Download presentation
Presentation is loading. Please wait.
Published byJonah Waters Modified over 9 years ago
1
National Aeronautics and Space Administration Mission Integration Contract 1 International Space Station (ISS) Mission Integration Contract (MIC) Pre-proposal Conference Monday, November 9, 2009 Johnson Space Center
2
National Aeronautics and Space Administration Mission Integration Contract 2 Welcome - 9:00 a.m. o BG/Jenny Arkinson, Contract Specialist Opening Remarks – 9:05 a.m. o BA/Jeff Cullen, Deputy Director, JSC Office of Procurement o OC/Charlene Gilbert, ISS MIC SEB Chair Procurement Overview – 9:20 a.m. o BG/Jenny Arkinson, Contract Specialist Draft RFP Highlights – 9:30 p.m. o BG/Jenny Arkinson, Contract Specialist Pricing Instructions – 10:30 a.m. o BD/Roberto Perez, Pricing Analyst Safety and Health – 11:15 a.m. o OC/Charlene Gilbert, ISS MIC SEB Chair Closing Remarks – 11:30 a.m. o BG/Jenny Arkinson, Contract Specialist Agenda
3
National Aeronautics and Space Administration Mission Integration Contract 3 Safety and Administrative Information Fire Exits Fire Exit Restrooms Cell phones and pagers should be in the “off” or “vibrate” setting 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.
4
National Aeronautics and Space Administration Mission Integration Contract 4 Disclaimer These slides are not to be interpreted as a comprehensive description of the requirements in the Draft Request For Proposal (RFP) To the extent there are any inconsistencies between this briefing and the solicitation, the solicitation will govern
5
National Aeronautics and Space Administration Mission Integration Contract 5 Opening Remarks Jeff Cullen Deputy Director, JSC Office of Procurement
6
National Aeronautics and Space Administration Mission Integration Contract 6 Opening Remarks Charlene Gilbert ISS MIC SEB Chair
7
National Aeronautics and Space Administration Mission Integration Contract 7 SOURCE SELECTION AUTHORITY Kirk Shireman(OA) SEB Voting Members Charlene Gilbert, Chair (OC) Jenny Arkinson, Contract Specialist (BG) Brian Dyer (OA) Sophia LeCour (OX) Jenny Arkinson, Recorder (BG) Source Evaluation Board
8
National Aeronautics and Space Administration Mission Integration Contract 8 Background The purpose of this Pre-proposal Conference is: –To help Industry understand the Government’s requirements and objectives pertaining to the Draft Request For Proposal (RFP) NNJ09ZBG002R for the International Space Station (ISS) Program Mission Integration Contract (MIC) follow-on contract –To promote competition on the MIC Follow-on acquisition for the ISS Program –To encourage offerors to submit questions and comments in writing via the MIC acquisition website or in person during the Pre-proposal Conference no later than November 12, 2009. The Government will officially respond in writing to all questions submitted by posting them to NASA Acquisition Internet Service (NAIS) and the MIC acquisition websites.
9
National Aeronautics and Space Administration Mission Integration Contract 9 Verbal questions will be answered during the Pre- proposal Conference. Responses to verbal questions will not be considered official. The Government expects that verbal questions received from Industry will be followed up in writing. All questions will be collected in writing at the end of this presentation. Questions submitted in writing will be answered and posted to the MIC acquisition website and will be considered official responses. If a difference exists between verbal and written responses to questions, the written responses shall govern. Responses to Questions
10
National Aeronautics and Space Administration Mission Integration Contract 10 Pre-proposal Conference Remarks Topics covered today are not inclusive and potential offerors should not interpret their inclusion in this briefing as an indicator of importance to the Government Information provided today is to assist in the development of proposals; however, the Final RFP will take precedence Continue to monitor the NAIS http://procurement.nasa.gov and MIC acquisition http://procurement.jsc.nasa.gov/issmic websites for updates Official responses to written (e-mailed) questions will be posted to the MIC acquisition website and NAIS Final RFP release is planned for December 11, 2009 at which time the technical library will be frozen
11
National Aeronautics and Space Administration Mission Integration Contract 11 Procurement Overview Jenny Arkinson Recorder & Contract Specialist
12
National Aeronautics and Space Administration Mission Integration Contract 12 Contractual Highlights COMPETITION TYPE: Small Business Set-Aside CONTRACT TYPE: Firm-Fixed-Price and Indefinite-Delivery Indefinite-Quantity (IDIQ) using Fixed Rates PERIOD OF PERFORMANCE: Seven Years, Three Months Base Period (5 Years, 3 Months)10/01/10 – 12/31/15 Option One (1-year)01/01/16 – 12/31/16 Option Two (1-year)01/01/17 – 12/31/17 CONTRACT PHASE-IN:95 Days prior to Contract Start
13
National Aeronautics and Space Administration Mission Integration Contract 13 (OA-n)ISSP MilestonesPlan Draft RFP Release10/22/2009 Pre-proposal Conference11/09/2009 Draft RFP questions Due11/12/2009 Release Final RFP12/11/2009 Past Performance Proposal Due Date01/28/2010 Proposal Due Date02/11/2010 Contract Award06/25/2010 Phase-In06/28/2010 Contract Start10/01/2010 Acquisition Milestones
14
National Aeronautics and Space Administration Mission Integration Contract 14 Technical Library The Technical Library was posted October 22, 2009 to the MIC acquisition website @ http://procurement.jsc.nasa.gov/issmic In order to gain access to the ISS Mission Integration Contract (MIC) Follow-on technical library, please email the following information to the Contract Specialist to obtain a Password and ID o Full Company Name o Company Address o Point of Contact o Phone Number o IP Address o Foreign Company (Yes/No) o CAGE Code
15
National Aeronautics and Space Administration Mission Integration Contract 15 Installation Ombudsman: Melanie Saunders, Associate Director (Management) 2101 NASA Parkway Building 1, Room 817E Telephone Number: 281-483-0490 Fax Number: 281-483-2200 Ombudsman (Clause II.A.27, 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…” Points of Contact
16
National Aeronautics and Space Administration Mission Integration Contract 16 Points of Contact: Contracting Officer: Eric Schell, 281-244-6425 Contract Specialist: Jenny Arkinson, 281-244-0164 Web Address: http://procurement.jsc.nasa.gov/issmic o Click on the “Anonymous Questions to Contracting Officer” link to submit a question o The “Anonymous Questions to Contracting Officer” link will close down after issuance of the Final RFP Points of Contact
17
National Aeronautics and Space Administration Mission Integration Contract 17 Draft RFP Highlights Jenny Arkinson Contract Specialist
18
National Aeronautics and Space Administration Mission Integration Contract 18 Draft RFP Highlights Section A: Solicitation/Contract Form Section B: Supplies or Services and Price/Costs Section C: Statement of Work Section D: Packaging and Marking Section E: Inspection and Acceptance Section F: Deliveries or Performance Section G: Contract Administration Data Section H: Special Contract Requirements Section I: Contract Clauses Section J: List of Attachments Section K: Representations, Certifications and Other Statements of Offerors Section L: Instructions, Conditions and Notices to Offerors Section M: Evaluation Factors for Award to Offerors
19
National Aeronautics and Space Administration Mission Integration Contract 19 Draft RFP Highlights – Sections A & B Section A – Table of Contents Offerors are to complete blocks 12 - 18 of the Standard Form 33 Section B – Supplies or Services & Price/Costs B.2Contract Value This clause will be a summation of the Firm-Fixed-Price portions of the contract and the IDIQ not-to-exceed value Contract Guaranteed: Minimum: $ 2MMaximum: $200M B.3Firm Fixed Price (Contract Phase In) The contract phase-in period (95-day) is from June 28, 2010 through September 30, 2010 The offerors shall provide the proposed fixed price amount for the phase-in period. The price must match Section L, Volume V Price Proposal.
20
National Aeronautics and Space Administration Mission Integration Contract 20 Draft RFP Highlights – Section B Section B Supplies or Services & Price/Costs (continued) B.4Indefinite Delivery/Indefinite Quantity (IDIQ) Orders The offerors shall propose fully burdened fixed rates for labor categories proposed for the contract period of performance. The rates proposed in Clause B.4 must match Section L, Volume V Price Proposal. B.5Contract Funding The Contract will be incrementally funded. This clause will be updated to reflect available funding as appropriate.
21
National Aeronautics and Space Administration Mission Integration Contract 21 Draft RFP Highlights – Section B Section B Supplies or Services & Price/Costs (continued) B.6Profit Pool for IDIQ Orders A Profit Pool is available each contract year to potentially earn additional profit for specific improvement projects proposed per DRD MIC-PM-04, Performance Assessment Plan and Performance Assessment Reports. Projects are proposed by the contractor and accepted or rejected, in whole or in part, by the Contracting Officer (CO) Proposed projects shall include a methodology for measuring success Upon CO determination that a project has been successfully completed, in whole or in part, the contractor may submit an invoice for payment The Government may unilaterally suspend or terminate operation of this clause This clause will be updated as projects are approved. This clause should be read in conjunction with H.11 Annual Performance Feedback. The Government has invited prospective offerors to provide inputs on this clause
22
National Aeronautics and Space Administration Mission Integration Contract Section C – Statement of Work Manifest Inventory Mgmt System On-Orbit Stowage On-Orbit Consumables Imagery ISSP CoFR Special Projects & Technology Assessment ISS Amateur Radio Activity Int’l Shipping Coord. SDTO’s Web Page Services 1.3 Mission Integration Services 2.2 Int’l Language Services & Logistics Mission Integration Contract Statement of Work 1.2 Program Planning & Control 2.1.1 Mission Requirements and Planning 2.1.3 Cargo Planning 2.1.4 Mission Integration Activities 1.1 Program Management 2.1 Mission Integration 2.1.2 Visiting Vehicle Integration International Partner VV U.S. Commercial VV Space Shuttle VV 2.2.1 Language Services 2.0 IDIQ 1.0 Firm Fixed Price 1.1.1 Program Management & Administration 1.1.2 Planning & Review (PMR, MIS) 1.1.3 ISO/Quality Management Support 1.1.4 Mission Assurance & Risk Management Plan 1.1.5 Audit/Surveillance Mishap Reporting 1.1.6 Safety & Health/ Lessons Learned 1.1.7 Risk Management 1.2.2 Configuration Mgmt/ Data Mgmt & Integration 1.2.3 Program IT Resource Mgt/Scheduling 1.2.1 Translation Interpretation Language Training Multi-Increment Increment/Stage Integration MIDAS Sustaining Meeting Services MI&O CM Receipt Desk Flight Rule Coord. SPIP Volume Set Integration MI&O CoFR Services Book Coordination 2.2.2 Russian Logistics Transportation Services Meetings Requiring Language Services & Logistics Travel Services Other Related Services JCCT Plug-in Plan 2.3 Russian Segment Services 2.1.5 On-Orbit Integration Activities 22
23
National Aeronautics and Space Administration Mission Integration Contract 23 Section D – Packaging and Marking No unique contractual aspects Section E – Inspection and Acceptance No unique contractual aspects Section F – Deliveries or Performance F.2Period of Performance The basic period of performance of this contract is five years, three months, from October 1, 2010 through December 31, 2015. Note that Contract Year 5 (CY5) is fifteen months, from October 1, 2014 through December 31, 2015. There are two one-year options. The first option is from January 1, 2016 through December 31, 2016. The second option is from January 1, 2017 through December 31, 2017. Draft RFP Highlights – Sections D-F
24
National Aeronautics and Space Administration Mission Integration Contract 24 Section G – Contract Administration Data G.8Security/Badging Requirements for Foreign National Visitors and Employees/Representatives of Foreign Contractors (JSC 52.204-91) Offerors need to be familiar with the conditions and guidelines regarding access to the Center by Foreign Nationals. G.9Identification of Employees (JSC 52.242-92) At all times while on Government property, the contractor, subcontractors, their employees and agents shall wear badges issued by NASA Badging and Visitor Control Office. Each individual who wears a badge shall be required to sign personally for the badge. The contractor shall be held accountable for issued badges. Draft RFP Highlights – Section G
25
National Aeronautics and Space Administration Mission Integration Contract 25 Draft RFP Highlights – Section G Section G – Contract Administration Data (continued) G.10Advance Agreement on payment of Phase-in Price This clause establishes the milestone requirements for Government acceptance of performance and payment of the phase-in price. Offerors shall provide the proposed fixed price amount for each milestone of the phase-in period.
26
National Aeronautics and Space Administration Mission Integration Contract 26 Draft RFP Highlights – Section H Section H – Special Contract Requirements H.2Limitation of Future Contracting (NFS 1852.209-71) This clause establishes the nature and restrictions on conflicts of interest and restrictions upon future contracting. This clause should be read in conjunction with H.12 ISS Contract Strategy Conflict of Interest Agreement. H.12ISS Contract Strategy Conflict of Interest Agreement Describes requirements for the contractor to eliminate or mitigate potential conflict of interest while executing the requirements of this contract. This clause should be read in conjunction with clauses H.2, Limitation of Future Contracting, I.12, Access to Sensitive Information, and I.13, Release of Sensitive Information. H.3Task Ordering Procedure (NFS 1852.216-80) IDIQ task orders will be issued in accordance with this clause. This clause should be read in conjunction with DRD MIC-PR-04 Task Order Plan.
27
National Aeronautics and Space Administration Mission Integration Contract 27 Draft RFP Highlights – Section H Section H – Special Contract Requirements (continued) H.6Key Personnel and Facilities (NFS 1852.235-71) Offerors shall fill in key personnel in their proposal, essential to performing the requirements of this contract, by name and title. The names of these individuals will be incorporated into the contract. The offeror shall fill in facilities which are essential to the work being performed under this contract. H.10Representations, Certifications, and Other Statements of Offerors The offerors shall fill in and submit as required. H.11Annual Performance Feedback Government surveillance activities reflect annual performance feedback in accordance with this clause, NFS 1842.15 Contractor Performance Information, and DRD MIC-PM-02 Integrated Management Review (IMR). This clause should be read in conjunction with B.6 Profit Pool for IDIQ Orders.
28
National Aeronautics and Space Administration Mission Integration Contract 28 Draft RFP Highlights – Section H Section H – Special Contract Requirements (continued) H.13Associate Contractor Agreements To achieve requirements of this contract, close coordination, cooperation and exchange of information with other contractors will be required. Written agreements must be established between contractors showing how this will be accomplished. H.14Additional Export Control Requirements In addition to the requirements set forth in NFS 1852.225-70 Export Licenses, offerors shall reference this section for planning and facilitation of exports of NASA hardware or technical data. H.17Task Order Amendments This clause specifies conditions in which amendments will be issued to the IDIQ task orders. This clause should be read in conjunction with Clause B.4 Indefinite Delivery/Indefinite Quantity (IDIQ) Orders and Clause H.3 Task Ordering Procedure.
29
National Aeronautics and Space Administration Mission Integration Contract 29 Draft RFP Highlights – Section H Section H – Special Contract Requirements (continued) H.18Price Adjustment This clause specifies conditions in which fixed rates identified in Clause B.4, IDIQ Orders, CLIN 2 IDIQ Rate Table may be adjusted for changes in Russian labor laws. Applicable only to increases or decreases which are a direct result of Russian Government laws enacted and effective during the term of the contract Aggregate of increases shall not exceed 10 percent for the life of the contract The Government has invited prospective offerors to provide inputs on this clause
30
National Aeronautics and Space Administration Mission Integration Contract 30 Draft RFP Highlights – Section H Section H – Special Contract Requirements (continued) H.19Exchange Rate Adjustment - Labor This clause specifies conditions in which fixed rates identified in Clause B.4, IDIQ Orders, CLIN 2 IDIQ Rate Table may be adjusted for fluctuations in the exchange rate between the U.S. Dollar and the Russian ruble. Adjustments will not be made for any changes in unit price which would not result in a net change of at least 3 percent Aggregate of increases in any contract unit price shall not exceed 10 percent for the life of the contract There is no percentage limitation on the amount of decreases that may be made under this clause The Government has invited prospective offerors to provide inputs on this clause
31
National Aeronautics and Space Administration Mission Integration Contract 31 Draft RFP Highlights – Sections I & J Section I – Contract Clauses No unique contractual aspects Section J – List of Attachments J-1Data Requirements List/Data Requirements Descriptions DRD MIC-PC-01 Financial Management Reporting Identify task order cost elements, including baseline plan, actuals, and variance analysis Three separate formats reported on a monthly basis DRD MIC-PM-04 Performance Assessment Plan and Performance Assessment Reports Part A consists of contractor’s approach for assessing performance, along with performance metrics Part B consists of the improvement projects, if any, along with the associated methodology for measuring success
32
National Aeronautics and Space Administration Mission Integration Contract 32 Draft RFP Highlights – Sections I & J Section J – List of Attachments (continued) J-2Department of Labor Wage Determination J-3Safety and Health Plan - provided by the offeror in their proposal J-4IT Security Plan - provided by the offeror after contract award J-5Surveillance Plan - to be included in the contract after contract award by the Government J-6Acronym List J-7Applicable and Reference Documents Listing J-8Government Furnished Data J-9Installation Accountable Government Property
33
National Aeronautics and Space Administration Mission Integration Contract 33 Draft RFP Highlights – Section K Section K – Representations, Certifications & Other Statements of Offerors K.2 Annual Representations and Certifications (FAR 52.204- 8) Offerors shall fill in the provision as appropriate
34
National Aeronautics and Space Administration Mission Integration Contract 34 Section L – Instructions, Conditions, and Notices to Offerors L.8Proposal Page Limitations (NFS 1852.215-81) This provision establishes the proposal page limitations for this acquisition. The page limitations for each section of the proposal are defined in Provision L.19.2, Proposal Arrangement, Page Limitations, Copies, and Due Dates. 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. The Government will allow for 10-point type for tables and figures L.12List of Available Government Property (NFS 1852.245-81) Use of existing facilities on-site at JSC and in Russia for personnel who directly support the contract requirements shall be provided. Reference Section J, Attachment 9, Installation-Accountable Government Property Draft RFP Highlights – Section L
35
National Aeronautics and Space Administration Mission Integration Contract 35 Draft RFP Highlights – Section L Section L – Instructions, Conditions, and Notices to Offerors (continued) L.13Proposal Marking and Delivery (JSC 52.215-109) In order to ensure timely receipt of proposals, please allow adequate time for timely delivery of proposals through the JSC Central Receiving Office. When delivering proposals in person, the screening and delivery process may require an hour or more Offerors are encouraged to notify the Contracting Officer one day in advance of proposal submission L.14SBA Ostensible Subcontractor Rule Information The information provided by the offeror will support the Government’s ability to assess that the prime contractor making the offer will be performing the primary and vital requirements for the contract. This is a pass/fail test and will not be part of the Mission Suitability scoring.
36
National Aeronautics and Space Administration Mission Integration Contract 36 Draft RFP Highlights – Section L Section L – Instructions, Conditions, and Notices to Offerors (continued) L.19.2Proposal Arrangement, Page Limitations, Copies and Due Dates Offerors are required to submit twenty (20) copies of Volumes I, II, and III; eight (8) copies of Volume IV; ten (10) copies of Volume V; and four (4) originals of Volume VI with signed SF33s and representations and certifications with all fill-ins completed. Offerors shall provide two (2) copies of their entire proposal (Volumes I through VI) electronically on separate CD ROMs. Two CD ROM copies of Volume IV shall also be provided with the early delivery of Volume IV. Table L-2 gives specific page limitations for each portion of the proposal. Volumes I and II are limited to 250 pages together, not including Technical Resource Template spreadsheets or the Safety and Health Plan.
37
National Aeronautics and Space Administration Mission Integration Contract 37 Draft RFP Highlights – Section L Section L – Instructions, Conditions, and Notices to Offerors (continued) L.19.3Volumes I and II – Mission Suitability SUB-FACTOR 1. TECHNICAL Technical Approach with Associated Specific Technical Understanding and Resources SUB-FACTOR 2. MANAGEMENT Requirements Management Approach Organizational Structure Approach Key Personnel Approach Staffing Approach Phase-in Approach Management of Russian Activities Government Interface and Communication Customer Satisfaction SUB-FACTOR 3. SAFETY AND HEALTH PLAN Safety and Health Plan
38
National Aeronautics and Space Administration Mission Integration Contract 38 Draft RFP Highlights – Section L Section L – Instructions, Conditions, and Notices to Offerors (continued) L.19.4Volume III – Plans and Other Data A.Mission Integration Program Management Plan B.Work Breakdown Structure (WBS) and Dictionary C.Teaming Agreements D.Key Personnel Resumes E. Staffing Plan F. Total Compensation Plan G.Phase-in Plan H.Ostensible Subcontractor Approach I.Associate Contractor Agreements (ACAs)
39
National Aeronautics and Space Administration Mission Integration Contract 39 Draft RFP Highlights – Section L Section L – Instructions, Conditions, and Notices to Offerors (continued) L.19.5Volume IV – Past Performance Information requested under this clause is required of the offeror and major subcontractors (over $1 million in total value per year). Offerors may submit additional information at their discretion if they consider such information necessary to establish a record of relevant performance. Offerors and any major subcontractors shall each submit Section L Attachment L-2, Past Performance Questionnaire, for three to five previous or current contracts, if such experience exists. A lack of previous experience is not treated negatively and will receive a neutral rating. L.19.6Volume V – Price Proposal Roberto Perez will discuss instructions for preparation of the price proposal later in the presentation
40
National Aeronautics and Space Administration Mission Integration Contract 40 Draft RFP Highlights – Section L Section L – List of Attachments L-1Key Personnel Resume L-2Past Performance Questionnaire L-3Task Orders The Government reserves the right and intends to award the IDIQ Task Orders as proposed L-4Completion Form Workbook L-5IDIQ Workbook L-6Completion Form Technical Workbook L-7IDIQ Technical Workbook L-8Other Workbook L-9Specific Technical Understanding and Resources L-10Work Load Assumptions
41
National Aeronautics and Space Administration Mission Integration Contract 41 Section M – Evaluation Factors and Award to Offerors M.5Evaluation Factors and Criteria Factor 1: Mission Suitability Proposals will be evaluated in accordance with the following factors: Mission Suitability, Past Performance, and Price. Only the Mission Suitability factor will be weighted and scored. The Mission Suitability subfactors are: Sub-factor A: Technical Approach500 Sub-factor B: Management Approach400 Sub-factor C: Safety and Health Approach100 1000 Draft RFP Highlights – Section M
42
National Aeronautics and Space Administration Mission Integration Contract 42 Section M – Evaluation Factors and Award to Offerors M.5Evaluation Factors and Criteria (continued) Factor 2: Past Performance The Adjectival Ratings are described in Table M-1 o Very High Level of Confidence o High Level of Confidence o Moderate Level of Confidence o Low Level of Confidence o Very Low Level of Confidence o Neutral Factor 3: Price M.6 Relative Importance of Evaluation Factors Mission suitability is more important than past performance. Mission suitability and past performance, when combined, are significantly more important than price. Draft RFP Highlights – Section M
43
National Aeronautics and Space Administration Mission Integration Contract 43 Price Instructions Roberto Perez Pricing Analyst
44
National Aeronautics and Space Administration Mission Integration Contract 44 Source Evaluation Board (SEB) Pricing Process Independent Government Estimate (IGE) Workbook Templates Overview Completion Form (CF) Workbook Templates CF Process Flowchart IDIQ Workbook Templates IDIQ Process Flowchart Other Workbook Templates Agenda
45
National Aeronautics and Space Administration Mission Integration Contract 45 What does the SEB do with your cost/price proposal: Request a DCAA audit (If necessary) Prime offerors Major subcontractors Read all narrative portions of Price Volume Validate all offerors’ Excel models The SEB Pricing Process
46
National Aeronautics and Space Administration Mission Integration Contract 46 Integrate pricing models of prime and major subs Test models We compare Completion Form bottom line Firm Fix pricing of technically acceptable competitors and also perform cost analysis if appropriate We perform price analysis of fully burdened IDIQ rates/cost realism of labor and non-labor resources Error Corrections/Reconciliations Analyze DCAA Audit Results Technical Evaluation Results The SEB Pricing Process
47
National Aeronautics and Space Administration Mission Integration Contract 47 Develop Pricing Charts for Presentation to the Source Evaluation Board (SEB) & the Source Selection Authority (SSA) Proposed Completion Form Price and Task Order Prices Rationale for Impact of Identified Risk The SEB Pricing Process
48
National Aeronautics and Space Administration Mission Integration Contract 48 What is the IGE? Government’s best estimate of labor resources Work-Year Equivalents (WYE) and Standard Labor Categories (SLC) Grass roots estimate, not budgetary IGE will be provided to offerors Completion Form IGE will be provided with WYE’s for all 7 years by Statement of Work (SOW) IDIQ IGE will be provided with WYE’s for each Task Order by Work Breakdown Structure (WBS) for CY 1 only The IGE is not intended to influence the offeror’s proposed estimates. Offerors shall develop their own estimates that are: Consistent with offeror’s Management and Technical Approach Independent Government Estimate (IGE)
49
National Aeronautics and Space Administration Mission Integration Contract 49 Completion Form Workbook Templates* Labor Pricing Template (LPT) Overtime Pricing Template (OPT) Major Subcontractor Price Template (SPST) Prime Price Summary Template (PPST) * Not required of Minor Subcontractors Workbook Templates
50
National Aeronautics and Space Administration Mission Integration Contract 50 Completion Form Technical Workbook Templates* Technical Resources Summary Template (TRST) Completion Form Technical Resources Template Completion Form Template (TRT) * Not required of Minor Subcontractors Workbook Templates
51
National Aeronautics and Space Administration Mission Integration Contract 51 Completion Form Flowchart TECHNICAL RESOURCES SUMMARY WYEs DIRECT LABOR $ DIRECT LABOR $ DIRECT LABOR $ RATES PRIME LPT & OPT SUB 1 LPT & OPT SUB 2 LPT & OPT OHT GAT PRIME PPST SUB 1 SPST SUB 2 SPST T O T A L S U B C O N T R A C T $ TOTAL PRICE WYEs MST
52
National Aeronautics and Space Administration Mission Integration Contract 52 IDIQ Workbook Templates IDIQ Rates Development Template – Contractor Specific (ICST)* Prime Burdens Template (PBT)** IDIQ Rates Development - Team Template (ITT)** IDIQ Task Order Pricing Template (TOPT)** IDIQ Summary Price Template (ISPT)** * Required of Prime and Each Major Subcontractor ** Required of Prime Only Workbook Templates
53
National Aeronautics and Space Administration Mission Integration Contract 53 IDIQ Technical Workbook Templates* Technical Resources Summary Template (TRST) IDIQ Technical Resources Template (TRT) IDIQ * Not required of Minor Subcontractors Workbook Templates
54
National Aeronautics and Space Administration Mission Integration Contract 54 IDIQ Flowchart *FBR - Fully Burdened Rates **SFBR - Subcontractor Fully Burdened Rates
55
National Aeronautics and Space Administration Mission Integration Contract 55 Other Workbook Templates Summary Pricing Template (SPT)** Minor Subcontractor Template (MST)** Overhead Template (OHT)* G&A Template (GAT)* Conversion Factor Template (CFT)** Cognizant Audit Office Template (CAOT)* Phase-in Template (PIT)** Ostensible Contracting Template (OCT) (A)* Total Compensation Templates (TC(a), TC(b), TC(c), TC(d), TC(e))* * Required of Prime and Each Major Subcontractor ** Required of Prime Only Workbook Templates
56
National Aeronautics and Space Administration Mission Integration Contract 56 Proposals with omissions Lack of detail on Overhead, G&A and Other Indirect Rates Lack of narrative supporting rationale Logic Issues Inconsistent content within the proposal Failure to follow template instructions Placing hard numbers instead of formulas where appropriate Common Price Volume Errors
57
National Aeronautics and Space Administration Mission Integration Contract 57 Lack of reconciliation between different areas of the proposal Technical Management Cost Common Price Volume Errors
58
National Aeronautics and Space Administration Mission Integration Contract 58 Safety and Health Charlene Gilbert ISS MIC SEB Chair
59
National Aeronautics and Space Administration Mission Integration Contract 59 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 safety and healthful conditions for persons working at or visiting NASA facilities NASA shall comply with all applicable regulations NASA safety and 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
60
National Aeronautics and Space Administration Mission Integration Contract 60 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-worker. Risk within the work environment must be managed to control hazards and continuously improve workplace conditions The Occupational Safety and Health Administration (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, 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 to regional industry
61
National Aeronautics and Space Administration Mission Integration Contract 61 What would be expected of you at JSC All contractors performing work at JSC shall comply with all applicable safety and health regulations JSC does not assume the responsibility of the “employer” for contractor employees Every major onsite contractor shall have a designated safety official and shall conform to a written safety and health plan Failure to comply with safety and health requirements may result in contract termination and exclusion from future contract awards
62
National Aeronautics and Space Administration Mission Integration Contract 62 A Successful Safety Program Model Based on 4 Basic VPP elements defined by OSHA region VI Management (Commitment) Employee (Involvement) Safety and Health Training
63
National Aeronautics and Space Administration Mission Integration Contract 63 References NASA Federal Acquisition Regulation Supplements (NFS) http://nais.nasa.gov/FAR/ NFS 1852.223-70 - Safety and Health NFS1852.223-73 - Safety and Health Plan NFS 1852.223-75 - Major Breach of Safety or Security General NASA 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/ A more complete presentation of JSC’s approach to Safety and Health can be found in the MIC Technical Library
64
National Aeronautics and Space Administration Mission Integration Contract 64 Closing Remarks Jenny Arkinson Contract Specialist
65
National Aeronautics and Space Administration Mission Integration Contract 65 Prospective offerors are reminded NOT to contact incumbent contractor 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 Special Considerations
66
National Aeronautics and Space Administration Mission Integration Contract 66 MIC Acquisition Website http://procurement.jsc.nasa.gov/issmic/ NASA Acquisition Internet Service (NAIS) http://procurement.nasa.gov JSC Procurement Website http://procurement.jsc.nasa.gov/procpub.htm NASA/JSC Business Opportunities Home Page Set up your user profile http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 How to Get Connected
67
National Aeronautics and Space Administration Mission Integration Contract 67 Thank you for attending! A copy of this presentation will be posted on the MIC acquisition website : http://procurement.jsc.nasa.gov/issmic/
Similar presentations
© 2025 SlidePlayer.com. Inc.
All rights reserved.