GSR 37-2) Section G- Travel Outside of the United States (NFS ), List of Government Furnished Property (NFS ) Section H- Limitation of Future Contracting (NFS ), Denied Access to NASA Facilities ( ), Personal Identity Verification (PIV) Card Issuance Procedures (GRC ), Contract Value Surge (GRC Unique Clause)- up to 20% Section I- Option to Extend Services (FAR ), Option to Extend the Term of the Contract (FAR ), Utilization of Small Business Concerns (FAR ), Small Business Subcontracting Plan (Deviation) (ALT II) (FAR ), NASA Mentor Protégé Program (NFS ), Access to Sensitive Information (NFS ), Release of Sensitive Information (NFS ), Foreign Travel (GRC )
20
GOVERNMENT FURNISHED PROPERTY
For the SMA3 contract, we are proposing to provide all contractor employees needing NASA IT access, ACES laptops. (Approximately 40.) Please note that contract employees performing surveillance work, out in the field, seldom need NASA IT access. By doing this it will: Address NASA’s movement to requiring the utilization of PIV card(s) for access to: Laptops Wireless Networks Applications Utilize ACES Laptops to ensure that all FISMA requirements will be satisfied such as: DAR compliance Encryption is compliant Malware protection is compliant Software load is managed by ACES Note: No other peripheral equipment will be supplied
21
TENTATIVE PROCUREMENT SCHEDULE
Sources Sought Notice September 3, 2015 Procurement Strategy Meeting (PSM) October 30, 2015 Draft RFP, NNC16ZNC008R November 20, 2015 Information Exchange (Adobe Connect) December 1, 2015 Issue Final RFP/Blackout Notice December 18, 2015 Questions for Final RFP due January 8, 2016 PPQs and Final Proposals Due January 26, 2016 Evaluations Complete Source Selection Briefing Full Performance
22
INFORMATION EXCHANGE ATTENDEES LIST
If your company would like to be a part of the information exchange attendees list, please provide the following information: Company Name Company Address POC name POC POC phone number Send information to: Amanda L. George (Contracting Officer) at Please reference the Draft RFP, NNC16ZNC008R, in the title of the The attendees list will be posted to FedBizOpps.gov following the Information Exchange presentation (NOTE: This is not mandatory)
Similar presentations
© 2025 SlidePlayer.com. Inc.
All rights reserved.