Upload
cynthia-price
View
221
Download
2
Tags:
Embed Size (px)
Citation preview
April 25, 2006 Safety & Mission Assurance Services
1
Industry BriefingIndustry Briefing
Safety and Mission Assurance Safety and Mission Assurance (S&MA) Services(S&MA) Services
DRFP# NNM06AA82CDRFP# NNM06AA82C
April 25, 2006 Safety & Mission Assurance Services
2
AgendaAgenda
9:00 a.m.9:00 a.m. Procurement OverviewProcurement Overview
10:00 a.m.10:00 a.m. Break (15 minutes)Break (15 minutes)
11:15 a.m.11:15 a.m. DismissDismiss
(Bldg 4200, Morris Auditorium)(Bldg 4200, Morris Auditorium)
April 25, 2006 Safety & Mission Assurance Services
3
Procurement OverviewProcurement Overview
• Background Background Ed KiesslingEd Kiessling
• Technical OverviewTechnical Overview Ed KiesslingEd Kiessling
• Business Overview Business Overview Lee WhalenLee Whalen
• Background Background Ed KiesslingEd Kiessling
• Technical OverviewTechnical Overview Ed KiesslingEd Kiessling
• Business Overview Business Overview Lee WhalenLee Whalen
April 25, 2006 Safety & Mission Assurance Services
4
Meeting FormatMeeting Format
• No questions will be No questions will be entertained or answered entertained or answered during the briefing.during the briefing.
April 25, 2006 Safety & Mission Assurance Services
5
Information ExchangeInformation Exchange
• Note cards are available for your questionsNote cards are available for your questions
– Drop questions in the box at the back of the Drop questions in the box at the back of the auditorium at the end of the Procurement Overview auditorium at the end of the Procurement Overview sessionsession
– Written questions (including e-mails) concerningWritten questions (including e-mails) concerning the DRFP will be accepted through 12:00 Noon the DRFP will be accepted through 12:00 Noon
(CDST) on May 2, 2006 via the Contracting Officer(CDST) on May 2, 2006 via the Contracting Officer
• Questions/answers from the Industry Briefing will be Questions/answers from the Industry Briefing will be placed on web (NAIS/FedBizOps)placed on web (NAIS/FedBizOps)
• Industry Briefing charts will be placed on webIndustry Briefing charts will be placed on web
April 25, 2006 Safety & Mission Assurance Services
6
BackgroundBackground
Ed KiesslingEd Kiessling
SEB ChairpersonSEB Chairperson
April 25, 2006 Safety & Mission Assurance Services
7
BackgroundBackground
Safety and Mission Assurance (S&MA) ServicesSafety and Mission Assurance (S&MA) Services
• Initial Effort Awarded: Mission Services Contract, Hernandez Engineering, Inc. (HEI) in 1994, Competitive, SDB Set-Aside
• Current S&MA Mission Services Contract: Awarded 2000, SB set-aside, HEI NAS8-00179
• Follow-on: S&MA Services Contract – Anticipated Effective Date: Dec 1, 2006, SB set-aside
April 25, 2006 Safety & Mission Assurance Services
8
Background Background (Cont’d)(Cont’d)
The Safety and Mission Assurance Directorate has a continuing requirement for the services listed below:
System Safety Engineering
Industrial Safety
Reliability and Maintainability Engineering
S&MA Management Information
Quality Assurance/ Engineering
Project Assurance
Risk Management
Independent AssessmentDocumentation and Report Support
April 25, 2006 Safety & Mission Assurance Services
9
Background Background (Cont’d)(Cont’d)
Successful Offeror shall also be expected to:Successful Offeror shall also be expected to:
• Manage Variable Staff RequirementsManage Variable Staff Requirements
• Staff New Requirements ExpeditiouslyStaff New Requirements Expeditiously
• Provide A Safe and Healthy Work EnvironmentProvide A Safe and Healthy Work Environment
• Provide Cost Effective ServicesProvide Cost Effective Services
In performing contracted functions, the S&MA Services Contractor has the potential to work with all Program and Project Offices as well as all institutional organizations at MSFC.
April 25, 2006 Safety & Mission Assurance Services
10
Background Background (Cont’d)(Cont’d)
Attributes for This Solicitation:Attributes for This Solicitation:• Technical Directives Replaced By Task OrdersTechnical Directives Replaced By Task Orders• Contracting Officer Approves Task OrdersContracting Officer Approves Task Orders• Automated Task Management SystemAutomated Task Management System• 100% Small Business Set-Aside100% Small Business Set-Aside• OCI Certification / Future Contracting LimitationOCI Certification / Future Contracting Limitation• Evaluation of Sample Task Plans (Five)Evaluation of Sample Task Plans (Five)• Contract Term is a potential ten (10) yearsContract Term is a potential ten (10) years• Contract ordering mechanism is IDIQ/TOContract ordering mechanism is IDIQ/TO• Non-monetary and monetary incentives, both Non-monetary and monetary incentives, both
award term and award fee respectivelyaward term and award fee respectively
April 25, 2006 Safety & Mission Assurance Services
11
Technical OverviewTechnical Overview
Ed KiesslingEd Kiessling
April 25, 2006 Safety & Mission Assurance Services
12
Procurement DescriptionProcurement Description
The Contractor shall provide the necessary management, personnel, equipment, and supplies (not otherwise provided by the Government) required to provide services associated with the planning, implementation, and assessment of safety, reliability, maintainability, quality assurance, independent assessment, project assurance, and risk management programs for the Marshall Space Flight Center Safety and Mission Assurance Office.
The Contractor shall perform surveillance of assigned MSFC in-house and contracted design, manufacturing, and testing activities, for both hardware and software, to assess compliance with NASA MSFC Safety, Reliability, Maintainability, and Quality Assurance (SRM&QA) policies, requirements, and controls.
The Contractor shall assure that management assessment information is provided in a timely manner to the MSFC S&MA Directorate to support the decision-making process regarding open problems, hazards, and risks pertaining to accomplishing MSFC's mission. This will include operation and maintenance of the S&MA Management Information Center (MIC).
April 25, 2006 Safety & Mission Assurance Services
13
Work Breakdown StructureNOTE: Bullet items are not WBS elements and are included solely to indicate the nature of the superior WBS element. Detailed WBS element Task Descriptions are further identified
by PWS paragraph number in Attachment J-1.
Independent Assurance (IA) Tasks
Safety and Mission Assurance Services Contract
Management
Analytical Tool Development Assess Project Documents Trade Studies (TS)
- In-house Designs - Contracted Designs
Prepare Safety Plans Perform Hazard Analyses Verification Plan Support
System Safety Engineering
3.0 2.0
Project Management Property Management Occupational Safety &Health Working Group Support Personnel Training &
Certification S&MA Discipline Expertise Task Order Management
2.1 Project Management
Industrial Safety Programs
4.0
Annual OSHA Inspections Construction Site Inspections Inspection of New Facilities Fire Alarm Testing Facility Hazard
Analyses/Procedures Safety Engineering Evaluations
5.0
Quality Assurance Engineering
Flight Systems QA Process and Product Assurance Problem Analysis Personnel Certification Admin. Software Assurance (SA)
6.0
S&MA Information Management (IM)
7.0
Develop/ Manage (IM/IT) tools Prepare and Manage Documents Assess (IM/IT) System
Requirements Perform (IM/IT) System Design
Project Assurance Engineering
8.0
Assure Project Requirements Readiness Review Center Support NASA Engineering and Safety Center (NESC)
9.0
Risk Management
10.0
Develop Risk Analysis Tools Provide Risk Identification, Tracking,
Mitigation and Assessment Analysis Risk Management
- Training - Teaching
Documentation and Report Support
11.0
Closure of Reports\Audit Track Project Operations Develop IA work plans Perform IA Assessments Develop Analysis Reports Closure of Reports\Audits
Reliability and Maintainability Engineering
Support S&MA Document Development
Support S&MA Document evaluation and assessment of requirements
Perform Systems Analysis Probability Risk Assess ( PRA) Perform HW/SW Assessment Alert Program Maintenance Problem Assessment Center
(PAC) Problem Reporting and
Corrective Action (PRACA)
April 25, 2006 Safety & Mission Assurance Services
14
Automated Task Automated Task Management SystemManagement System
• Defined in Clause H.3, Task Ordering Procedure, and H.4, Defined in Clause H.3, Task Ordering Procedure, and H.4, Supplemental Task Ordering ProceduresSupplemental Task Ordering Procedures
• Defined in PWS Paragraph 2.7, Task Order ManagementDefined in PWS Paragraph 2.7, Task Order Management• Portrayed in J.10, Task Flow ProcessPortrayed in J.10, Task Flow Process• Related DRDs include:Related DRDs include:
• 1107MA-0051107MA-005 Management Status Review (MSR) InputManagement Status Review (MSR) InputQD01 QD01
• 1107MA-0071107MA-007 Financial Management Report (533M and Financial Management Report (533M and 533Q) RS40 533Q) RS40
• 1107MA-0081107MA-008 Bi-weekly NotesBi-weekly Notes QD01 QD01
April 25, 2006 Safety & Mission Assurance Services
15
Task Flow Process
-
Revise TO or TO sub-element as Required
Contractor Tracks Revisions Through Electronic System
NOTE: Process shall be automated to include electronic routing and approvals. See narrative discussion of Task Ordering Procedure in H.3 and PWS 2.7 in Attachment J-1.
S&MA Services Delivered
Evaluation and Assessment Reports
Assessment/Development of SRM&QA requirement documents
H/W, S/W Design Assessment/ Verification Support Problem Assessment Center
(PAC) Reports Current/Historical Task Orders (TO’s) Summary Listings
S&MA CTO PM
Task Order Request (TOR)
Contract Task Order Performance Monitor (CTO PM) Prepares
Task Order Plan (TOP) Formalized
by Contractor
CO and COTR Review/Approval
of TO (or TO sub-element)
PERIODIC STATUS REPORT
Electronic Status Notification to
CO, COTR, CTO PM, Contractor
April 25, 2006 Safety & Mission Assurance Services
16
Electronic Task Flow DescriptionTO Revisions signed by NASA and Contractor and tracked through electronic system
S&MA Services Requirements - Deliverables - Other specific
SRM&QA requirements
Cost Issues Schedule Requirements Milestones Performance Objectives Defined
Professional SRM&QA - Skills - Tools required - Technical - WBS element Cost - Cost Plan - Labor - Material - ODC (Travel, etc.) Schedule - Milestone Schedule - Delivery Dates Risk Assessment - Mitigation Special - Recruiting - Safety
Agreement Reached Authorization to begin performance Or Disapproval
Quality System Requirements Quality Records
Activity Reports - Management/
Technical - Cost - Schedule - Issues All requirements addressed Submitted electronically
Quality Planning Evaluations S&MA Services
Delivered Task Order Plan (TOP)
-
How will it be done?
Contractor Contractor Contractor NASA
CTO PMs review Technical, Schedule, Management & Cost (TSM&C) quarterly Performance Evaluation Board conducted at six (6) month intervals - Coordinator report on
TSM&C - Contractor provides self-
evaluation Fee/Term awarded
NASA
How did they do? How is it being done?
How is it controlled?
What should be done?
Task Order Request (TOR)
NASA
How will approval be provided?
Task Order (TO)/TO
Subelement
April 25, 2006 Safety & Mission Assurance Services
17
Technical Expert SpecificationsTechnical Expert Specifications
• Additional Scope Has Been Added to the Additional Scope Has Been Added to the S&MA contractS&MA contract
• Technical Expert (TE) personnel are subject matter Technical Expert (TE) personnel are subject matter experts in specific technical fields. experts in specific technical fields.
• The demand for Technical Experts is intermittent andThe demand for Technical Experts is intermittent and will vary both in quantity and field of expertise duringwill vary both in quantity and field of expertise during the course of contract duration.the course of contract duration.
• Due to these variations, Offerors should identify theDue to these variations, Offerors should identify the mechanism (fulltime employee, consultant, mechanism (fulltime employee, consultant, subcontractor) they will use for providing the required subcontractor) they will use for providing the required expert technical personnel. expert technical personnel.
• Offerors are to provide one information checklist Offerors are to provide one information checklist (Section L, (Section L, Exhibit 2) Exhibit 2) per TE.per TE.
April 25, 2006 Safety & Mission Assurance Services
18
Sample Task EvaluationSample Task Evaluation
• The Offeror shall respond to the five sample tasks by providing The Offeror shall respond to the five sample tasks by providing a draft Task Order Plan (TOP) for each sample taska draft Task Order Plan (TOP) for each sample task
• The TOP will provide the Offeror’s understanding of the The TOP will provide the Offeror’s understanding of the requirement and their capability to plan, schedule, direct, and requirement and their capability to plan, schedule, direct, and control the work described in the PWScontrol the work described in the PWS
• The Offeror is to demonstrate overall understanding of the The Offeror is to demonstrate overall understanding of the effort, management and operating approach, and resources effort, management and operating approach, and resources (including skill mix and expertise categories) required to (including skill mix and expertise categories) required to perform the PWSperform the PWS
April 25, 2006 Safety & Mission Assurance Services
19
Security ConsiderationsSecurity Considerations
• NASA Procedures and Requirements (NPR) 2810.1, NASA Procedures and Requirements (NPR) 2810.1, Security of Information TechnologySecurity of Information Technology will apply will apply
• DRD 1107CD-001 will require submission of DRD 1107CD-001 will require submission of Information Technology Security Plan as part of Information Technology Security Plan as part of proposal to be updated annuallyproposal to be updated annually
• Export Control will apply as referenced in H.9 and will Export Control will apply as referenced in H.9 and will require reporting and annual updates of contractor’s require reporting and annual updates of contractor’s planplan
• Contractor shall be responsible for classified Contractor shall be responsible for classified information, upon requestinformation, upon request
• Requirement for Top Secret/Sensitive Compartmented Requirement for Top Secret/Sensitive Compartmented Information clearance in accordance with DD Form 254, Information clearance in accordance with DD Form 254, upon request upon request
April 25, 2006 Safety & Mission Assurance Services
20
Business OverviewBusiness Overview
Lee WhalenLee Whalen
Contracting Officer/ Contracting Officer/ Business Committee ChairBusiness Committee Chair
April 25, 2006 Safety & Mission Assurance Services
21
Contracting ApproachContracting Approach
• Contract type Contract type
- Cost-Plus-Award Fee/Award Term Fee (CPAF/ATF)/ Cost-Plus-Award Fee/Award Term Fee (CPAF/ATF)/ Indefinite Delivery/Indefinite Quantity (IDIQ)Indefinite Delivery/Indefinite Quantity (IDIQ)
- Represents a monetary and non-monetary incentive to Represents a monetary and non-monetary incentive to ensure sustained excellent performance as a ensure sustained excellent performance as a condition of award of subsequent termscondition of award of subsequent terms
- Flexibility exists in evaluation process to change Flexibility exists in evaluation process to change areas of emphasis and weightareas of emphasis and weight
- Encourage effective communications between Encourage effective communications between contractor and Governmentcontractor and Government
April 25, 2006 Safety & Mission Assurance Services
22
Period of PerformancePeriod of Performance
• Total potential contract Period of Performance not to exceed 10 Total potential contract Period of Performance not to exceed 10
yearsyears
• Contract will include a two year base and three (3) one-year priced Contract will include a two year base and three (3) one-year priced
options exercised per FAR 17.207, and five priced award term yearsoptions exercised per FAR 17.207, and five priced award term years
- Base Period (CY 1)- Base Period (CY 1) Dec 01, 2006 thru Nov 30, 2007Dec 01, 2006 thru Nov 30, 2007
- Base Period (CY 2)- Base Period (CY 2) Dec 01, 2007 thru Nov 30, 2008Dec 01, 2007 thru Nov 30, 2008
- Option 1 (CY 3)- Option 1 (CY 3) Dec 01, 2008 thru Nov 30, 2009 (AT Decision, 6/7)Dec 01, 2008 thru Nov 30, 2009 (AT Decision, 6/7)
- Option 2 (CY 4)- Option 2 (CY 4) Dec 01, 2009 thru Nov 30, 2010Dec 01, 2009 thru Nov 30, 2010
- Option 3 (CY 5)- Option 3 (CY 5) Dec 01, 2010 thru Nov 30, 2011Dec 01, 2010 thru Nov 30, 2011
- Award Term 1 (CY 6)- Award Term 1 (CY 6) Dec 01, 2011 thru Nov 30, 2012 (AT Decision, 8/9)Dec 01, 2011 thru Nov 30, 2012 (AT Decision, 8/9)
- Award Term 1 (CY 7)- Award Term 1 (CY 7) Dec 01, 2012 thru Nov 30, 2013Dec 01, 2012 thru Nov 30, 2013
- Award Term 2 (CY 8)- Award Term 2 (CY 8) Dec 01, 2013 thru Nov 30, 2014 (AT Decision, 10)Dec 01, 2013 thru Nov 30, 2014 (AT Decision, 10)
- Award Term 2 (CY 9)- Award Term 2 (CY 9) Dec 01, 2014 thru Nov 30, 2015Dec 01, 2014 thru Nov 30, 2015
- Award Term 3 (CY 10)- Award Term 3 (CY 10) Dec 01, 2015 thru Nov 30, 2016Dec 01, 2015 thru Nov 30, 2016
April 25, 2006 Safety & Mission Assurance Services
23
Planned CPAF/ATF Planned CPAF/ATF ImplementationImplementation
• Hold Post-Award Conference (PEP review, task order Hold Post-Award Conference (PEP review, task order review/pricing guidance)review/pricing guidance)
• Six-month award fee/award term fee evaluation periods/PEBSix-month award fee/award term fee evaluation periods/PEB
AFAF
– No rollover provision for unearned award feeNo rollover provision for unearned award fee
ATFATF
– Fixed Fee with award of additional term periodFixed Fee with award of additional term period
• Quarterly Performance Reviews with COTR, CO, monitors, and Quarterly Performance Reviews with COTR, CO, monitors, and contractor to review performancecontractor to review performance
– Areas of emphasis identified prior to start of evaluation periodAreas of emphasis identified prior to start of evaluation period
– 25% minimum weight for cost control (NFS 1816.405-274)25% minimum weight for cost control (NFS 1816.405-274)
April 25, 2006 Safety & Mission Assurance Services
24
Planned CPAF/ATFPlanned CPAF/ATFImplementation Implementation (Cont’d)(Cont’d)
• Contractor performance will be measured utilizing Contractor performance will be measured utilizing
subjective criteriasubjective criteria
• Potential Contract Fee Pool divided among the two fee Potential Contract Fee Pool divided among the two fee
types with a cap of award term fee (ATF) of 14.5% of types with a cap of award term fee (ATF) of 14.5% of
the entire ten (10) year contract fee poolthe entire ten (10) year contract fee pool
April 25, 2006 Safety & Mission Assurance Services
25
• Evaluation criteria in the following areas:Evaluation criteria in the following areas:
- Technical Criteria Technical Criteria - Assess the quality of services and products delivered Assess the quality of services and products delivered
- Based on predefined technical objectives established for each Based on predefined technical objectives established for each Task OrderTask Order
- Task Order Costs Criteria Task Order Costs Criteria - Assess the accuracy of estimated cost for each Task Order and Assess the accuracy of estimated cost for each Task Order and
assess the differences between the negotiated and actual costs by assess the differences between the negotiated and actual costs by evaluation period. evaluation period.
- Based on predefined cost objectives established for each Task Based on predefined cost objectives established for each Task
OrderOrder - Schedule Control Criteria Schedule Control Criteria
- Assess the timely completion of contract tasks Assess the timely completion of contract tasks - Based on predefined milestones and deliverables established Based on predefined milestones and deliverables established
for each Task Orderfor each Task Order
Planned CPAF/ATFPlanned CPAF/ATFImplementation Implementation (Cont’d)(Cont’d)
April 25, 2006 Safety & Mission Assurance Services
26
Planned IDIQ ImplementationPlanned IDIQ Implementation
• Requirement task ordering procedures are established Requirement task ordering procedures are established in Section H.3 & H.4 in accordance with FAR 16.505(a)(6)in Section H.3 & H.4 in accordance with FAR 16.505(a)(6)
• Contractor shall not begin effort on Task Orders without Contractor shall not begin effort on Task Orders without prior funding and approval from the COTR and prior funding and approval from the COTR and authorization of the Contracting Officerauthorization of the Contracting Officer
April 25, 2006 Safety & Mission Assurance Services
27
Special RequirementsSpecial Requirements
• Clause B.8 - General & Administrative (G &A) Rate CeilingClause B.8 - General & Administrative (G &A) Rate Ceiling
• Clause H.2 -1852.209-71, Limitation Of Future Contracting Clause H.2 -1852.209-71, Limitation Of Future Contracting
(Dec 1988)(Dec 1988)
• Clause H.14 - 1852.237-72 Access To Sensitive Information
(JUN 2005)
• Clause H.15 - 1852.237-73 Release Of Sensitive
Information (JUN 2005)
• Clause H.18 - Award Term (JAN 2006)
• Provision L-2 - Phase-In
April 25, 2006 Safety & Mission Assurance Services
28
Special ProvisionsSpecial Provisions
The Contracting Officer has determined that this acquisition may give rise to a potential organizational conflict of interest. Accordingly, the attention of Offerors and all related entities is invited to FAR Subpart 9.5 -- Organizational Conflicts of Interest (See also Clause K.3 “Certification Regarding Organizational Conflict of Interest (OCI)”).
April 25, 2006 Safety & Mission Assurance Services
29
Special Provisions Special Provisions (Cont’d)(Cont’d)
L.20 - Limitation Of Future Contracting And Organizational Conflict Of Interest (OCI)
Since the S&MA Contractor will occupy a highly influential and responsible position ensuring the safety of current and future space flight; assessing the quality, reliability, and safety of aerospace work performed by other contractors; and/or developing requirements for other competitive procurements, the following conflicts may arise:
– An unfair competitive advantage,
– The existence of conflicting roles that might bias the Contractor’s judgment,
– Organizational Conflict of Interest, and/or
– The potential access to other Contractor’s Confidential Business Information (CBI).
April 25, 2006 Safety & Mission Assurance Services
30
Special Provisions Special Provisions (Cont’d)(Cont’d)
L.20 - Limitation Of Future Contracting And Organizational Conflict Of Interest (OCI) • The Offeror and all related entities (including but not limited to teaming partners, subcontractors, their respective parents, subsidiaries, affiliates, or successor entities) shall not have any prime contract or subcontract for the design, development, and/or delivery of space flight hardware, software, mission integration services or other critical systems related to MSFC for the duration of the contract. (See Clause K.3 “Certification Regarding Organizational Conflict of Interest (OCI)”.)
• This provision shall be read in accordance with the NFS Part 1852.209-71 “Limitation on Future Contracting (Dec. 1988)” clause in section H.2 and the “Certification of Organizational Conflict of Interest (OCI)” in Section K.3.
• No mitigation plans will neutralize any potential organizational conflict of interest, this provision is non-negotiable in accordance with FAR Part 9.507-1(d). The “Limitation of Future Contracting” clause found at H.2 shall be included in all subcontracts.
April 25, 2006 Safety & Mission Assurance Services
31
Special Provisions Special Provisions (Cont’d)(Cont’d)
M.5 EVALUATION FACTORS FOR AWARD
Relative Importance of Evaluation Factors/Subfactors
In accordance with FAR Part 15.101-1, this acquisition selection will be made using a best value tradeoff analysis. All evaluation factors, Mission Suitability, Past Performance, and Cost, are essentially equal to each other. Therefore, all evaluation factors other than cost, when combined, are significantly more important than cost.
April 25, 2006 Safety & Mission Assurance Services
32
Special Provisions Special Provisions (Cont’d)(Cont’d)
Section M Cost Factor (Volume II) The reasonableness and
realism of all cost components (including but not limited to base labor rates, all elements of fringe benefits, overhead, and G&A ) of the fully burdened labor rates and burden applied to other direct costs, and fees proposed by each Offeror (including any proposed teammates/subcontractors) will be evaluated. The Offeror’s proposed rates for the base period, all option periods and all award term periods will be used in an IDIQ Cost Model developed by the Government to calculate a total proposed cost for a ten year contract.
April 25, 2006 Safety & Mission Assurance Services
33
Property ManagementProperty Management
• Clause G.5 –Installation-Accountable Property – Clause G.5 –Installation-Accountable Property – Contractor Responsibilities (NFS 1852.245.71)Contractor Responsibilities (NFS 1852.245.71)
• Clause G.6 – List of Installation-Accountable Property Clause G.6 – List of Installation-Accountable Property and Services (NFS 1852.245.77and Services (NFS 1852.245.77
• NASA Form 1018 reporting NASA Form 1018 reporting NOTNOT required required
• Title of Contractor acquired property will be vested to Title of Contractor acquired property will be vested to the Government upon receipt at the installations the Government upon receipt at the installations central receiving area.central receiving area.
• Anticipated use of NASA Equipment Management Anticipated use of NASA Equipment Management System (NEMS) unless alternate system System (NEMS) unless alternate system proposed/negotiated per FAR Part 45proposed/negotiated per FAR Part 45
April 25, 2006 Safety & Mission Assurance Services
34
Installation Provided Installation Provided Services/BenefitsServices/Benefits
• Office Space/Work Area & UtilitiesOffice Space/Work Area & Utilities
• General Purpose Office Equipment & FurnitureGeneral Purpose Office Equipment & Furniture
• On-site SpaceOn-site Space
• Employee Work Stations & LAN/WAN Services Employee Work Stations & LAN/WAN Services
• Supplies from stores stockSupplies from stores stock • Safety and Fire ProtectionSafety and Fire Protection
• First Aid Treatment For Personnel Injuries On JobFirst Aid Treatment For Personnel Injuries On Job
• Cafeteria and Health and Fitness Facility AccessCafeteria and Health and Fitness Facility Access
• Building Maintenance Building Maintenance
April 25, 2006 Safety & Mission Assurance Services
35
ScheduleSchedule
Release Draft RFP to IndustryRelease Draft RFP to Industry April 18, 2006 April 18, 2006
Industry Briefing Industry Briefing April 25, 2006 April 25, 2006
RFP Release to IndustryRFP Release to Industry May 11, 2006 May 11, 2006
Past Performance Volume DuePast Performance Volume Due June 12, 2006 June 12, 2006
Remainder of Proposal Volumes DueRemainder of Proposal Volumes Due June 26, 2006 June 26, 2006
Source Selection/Contract AwardSource Selection/Contract Award October 30, 2006October 30, 2006
(All dates are subject to change and are to be used for planning (All dates are subject to change and are to be used for planning only)only)
April 25, 2006 Safety & Mission Assurance Services
36
Draft RFP QuestionsDraft RFP Questions • Written comments and questions concerning the Written comments and questions concerning the
Draft RFP shall be submitted, no later than Draft RFP shall be submitted, no later than 12:00 12:00 CDST (local time) on May 2, 2006CDST (local time) on May 2, 2006, by electronic , by electronic mail to: mail to: [email protected]
April 25, 2006 Safety & Mission Assurance Services
37
Disclaimer/ReminderDisclaimer/Reminder
We have highlighted several areas; however, We have highlighted several areas; however, they should not necessarily be interpreted as they should not necessarily be interpreted as moremore or or lessless important than other areas in the important than other areas in the
RFPRFP
This information is preliminary and subject to This information is preliminary and subject to change when the Final RFP is released change when the Final RFP is released
April 25, 2006 Safety & Mission Assurance Services
38
Information ExchangeInformation Exchange
• Note cards are available for your questionsNote cards are available for your questions
– Drop questions in the box at the back of the Drop questions in the box at the back of the
auditorium auditorium
• Questions/answers from the Industry Briefing will be Questions/answers from the Industry Briefing will be
posted on web (NAIS/FedBizOps)posted on web (NAIS/FedBizOps)
• Industry Briefing charts will be posted on web Industry Briefing charts will be posted on web
(NAIS/FedBizOps)(NAIS/FedBizOps)
April 25, 2006 Safety & Mission Assurance Services
39
THANK YOU !THANK YOU !
• On behalf of ourOn behalf of our;; Center Director, Mr. David KingCenter Director, Mr. David King The Acting Director of Safety and Mission The Acting Director of Safety and Mission
Assurance, Mr. Roy MaloneAssurance, Mr. Roy Malone MSFC Procurement Officer, Mr. Steve BealeMSFC Procurement Officer, Mr. Steve Beale
The NASA/Marshall Space Flight Center would like The NASA/Marshall Space Flight Center would like to thank you for your interest and participation in to thank you for your interest and participation in this important procurement. this important procurement.