Upload
clifton-emery-nicholson
View
217
Download
2
Embed Size (px)
Citation preview
July 13, 2006 Configuration & Data Management Services
1
Industry Briefing
Configuration & Data Management (C&DM) Services
Draft RFP# NNM06159470J
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
GEORGE C. MARSHALL SPACE FLIGHT CENTER
MARSHALL SPACE FLIGHT CENTER, ALABAMA 35812
July 13, 2006 Configuration & Data Management Services
2
Welcome
• Safety Moment (location of fire exits, etc.)• Purpose:
– Promote the exchange of information– Improve the understanding of the C&DM Services
requirements– Highlight key/unique aspects of the Draft RFP– Aid in preparation of proposals
• All documentation references can be found at the internet links provided in Attachment J-14 of the Draft RFP.
• A facility tour is not planned.
July 13, 2006 Configuration & Data Management Services
3
• No questions will be entertained or answered during
the briefing.
• Index cards are available for submission of comments
and questions today (PLEASE PRINT!); drop index
cards in the box at the back of the auditorium.
– Note: Further information will be provided later in
the briefing on submitting questions and comments
after today and on other information exchanges.
Meeting Format
July 13, 2006 Configuration & Data Management Services
4
Agenda
• Background Lanny Upton
• Technical Overview Lanny Upton
• Business Overview Roxanne Melton
• Background Lanny Upton
• Technical Overview Lanny Upton
• Business Overview Roxanne Melton
July 13, 2006 Configuration & Data Management Services
6
Background
• Initial Effort Awarded to Pace & Waite in 1989:– Competitive Small Business Set-aside
• Follow-on Effort Awarded to Pace & Waite in 1996:– Competitive Small Business Set-aside
• Current Contract Awarded to Pace & Waite in 2001:– Pace & Waite acquired by COLSA in 2003– Performance – Based Cost-Plus-Incentive-Fee with a Core plus
Indefinite Delivery/Indefinite Quantity (IDIQ) portion– Competitive Small Business Set-aside
• Follow-on C&DM Services Contract: – Competitive Small Business Set-aside
– Anticipated Effective Date March 1, 2007
July 13, 2006 Configuration & Data Management Services
7
Background (Cont’d)
• Configuration and Data Management (C&DM) services are currently supporting the Engineering Directorate, the Exploration Launch Office (ELO), the Science and Mission Systems (SAMS) Directorate.
– A list of current task orders is provided in Provisions L.19, Background and Historical Data
– A list of all task orders issued under the current contract is provided as Exhibit 2 in Attachment L-2, Forms and Exhibits
• C&DM services from this contract apply primarily to projects or activities developing hardware/software for qualification, ground support, and flight.
• The effort needed depends on the fluctuating work requirements.
July 13, 2006 Configuration & Data Management Services
9
Procurement Description
The Configuration and Data Management (C&DM) Services:
• The scope of the Performance Work Statement broadly defines the requirements for Configuration and Data Management (C&DM) services provided to Marshall Space Flight Center
• As an Indefinite Delivery Indefinite Quantity (IDIQ) contract, all work performed under this PWS will be invoked through the use of Task Orders.
• The contractor shall provide the necessary management, personnel, equipment, and supplies (not otherwise provided by the Government) as well as provide innovative approaches for the development of efficient cost effective C&DM processes and tools (see Marshall Guidance Manual (MGM) 1280.1).
• To the maximum extent possible, all work will be performed on-site at MSFC unless directed otherwise in a Task Order (TO). These services shall be provided in accordance with Marshall Policy Directive (MPD) 1280.1, Marshall Management Manual, with emphasis on Marshall Procedural Requirement (MPR) 8040.1, Configuration Management, Programs\Projects, and MPR 7120.3, Data Management, Program\Projects.
July 13, 2006 Configuration & Data Management Services
10
1.0SCOPE
1.2CENTERWIDE & ENGINEERING DIRECTORATE
SUPPORT
1.5TECHNOLOGY
TRANSFER SUPPORT
1.4NASA
TECHNICALSTANDARDS PROGRAMSUPPORT
1.6SPECIAL STUDIES
&TASKS1.1.1
ContractManagement
1.1.2Work Management
1.1. 3Property
Management
1.1.4InformationTechnology
Security
1.1.5Safety and
Health
1.2.1C & DMPolicies
1.2.2C&DM policy
ImplementationAssessment
1.2.3Center Data Req.
Management
1.2.4Automation of C&DM
Processes
1.2.5MSFC Release Desk
1.2.6Engineering
Documentation & Drawing Checking
1.2.7Training
1.2.8Multi-Program/ Project
Common-Use Documentation Management
1.3.1Configuration
Management Support
1.3.2Data Management
Support
1.1 MANAGEMENT
1.2.9Records
1.3.3C&DM Integration
Services
1.3.5 Records
1.3CDM SUPPORT TO
PRODUCT LINEDIRECTORATESPROGRAMS &
PROJECTS
1.3.4 Software Configuration Management
Work Breakdown Structure
Scope
July 13, 2006 Configuration & Data Management Services
11
Work Management
• Defined in Clause H.4, Task Ordering Procedure, and H.5, Supplemental Task Ordering Procedures
• Defined in PWS Paragraph 1.1.2, Work Management
• Portrayed in J- 4, Task Flow Process
• Related DRDs include:
- 1102MA-001, Management Plan
- 1102MA-002, Progress Reports
- 1102MA-003, Financial Management Report (533M)
July 13, 2006 Configuration & Data Management Services
12
Task Flow Process
Revise TO As Required
PROGRESS REPORT
Product (i.e., Report) as defined in TOOrder
Monitor *
Status Notification given to CO, COTR,
TO Initiator, Contractor
Task Order Request (TOR)
Prepared by Initiator
Task Order Plan (TOP)
Formalized by Contractor
CO and COTR Review/Approval
of Task Order (TO)
* Monitors are assigned by organization requiring services.
O Revisions signed
July 13, 2006 Configuration & Data Management Services
13
Sample Task Evaluation
• The Offeror shall respond to the four sample Task Order Requests by providing a draft Task Order Plan (TOP) for each one.
• The TOP will demonstrate the Offeror’s understanding of the technical effort and management and operational approach as well as the human capital resources (including skill mix and technical expertise categories) required for the Task Order Request (TOR).
July 13, 2006 Configuration & Data Management Services
14
• Reference Attachment J-5, Labor Category Position Descriptions
• Includes exempt (Engineer and C&DM Specialist categories) and non-exempt (Computer Systems Analyst, Engineering Technician, Accounting Clerk, Secretary, Instructor, and Technical Writer categories)
• Offerors shall use these categories when responding to the sample task requests in their proposal.
Labor Categories
July 13, 2006 Configuration & Data Management Services
15
Business Overview
Roxanne MeltonContracting Officer/
Business Committee Chair
July 13, 2006 Configuration & Data Management Services
16
Contracting Approach
• Contract type
- Cost-Plus-Award Fee (CPAF)/Indefinite Delivery/Indefinite Quantity (IDIQ)
- IDIQ provides flexibility to respond to fluctuating work requirements.
- Flexibility exists in award fee evaluation process for the Government to change areas of emphasis and weight.
- Award Fee process encourages effective communications between Contractor and Government.
July 13, 2006 Configuration & Data Management Services
17
• Reference Clause F.2, Place of Performance- Work is to be performed on-site at MSFC and at other
locations that may be approved in writing by the Contracting Officer
• Reference Clause H.5, Supplemental Task Ordering Procedures, paragraph (c)- If a task order specifies work to be performed off-site in
local Contractor provided facilities, off-site differential costs will be negotiated for the task order.
• Work will be performed in office environments.
Place of Performance
July 13, 2006 Configuration & Data Management Services
18
Period of Performance• Reference Clauses F.3, Period of Performance, and F.4, Option to
Extend the Term of the Contract (FAR 52.217-9)
• Total potential contract Period of Performance not to exceed 5 years
• Contract will include a one year base and four one-year priced
(minimum and maximum quantities) options exercised per FAR 17.207
as follows:
Base Period (CY 1) March 1, 2007 – February 29, 2008
Option 1 (CY 2) March 1, 2008 – February 28, 2009
Option 2 (CY 3) March 1, 2009 – February 28, 2010
Option 3 (CY 4) March 1, 2010 – February 28, 2011
Option 4 (CY 5) March 1, 2011 – February 29, 2012
July 13, 2006 Configuration & Data Management Services
19
Phase-In
• Reference Clause F.5, Phase-In and Phase-Out, and Provision L.15, Phase-In
• Phase-In will be no longer than 28 days occurring between February 1, 2007
and February 28, 2007
• The phase-in period will be ordered through a firm-fixed price purchase order
referencing the awarded C&DM Services contract and the selected offeror’s
proposed phase-in plan.
• During phase-in, selected contractor will not be responsible for performing
the Performance Work Statement; the incumbent contractor will continue
performance under the current contract.
• During phase-in, task orders will be processed for the transition of the work
between contracts.
• Clause F.4 specifies phase-in requirements, including data deliverables that
will be due during the phase-in period and providing qualified staff badged
and ready to assume performance.
July 13, 2006 Configuration & Data Management Services
20
Personal Identity Verification Requirements
• Reference Clause I.9, Personal Identity Verification of Contractor Personnel (FAR 52.204-9)
• New FAR clause effective January 2006
• Contractor shall comply with agency personal identity verification procedures that implement Homeland Security Presidential Directive – 12, Office of Management and Budget guidance M-05-24, and Federal Information Processing Standards Publication Number 201
• NASA’s personal identity verification procedures are provided in Attachment J-9 of the RFP.
• Related DRDs due during phase-in:
• 1102MA-004, Badged Employee and Remote IT User Listing
• 1102MA-007, Position Risk Designation for Non-NASA Employee Form
July 13, 2006 Configuration & Data Management Services
21
Planned CPAF Implementation
• Reference Clause B.3, Award Fee for Service Contracts (NFS 1852.216-76), Attachment J-10, General Performance Evaluation Plan, and Marshall Work Instruction (MWI) 5116.1, Evaluation of Contractor Performance under Contract with Award Fee Provisions.
• Performance Evaluation Plan (PEP) will be provided at contract award; award fee process will be discussed during Post-Award Conference
• PEP can be changed unilaterally by the Government prior to the start of an evaluation period
• Six-month award fee evaluation periods– No rollover provision for unearned award fee– Linear grading conversion scale down to 60– Zero fee for poor performance (60)– Provisional billing limited to 75% of potential award fee pool
• Quarterly Performance Reviews with COTR, CO, monitors, and contractor to review performance
July 13, 2006 Configuration & Data Management Services
22
Planned CPAF Implementation (Cont’d)
• Contractor performance will be measured utilizing subjective criteria
• Performance evaluation criteria are in the following areas:
– Technical Performance (Program Management, Quality of Work Performed, Timeliness of Performance, Risk Management)
– Business Management (Business Decisions Affecting the Contract, Compliance with Contract Requirements)
– Cost Control (Cost/Funding Information and Visibility, Variances in Negotiated versus Actual Costs and Rates)
– 25% minimum weight for cost control (per NFS 1816.405-274)
• Areas of Emphasis will be established for each evaluation period before the evaluation period begins.
July 13, 2006 Configuration & Data Management Services
23
Planned IDIQ Implementation
• Reference Clauses H.4, Task Ordering Procedures (NFS 1852.216-80), and H.5, Supplemental Task Ordering Procedures, Section 1.1.2 of Attachment J-1, Performance Work Statement, and Attachment J-4, Task Flow Process
• Requires use of the labor categories and not-to-exceed (NTE) rates specified in Attachment J-5, Labor Category Position Descriptions, and Attachment J-6, Schedule of Fully Burdened/Composite NTE Labor Rates, respectively, for task estimation purposes.
• Contractor shall not begin effort on Task Orders without prior approval from the Contracting Officer’s Technical Representative and the Contracting Officer
• Unilateral modifications to contract will be issued before fee evaluations or sooner to incorporate issued task orders by reference (in Attachment J-8) and summation of task order cost and fee (in Clause B.2, Estimated Cost and Award Fee).
July 13, 2006 Configuration & Data Management Services
24
Organizational Conflicts of Interest (OCI)
• Reference Clauses H.2, Limitation Of Future Contracting (NFS 1852.209-71), H.3,
Organizational Conflicts of Interest, I.7, Access To Sensitive Information (NFS
1852.237-72), and I.8, Release Of Sensitive Information (NFS 1852.237-73)
• This acquisition may give rise to potential OCI. Accordingly, the attention of
Offerors and all related entities are invited to FAR Subpart 9.5, Organizational
Conflicts of Interest.
• Nature of the conflicts:
• Participating in defining C&DM requirements for Statements of Work,
developing Data Procurement Documents, and performing drawing checking
for inclusion in solicitations.
• May perform CM audits under this contract for CM effort you may perform
under another MSFC contract.
• Access to another contractor’s proprietary data.
• Must provide analysis of OCIs and proposed mitigation in your proposal
• OCI Avoidance Plan required during phase-in (Attachment J-2, DRD 1102MA-006)
• Process for notifying CO of additional OCIs as they arise on task orders.
July 13, 2006 Configuration & Data Management Services
25
• Reference Clause M.4, Evaluation Factors for Award• 3 Evaluation Factors include Mission Suitability, Cost, and Past
Performance.• Relative Importance of Evaluation Factors:
– 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.
Evaluation Factors for Award
July 13, 2006 Configuration & Data Management Services
26
• The reasonableness and realism of the fully burdened labor rates (including all cost elements), 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 and all option periods will be used in the Government’s IDIQ Cost Model (provided in RFP) to calculate a total proposed cost for the 5 year contract.
• Each Offeror’s fully burdened labor rates will then be evaluated for reasonableness and realism; unrealistically low rates unsupported by credible rationale will be adjusted upward to the rates used in the Government estimate for those labor categories. Adjusted rates together with acceptable proposed rates will be applied to IDIQ Cost Model to calculate a most probable cost.
• Proposed G&A ceiling rate and award fee rate will be used in most probable cost formula
• Both proposed cost and most probable cost will be reported to SSA, along with an assessment of the government’s confidence in the offeror’s most probable cost.
• A maximum of 200 points may be deducted from an Offeror’s Mission Suitability score depending on the size of the cost adjustment necessary to establish the most probable cost (i.e., difference between proposed cost and most probable cost). No adjustments will be made for total cost adjustments of less than or equal to 10%; a 40% differential would result in the maximum deduction of 200 points.
Cost Evaluation
July 13, 2006 Configuration & Data Management Services
27
Property Management • Clauses G.4, Installation-Accountable Government Property (IAGP) (NFS
1852.245.71)– Describes contractor responsibilities for using IAGP– NASA Form 1018 reporting NOT required– DD Form 1149 will be used to transfer title and accountability of any
contractor-acquired property to the government within 5 working days after receipt of the property at the Center’s central receiving area.
• Clause G.6, List of Installation-Accountable Property and Services (NFS 1852.245.77
– Provides list of property and on-site services available to the contractor for use during the contract
– Attachment J-13, Installation Provided Property and Services, provides list of equipment and additional services available to the contractor.
July 13, 2006 Configuration & Data Management Services
28
Schedule
Release Draft RFP to Industry July 7, 2006
Industry Briefing July 13, 2006
Release Final RFP to Industry August 10, 2006
Past Performance Volume Due August 31, 2006
Remainder of Proposal Volumes Due September 14, 2006
Award without Discussions November 16, 2006(or Competitive Range Determination)
Source Selection/Contract Award January 31, 2007
All dates are subject to change and are to be used for planning purposes only.
July 13, 2006 Configuration & Data Management Services
29
• 2 Ways to Submit Draft RFP Comments and Questions:
– Index cards are available for submission of comments and questions today (PLEASE PRINT!); drop index cards in the box at the back of the auditorium
– Via electronic mail to [email protected] submitted no later than 12:00 noon CST on July 19, 2006
• Questions and answers from the Industry Briefing and
electronic mail will be posted on web (NAIS/FedBizOps)
• Industry Briefing charts and Interested Parties List will also be
posted on web (NAIS/FedBizOps)
Information Exchange
July 13, 2006 Configuration & Data Management Services
30
• After the briefing, all documents of the Draft RFP will be reposted to the synopsis on NAIS and FedBizOps.
• Purpose of the reposting is to provide a Section L document without “track changes” noted in the document.
Draft RFP Reposting
July 13, 2006 Configuration & Data Management Services
31
• Synopsis for the Final RFP will be posted before it is
released.
• The solicitation number for the Final RFP will be
NNM06159470R.
• A Preproposal Conference after release of the Final
RFP is not planned.
Final RFP
July 13, 2006 Configuration & Data Management Services
32
We have highlighted several areas; however, they should not necessarily be interpreted as more or less important than other areas in the RFP.
This information is preliminary and subject to change when the Final RFP is released
Disclaimer/Reminder