79
May 23, 2011 Engineering and Science Services and Skills Augmentation 1 NATIONAL AERONAUTICS AND SPACE ADMINISTRATION GEORGE C. MARSHALL SPACE FLIGHT CENTER MARSHALL SPACE FLIGHT CENTER, ALABAMA 35812 Industry Briefing Engineering and Science Services and Skills Augmentation (ESSSA) RFP# NNM11386243R LOCATION MSFC, Bldg 4200, Morris Auditorium

May 23, 2011 Engineering and Science Services and Skills Augmentation 1 NATIONAL AERONAUTICS AND SPACE ADMINISTRATION GEORGE C. MARSHALL SPACE FLIGHT CENTER

Embed Size (px)

Citation preview

May 23, 2011 Engineering and Science Services and Skills Augmentation 1

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

GEORGE C. MARSHALL SPACE FLIGHT CENTERMARSHALL SPACE FLIGHT CENTER, ALABAMA 35812

Industry Briefing

Engineering and Science Services and Skills Augmentation (ESSSA)

RFP# NNM11386243R

LOCATION

MSFC, Bldg 4200, Morris Auditorium

May 23, 2011 Engineering and Science Services and Skills Augmentation 2

Agenda and Presenters

Welcome & Briefing Format Emeterio Hernandez 12:00

Requirements Overview Tia Ferguson 12:10

Procurement Overview Emeterio Hernandez 12:40

Service Contract Act Patrick Rasco 1:10

Concluding Remarks Emeterio Hernandez 1:25

Site TourEmeterio Hernandez 1:30

Cost Forms OverviewChiquita Goodloe-SuggsDeborah Stone

2:00

May 23, 2011 Engineering and Science Services and Skills Augmentation 3

Welcome

¨ Safety Moment (fire exits, restrooms, etc.)¨ Purpose of Industry Briefing:

Promote exchange of information Improve understanding of Marshall’s ESSSA

requirements Highlight key/unique aspects of the Draft RFP Provide an overview of site locations Serve as an aid in preparation of proposals

May 23, 2011 Engineering and Science Services and Skills Augmentation 4

Briefing Format

♦ Ensure that your visitor badge is visible at all times

♦ Please confine your activity to ground floor areas (e.g., cafeteria, common areas)

♦ Dial “911” in an emergency situation

Security Ground Rules

May 23, 2011 Engineering and Science Services and Skills Augmentation 5

Briefing Format

♦ Remarks and explanations at the Industry Briefing shall not qualify the terms of the Solicitation; and

♦ Terms of the Solicitation and Performance Work Statement remain unchanged unless the Solicitation is amended in writing.

Briefing Ground Rules

May 23, 2011 Engineering and Science Services and Skills Augmentation 6

Briefing Format

♦ Comments and questions regarding this presentation shall be submitted on the forms provided (back of Morris Auditorium). All comments and questions regarding the presentation shall be in writing.

♦ An assessment of all comments and questions will be made. If determined necessary, significant comments and questions may be summarized and posted on the NAIS prior to release of the final RFP.

♦ Use of industry comments and questions to structure the Final RFP (FRFP) is at the discretion of the Government. Changes (based on comments and questions received and internal audits) will be incorporated in the FRFP.

Comments and Questions

May 23, 2011 Engineering and Science Services and Skills Augmentation 7

Briefing Format

♦ All comments and questions regarding the draft RFP shall be submitted in writing by 4:30 p.m., CST, on May 31, 2011, to:

NASA/Marshall Space Flight Center

Procurement Office

ATTN: Emeterio V. Hernandez/Mail Stop PS20

MSFC, AL 35812

or via e-mail to [email protected] ♦ The Industry Briefing charts and a list of firms attending the

industry briefing will be posted on the NAIS: http://procurement.nasa.gov

Comments and Questions (cont’d)

May 23, 2011 Engineering and Science Services and Skills Augmentation 8

Source Evaluation Board

Source Selection Authority

Robert Lightfoot (DA01)

Source Evaluation Board

Tia Ferguson (ES21) ChairEmeterio Hernandez (PS20) MemberMarcie Kennedy (EV81) MemberCynthia Frost (VP34) MemberJoan Funk (JP30) MemberDon Harris (ER41) MemberDennis Griffin (EM60) MemberChris Randall (ER33) Recorder

SEB Advisors

Walt Melton (Procurement & Small Business)David Iosco (Procurement)Roxanne Melton (Procurement)Christi Dame (Legal)Jerry Seemann (Legal)Patrick Rasco (Labor Relations)Dawn Stanley (Resources)Deborah Stone (Pricing)Chiquita Goodloe-Suggs (Pricing)

May 23, 2011 Engineering and Science Services and Skills Augmentation 9

Requirement Overview

Tia FergusonSEB Chairperson

May 23, 2011 Engineering and Science Services and Skills Augmentation 10

Background

CURRENT SERVICES PROVIDED¨ ENGINEERING

• Wide range of disciplines serving MSFC’s Engineering Directorate (ED01), Science and Missions Systems Office (VP01), and current programs/ projects

¨ SCIENCE• Scientific disciplines including Exploration Sciences, Optics, Propulsion,

Earth Science, and Space Science

¨ TECHNICAL• Technicians for laboratories and test facilities

¨ PROJECT MANAGEMENT SUPPORT• Business analysts providing project planning & control (schedule, cost, and

performance monitoring and reporting) and project coordination

May 23, 2011 Engineering and Science Services and Skills Augmentation 11

Background

PROGRAM HISTORY

¨ The Engineering, Science, and Technical Services (ESTS), Specialized Engineering and Project Support Blanket Purchase Agreements (SEPS BPA) and Systems Development and Operations Support (SDOS) contracts provide a wide range of engineering, science, technical, and program support functions to various programs and projects, including the Constellation Program's Ares I, Orion/Launch Abort System, and Ares V; the Shuttle Propulsion Program; and International Space Station.

May 23, 2011 Engineering and Science Services and Skills Augmentation 12

Background

PROGRAM HISTORY: Current Contracts

Engineering, Science & Technical Services (ESTS)

• Jacobs• Primary engineering services

vehicle• Provides a wide range of

engineering, science and technical support services, and some project-related business support functions, to various NASA/MSFC programs and projects

• Ends 9/30/2011• 6-year period• $962.5M Potential Value• CPAF/Performance Fee IDIQ

Specialized Engineering & Project Support Blanket Purchase Agreements

(SEPS BPAs)

• 26 companies• Supplemental engineering

services vehicle• Provides highly specialized

niche engineering, specialized engineering and test article/model development, and specialized program/project planning, analysis, and support, to various NASA/MSFC programs and projects

• Ends 9/30/2011• 5 years 8 months period• $280M, 116 task orders to date• FP or T&M task orders against

GSA Professional Engineering Schedules

Systems Development and Operations Support (SDOS)

• Teledyne Brown Engineering• Provides engineering, science,

technical, project management and support, to develop, operate, and maintain facilities and payloads on the International Space Station, and other vehicles and carriers, and provides support to scientific investigators

• Ends 6/30/2012• 10-year period• $568M Potential Value• CPAF IDIQ

13

Background

PROGRAM HISTORY: Current Contracts (Continued)Engineering, Science & Technical Services (ESTS)

Specialized Engineering & Project Support Blanket Purchase Agreements (SEPS BPAs)

Systems Development & Operations Support (SDOS)

Contractor Jacobs Multiple - 26 Teledyne Brown Engineering

Contract Type IDIQ – CPAF with Performance Fee

BPAs with FP or T&M task orders

IDIQ – CPAF

Type of Award Full and Open Competitive GSA Competitive Full and Open Competitive

No. of Proposals 2 85 5

End Date 9/30/2011 9/30/2011 6/30/2012

Length of Contract 6 years (Base + 4 options + 1 extension)

5 years 8 months 10 years (5 year base + 5 year option)

Initial Award Value $542.5 million None $568 million

Current Task Order Value

$828 million $280 million $377 million

Location of Performance Majority on-site On-site and off-site Majority on-site

Labor Law Subjectivity Service Contract Act None Service Contract Act

May 23, 2011 Engineering and Science Services and Skills Augmentation

14

Background

PROGRAM HISTORY: Previous ESTS Contracts

ESTS 1 ESTS 2 ESTS 3

Contractor Sverdrup Technology Sverdrup Technology Jacobs Sverdrup

Contract Type CPAF Level of Effort CPAF Level of Effort CPAF with Performance Fee IDIQ

Type of Award Full and Open Competitive Full and Open Competitive Full and Open Competitive

Number of Proposals

8 9 5

Length of Contract

1989 - 1996 1996 - 2000 10/15/2000 – 10/14/2005

Value ~ $20 million/year ~ $30 million/year $325.5 million

Number of WYEs ~ 213 ~ 350 ~ 415

Location of Effort Majority off-site On-site and off-site Majority on-site

• This RFP is the 5th acquisition of an engineering support services contract.

May 23, 2011 Engineering and Science Services and Skills Augmentation

15

Background

May 23, 2011 Engineering and Science Services and Skills Augmentation

Services ObtainedEngineering &

Science Services/Skills Augmentation

Development of Systems & Equipment

Program Support

Project Planning &

Control

Project Coordination

Project Management

Subject Matter Expertise

Cost Estimating & Analysis

Current Contract Mechanisms 

Engineering, Science & Technical Services (ESTS)

$131.6 $13.4 $2.3 $6.4 $3.7 --

Specialized Engineering & Project Support Blanket Purchase Agreements (SEPS BPAs)

$49.2 $11.6 $3.6 $0.3 $10.7 $1.9

Systems Development & Operations Support (SDOS)

$27.1** $11.8 -- $2.0 -- --

TOTAL (M) $207.9 $36.8$5.9 $8.7 $14.4 $1.9

$30.9

Performed a comprehensive review of current contracts to develop an integrated strategy for acquiring engineering services along the lines of natural groupings of expertise...

*Amounts do not represent a level of future requirements; they represent historical peaks during Constellation as follows:

• ESTS cost is task order values for FY09 • SEPS BPA cost is an annual average over 3 years (2007-2009)• SDOS cost is task order values for FY09

**Includes $24.3 for Payload Operations Integration Function (POIF). POIF will be covered under a separate mission services contract

16

Requirement

¨ Marshall Space Flight Center (MSFC) has a continuing requirement for engineers, scientists, and technicians to support the MSFC’s Engineering Directorate (ED01), Science and Missions Systems Office (VP01), future programs/projects, and other offices that have similar needs. The effort needed depends on the fluctuating work requirements of the Center relative to commensurate civil service personnel.

May 23, 2011 Engineering and Science Services and Skills Augmentation

17

Requirement

¨ Since the contract will be an Indefinite Delivery Indefinite Quantity (IDIQ), the scope of the Performance Work Statement broadly defines the requirements for ESSSA services provided to Marshall Space Flight Center.

¨ 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) to meet the requirements for the Task Orders (TOs).

¨ 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 all NASA and MSFC regulations, policies, directives, procedures and standards when performing all work under the PWS.

¨ TOs range from general support for an organization to specific product oriented tasks.

May 23, 2011 Engineering and Science Services and Skills Augmentation

PWS changes from ESTS

¨ ESSSA versus ESTS¨ ESSSA PWS is “Skill Based”¨ Contractor Procurements:

¨ ESSSA limits acquisition cost to $150,000 and content of purchases to non-quality sensitive materials, supplies, tools and equipment necessary to meet Task Order requirements

¨ The Contractor shall not purchase the IT products specified in Attachment J-7, Installation Provided Property and Services as Desktop Services and Software.

May 23, 2011 Engineering and Science Services and Skills Augmentation 18

PWS changes from ESTS

¨ ESSSA verses ESTS (Continued)¨ Added New DRDs and updated DRDs from previous

ESTS contract to include: ¨ 1390CD-001 Option Decision Package

¨ 1390EE-001 Environmental and Energy Consuming Product Compliance Reports

¨ 1390MA-002 Task Order Plan (TOP)

¨ 1390MA-003 Organizational Conflict of Interest (OCI) Plan

¨ 1390MA-004 Work Breakdown Structure (WBS) & WBS Dictionary

¨ 1390MA-005 Task Order Activity Reports

¨ 1390MA-006 Contractor Self-Assessment Report

¨ 1390MA-007 Financial Management Report (533M)

¨ 1390MA-008 Funding Projection Report

¨ 1390SA-002 Contractor Personnel Certification Plan

May 23, 2011 Engineering and Science Services and Skills Augmentation 19

20May 23, 2011 Engineering and Science Services and Skills Augmentation

¨ Broad description of services and disciplines to be provided include but are not limited to the following:

¨ Aerodynamics Design, Analysis and Test

¨ Avionics Design, Analysis and Test

¨ Electrical Engineering Design, Analysis and Test

¨ Guidance, Navigation, and Control (GN&C) Design and Analysis

¨ Manufacturing and Assembly (M&A)

¨ Materials Design, Analysis and Test

¨ Structural and Mechanical Design and Analysis

¨ Operability Design, Analysis and Test

¨ Natural and Induced Environments Design, Analysis and Test

¨ Optics Design, Analysis and Test

¨ Propulsion Systems Design, Analysis and Test

¨ Scientific Disciplines Design, Analysis and Test

¨ Spacecraft and Space Systems Software Design, Analysis and Test

¨ Systems Engineering

¨ Test Design and Operations

¨ Thermal and Fluids Design, Analysis and Test

¨ Systems Management

¨ Hardware and Hardware/Software Integration and Test

Major Skill Categories for “Skill Based” PWS

21

Work Breakdown Structure

May 23, 2011 Engineering and Science Services and Skills Augmentation

¨ The Work Breakdown Structure (WBS) for the ESSSA contract is structured to be skill based.

¨ The WBS structure allows the Government to easily track cost by sponsoring and performing department, division, branch, program, and project. In limited cases, Level 5 shall be used to track at a lower level, such as a test identifier.

¨ This is an example and a notional representation of the WBS:

¨ The Task Order will be by “Department” (Level 2) and “Skill” (Level 3)

¨ Sub-element by “Branch Project” (Level 4)

¨ In limited cases Sub-element by “Branch.Project.Subsystem” (Level 4) or “Branch.Project.Subsystem.Test” (Level 4 and Level 5)

Level 2 Skill

Level 3 “TO” by

Dept/Lab/Off

Level 4 “Sub-element” by

Branch/Project/Subsystem

Level 1 Contract Identifier

Level 4 and beyond“Sub-element” by

Branch/Project

Level 5

“Sub-element” Individual Test

OR &

ES.7.5.21.RLLDES.7.7.34.ARES.US.IVGVT

22

Task Order Processing

¨ Defined in Clause H.5, Task Ordering Procedure and H.6, Supplemental Task Ordering Procedures

¨ Defined in J-1, PWS Paragraph 2.4, Task Management

¨ Portrayed in J-10, Task Flow

¨ Related DRDs include:

¨ 1390MA-001 Management Plan

¨ 1390MA-002 Task Order Plan (TOP)

¨ 1390MA-003 Organizational Conflict of Interest (OCI) Plan

¨ 1390MA-004 Work Breakdown Structure (WBS) & WBS Dictionary

¨ 1390MA-005 Task Order Activity Reports

¨ 1390MA-007 Financial Management Report (533M)

¨ 1390MA-008 Funding Projection Report

¨ 1390MA-009 Weekly Contract Status Briefing

May 23, 2011 Engineering and Science Services and Skills Augmentation

23

Task Order Processing

May 23, 2011 Engineering and Science Services and Skills Augmentation

Need for a New Task Order is

identified or an existing Task Order

requires modification

Draft Task Order Request (TOR) is generated by

NASA Task Initiator

TOP or TOCP reviewed by NASA Task Initiator

TOP or TOCP reviewed by Contractor Team

Lead/Management

Task Order Plan (TOP) or Task Order Change Plan

(TOCP) generated by Contractor Task Lead

TOR or TOCR approved by

Organizational Technical Monitor

TOP or TOCP approved by Organizational

Technical Monitor and Organizational Resources

Office

TOP or TOCP Approved by Contracting Officer’s

Technical Representative (COTR)

TOP or TOCP approved by

Contracting Officer (CO)

TO or TO Modification released by Contractor

NASA Action

Contractor Action

New Task Order Required?

Yes

NoDraft Task Order Change

Request (TOCR) is generated by NASA Task

Initiator

Task Flow Process

24

Automated TO Management

¨ Electronic Automated Task Order Management System (ATOMS)

¨ The Contractor shall establish, implement, and maintain an automated electronic task management system required to plan, organize, direct, and control contract activities.

¨ The ATOMS shall be an interactive system to be used by the Government and the Contractor.

¨ The Contractor shall provide a user’s guide and Government training on the ATOMS during phase-in and as requested.

¨ The ATOMS shall be ready for Government use thirty (30) calendar days prior to contract commencement.

¨ The ATOMS shall provide a numbering system that provides traceability of TOs throughout their lifetime and shall track the status of TO/Sub-elements from planning through closure.

¨ Requirements are further defined in the PWS.

May 23, 2011 Engineering and Science Services and Skills Augmentation

ESSSA Labor Categories:Subject Matter Expert 4Subject Matter Expert 3Subject Matter Expert 2Subject Matter Expert 1

Engineer/Scientist 9Engineer/Scientist 8Engineer/Scientist 7Engineer/Scientist 6Engineer/Scientist 5Engineer/Scientist 4Engineer/Scientist 3Engineer/Scientist 2Engineer/Scientist 1

Engineering Technician 6Engineering Technician 5Engineering Technician 4Engineering Technician 3Engineering Technician 2Engineering Technician 1

May 23, 2011 Engineering and Science Services and Skills Augmentation 25

Labor Categories

ESTS Labor Categories:Subject Matter Expert

(Negotiated case-by-case with CO)

Engineer/Scientist 9Engineer/Scientist 8Engineer/Scientist 7Engineer/Scientist 6Engineer/Scientist 5Engineer/Scientist 4Engineer/Scientist 3Engineer/Scientist 1/2

Business Analyst 4Business Analyst 3Business Analyst 2Business Analyst 1Business Analyst 0

Technician 6Technician 5Technician 4Technician 3Technician 2

ESSSA versus ESTS Approach:

Defined Subject Matter Expert categories

More Engineer/Scientist categories

No Business Analyst categories

More Technician Categories

Note: Labor categories position descriptions for ESSSA are different from ESTS. Refer to Attachment J-9, Schedule of Fully Burdened, Composite, Not-To-Exceed (NTE) Labor Rates ($/Hr)

26

ESSSA Skills Description¨ The actual skills required for this contract are dependent upon the content of TOs and

may not include all skills listed in this PWS.

¨ These skills may range from entry level to journeyman to Subject Matter Expert, and integrally related Engineering Technician depending on the varied requirements to produce products and deliverables defined in individual TO/Sub-elements. Skills may also be classified as highly-specialized or mission critical. Described below:

¨ Highly Specialized Skills

¨ Highly-specialized skills require personnel with very unique skills and years of specialized training and/or experience. There are a limited number of individuals available with these skills.

¨ Mission Critical Skills

¨ Mission critical skills require personnel at the start of the contract who have extensive specialized training or experience to support the current development or on-going operation of specific flight hardware, lab, and/or analysis related activities. Required at contract commencement

¨ Subject Matter Expert (SME)

¨ An individual who is a recognized, highly specialized, one-of-a-kind, expert in a single engineering/scientific discipline and or a system and or program segment

May 23, 2011 Engineering and Science Services and Skills Augmentation

27

Sample Tasks

¨ Sample Task Requirements¨ The sample tasks in Section L are examples of types of tasks that may be

required in the future. They are fictitious and for the purpose of proposal evaluation only.

¨ The Offeror shall provide a draft Task Order Plan (TOP) per DRD 1390MA-002, Task Order Plan (TOP), a detailed cost estimate, and narrative for each sample task

¨ A narrative shall be provided with each sample task which provides amplifying discussion to demonstrate the Offeror’s understanding of the effort, management and operating approach, and resources required

¨ A detailed cost estimate shall be provided for each Task Order and for each sub-element using the format provided in Attachment L-9, Summary of Cost For Sample Task.

¨ The Offeror’s TOPs, narratives and cost estimates shall provide evidence of their capability to meet requirements described in Provision L.24, Volume I – Mission Suitability, MA-9 Sample Tasks

May 23, 2011 Engineering and Science Services and Skills Augmentation

28

Procurement Overview

Emeterio HernandezContract Specialist

May 23, 2011 Engineering and Science Services and Skills Augmentation

29

Contracting Approach

¨ Contract Type¨ Performance-Based Contract (PBC) Cost Plus Fixed

Fee (CPFF) Less Deductions, Indefinite Delivery/ Indefinite Quantity (ID/IQ).

¨ IDIQ allows flexibility to respond quickly to fluctuating work requirements.

¨ Deductions from the fixed fee will reduce the contractor’s fee based on performance.

May 23, 2011 Engineering and Science Services and Skills Augmentation

30

Potential Contract Value

May 23, 2011 Engineering and Science Services and Skills Augmentation

Minimum Quantity Maximum Quantity

Contract Periods Estimated Cost *Potential

Fixed Fee Estimated

Cost *Potential Fixed Fee

Base (Yr 1) $10,000,000 $TBP $120,000,000 $TBP

Base (Yr 2) $10,000,000 $TBP $120,000,000 $TBP

Base Total $ 20,000,000 $TBP $240,000,000 $TBP

Option 1 (Yr 3) $10,000,000 $TBP $120,000,000 $TBP

Option 2 (Yr 4) $10,000,000 $TBP $120,000,000 $TBP

Option 3 (Yr 5) $10,000,000 $TBP $120,000,000 $TBP

Total Potential $ 50,000,000 $TBP $600,000,000 $TBP

*To Be Proposed (TBP) by Offeror.

31

¨ Reference Clause F.3, MSFC 52.237-91 Place of Performance:

¨ Work is to be performed onsite at MSFC and at other locations that may be approved in writing by the Contracting Officer.

¨ The Contractor’s management staff shall be located offsite.

¨ This cost shall be allocated to all task orders through the application of an overhead rate.

¨ Work will mostly be performed in office environments. Some tasks will involve working in laboratory, shop or testing environments.

Place of Performance

May 23, 2011 Engineering and Science Services and Skills Augmentation

32

Period of Performance

¨ Reference Clauses F.3, Period of Performance, F.4 Special Conditions Applicable to Exercise Options 1, 2, and 3, and Clause FAR 52.217-9, Option to Extend the Term of the Contract incorporated in clause I.2.

¨ Total potential contract Period of Performance not to exceed 5 years.¨ Contract will include a 2-year base (24 months) and three 1-year priced

(minimum and maximum quantities) options exercised per FAR 17.207 as follows:

Base Period March 1, 2012 – February 28, 2014

Option 1 March 1, 2014 – February 28, 2015

Option 2 March 1, 2015 – February 29, 2016

Option 3 March 1, 2016 – February 28, 2017

May 23, 2011 Engineering and Science Services and Skills Augmentation

33

Period of Performance (Continued)

¨ Per Clause F.4, Special Conditions Applicable to Exercise Options 1, 2, and 3, eleven (11) months prior to the effective date of Options 1, 2 (if Option 1 is exercised), and 3 (if Option 2 is exercised), the Contractor shall prepare and submit an Option Decision Package to the Contracting Officer in accordance with DRD 1390CD-001.

May 23, 2011 Engineering and Science Services and Skills Augmentation

34

Phase-In¨ Reference Clause F.5, Phase-In Purchase Order (PO) and Phase-Out,

and Provision L.19, Phase-In.¨ Phase-In will be no longer than 60 days occurring prior to contract

commencement on March 1, 2012.¨ The phase-in period, limited to $150,000, will be ordered through a firm-

fixed price purchase order referencing the awarded ESSSA services contract and the selected Offeror’s proposed Phase-In Plan.

¨ During phase-in, selected Offeror will not be responsible for performing the Performance Work Statement; the incumbent contractor will continue performance under the current contract.

¨ During phase-in, an initial set of task orders will be processed for the ESSSA contract to enable the contractor to assume full performance on day one of the contract.

¨ Clause F.5 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.

May 23, 2011 Engineering and Science Services and Skills Augmentation

35

Fee Implementation

¨ Reference Clause B.5, Evaluation of Fee Deductions, Attachment J-3, Surveillance and Fee Evaluation Plan, Attachment J-4, Quality Performance Quarterly Survey, and Attachment J-5, Performance Standards.

¨ Performance-based and provides for deductions from the fixed fee based upon defined performance levels in the Fee Evaluation Plan.

¨ The Fee Evaluation Plan and the Quality Performance Quarterly Survey can be changed by modification prior to the start of an evaluation period.

¨ Provisional billing will be the lesser of 50% of the potential fixed fee or the prior period’s fixed fee less deductions.

¨ Six month fee evaluation periods¨ No rollover provision for deducted fee

¨ Fixed fee deduction determinations are unilateral decisions made solely at the discretion of the Government.

May 23, 2011 Engineering and Science Services and Skills Augmentation

36

Fee Implementation (Continued)

¨ Fee deduction will be measured utilizing the following criteria:¨ Quality Performance (35% of total fee)

¨ Task Order Estimating (25% of total fee)

¨ Timeliness (15% of total fee)

¨ Small Business (15% of total fee)

¨ Time to Fill Vacancies (5% of total fee)

¨ Voluntary Attrition (5% of total fee)

¨ Additional Potential Fee Deductions

¨ Major Breach of Safety or Security

¨ Offerors shall propose the Weight/Deduction Amounts for the above criteria in Attachment J-5, Performance Standards for all adjectives but Excellent (Very Good, Satisfactory, Marginal and Unsatisfactory).

¨ The Quality Performance Quarterly Survey provided by both TO Sub-element Initiators and Department Heads will serve as input for the COTR’s mid-term evaluation, fee deduction calculations and Contractor Performance Assessment Reporting System (CPARS) evaluation.

May 23, 2011 Engineering and Science Services and Skills Augmentation

37

IDIQ Implementation

¨ Reference Clause H.5, 1852-216-80 Task Ordering Procedure, H.6 Supplemental Task Ordering Procedures, Attachment J-1, Performance Work Statement (paragraph 2.4), and Attachment J-10, Task Flow Process.

¨ Requires the use of labor categories and not-to-exceed (NTE) rates specified in Attachment J-9, Schedule of Fully Burden, Composite, Not-To-Exceed Labor Rates ($/hr) for estimating all labor (Prime contractor and subcontractor).

¨ Contractor shall not begin effort on Task Orders without prior approval from the Contracting Officer’s Technical Representative and the Contracting Officer.

¨ A reconciling unilateral modification to the contract will be issued at least semiannually revising Clause B.2, Estimated Cost and Fixed Fee Less Deductions to reflect the summation of the current total Task Order values.

May 23, 2011 Engineering and Science Services and Skills Augmentation

38

Organizational Conflict of Interest (OCI)

¨ Reference Clauses H.2, 1852.209-71 Limitation of Future Contracting, H.3 Resolution of Organizational Conflicts of Interest (OCI), H.4 Disclosure of Organizational Conflict of Interest After Contract Award, and Provision L.22 Notice of Potential Organizational Conflicts of Interest.

¨ This acquisition may give rise to potential OCI. Accordingly, Offerors are encouraged to review FAR Subpart 9.5, Organizational Conflicts of Interest.

¨ In addition, Offerors should review the NASA Organizational Conflict of Interest (OCI) Guide which provides agency-wide guidance relative to the identification, analysis and resolution of OCIs and is available at http://www.hq.nasa.gov/office/procurement/OCIGuide.pdf.

¨ NOTE: FAR guidance on OCIs is currently undergoing revision and case law continues to evolve in this area.

May 23, 2011 Engineering and Science Services and Skills Augmentation

39

Organizational Conflict of Interest (OCI)

¨ Nature of the Conflicts:¨ Performance of the contract may involve the development of

specifications or performance work statements that are to be incorporated into a solicitation. This may create a “biased ground rules” OCI.

¨ In addition, the contract may involve the performance of engineering, scientific, and/or other technical services on space flight hardware and other critical systems that were designed and/or developed by the Contractor under another contract. As a result, an “impaired objectivity” OCI will exist if the same entity that performed the design and/or development work performs such services.

May 23, 2011 Engineering and Science Services and Skills Augmentation

40

Organizational Conflict of Interest (OCI)

¨ Offerors must provide analysis of OCIs and propose resolution in their proposal.

¨ The Initial OCI Plan shall be delivered as part of the proposal. (Attachment J-2, DRD 1390MA-003)

¨ Pending the contents of the proposed OCI Plan, the Government will include any proposed Limitation of Future Contracting in Clause H.2.

¨ The OCI Plan must be acceptable as defined by DRD 1390MA-003 to be eligible for contract award.

May 23, 2011 Engineering and Science Services and Skills Augmentation

41

¨ Reference Clause G.6 1852.245-71 Installation-Accountable Government Property and PWS paragraph 2.5.2

¨ Describes the contractor’s responsibilities for using IAGP¨ NASA Form 1018 reporting required due to recent changes in

NASA FAR Supplement (NFS) Part 1845 requirements (see Clause 1852.245-73 Financial Reporting of NASA Property in the Custody of Contractors listed by reference in Section G of this RFP).

¨ Clause G.6 provides a list of property and on-site services available to the contractor for use during the contract.

¨ Attachment J-7, Installation-Provided Property and Services, provides list of equipment and additional services available to the contractor.

Property Management

May 23, 2011 Engineering and Science Services and Skills Augmentation

42

¨ PWS paragraph 2.5.2¨ The transfer of accountability shall be initiated by the

Contractor submitting a MSFC Form 4554, Transfer and Shipping Document (or equivalent DD Form 1149), accompanied by a copy of the Contractor’s applicable purchasing and receipt document for the property. Purchases of supplies and materials the Form 4554 shall be submitted within thirty (30) calendar days after the end of each calendar-year quarter. For equipment purchases, the Form 4554 shall be submitted within ten (10) working days after acceptance of each item of equipment by the Contractor.

Property Management (Continued)

May 23, 2011 Engineering and Science Services and Skills Augmentation

43

¨ Reference Clause H.6 Documentation of Training and MSFC On-Site Training Courses and Attachment J-2 and DRD 1390SA-002, Contractor Personnel Certification Training Plan.

¨ MSFC requires that all onsite personnel complete training courses listed in Clause H.6 as well as any future training requirements mandated by MSFC.

¨ The Contractor specific certifications, proficiencies, and licenses are referenced in the DRD 1390SA-002.

¨ Training for its employees and subcontractors shall be the responsibility of the Contractor.

¨ MSFC makes no obligation to provide training to Contractor personnel.

Personnel Certification Training

May 23, 2011 Engineering and Science Services and Skills Augmentation

44

♦ Reference Provisions M.4 Volume I – Mission Suitability Factor, M.5 Volume II – Cost Factor, and M.6 Volume III – Past Performance Factor.

♦ Three Evaluation Factors include Mission Suitability, Cost, and Past Performance.

♦ Relative Importance of Evaluation Factors: ♦ The three factors, Mission Suitability, Cost, and Past

Performance are essentially equal in importance.♦ All evaluation factors other than cost, when combined,

are significantly more important than cost.

Evaluation Factors for Award

May 23, 2011 Engineering and Science Services and Skills Augmentation

45

¨ Mission Suitability Subfactor weights are listed below in order of appearance in the proposal:

Mission Suitability

May 23, 2011 Engineering and Science Services and Skills Augmentation

Suitability Subfactor Weighting

Management Approach 500 points

Staffing and Total Compensation 400 points

Small Business (SB) Utilization 100 points

TOTAL 1,000 points

46

¨ Subfactor A – Management Approach¨ MA1. Management Approach¨ MA2. Organizational Structure¨ MA3. Local Autonomy¨ MA4. Organizational Conflict of Interest (OCI) Plan¨ MA5. Teaming Arrangements and Subcontracting¨ MA6. Work Processing Approach¨ MA7. Requirements Compliance Approach¨ MA8. Cost Control Approach¨ MA9. Sample Tasks¨ MA10. Safety, Health and Environmental Plan¨ MA11. Risk Assessment

Mission Suitability (Continued)

May 23, 2011 Engineering and Science Services and Skills Augmentation

47

¨ Subfactor B – Management Approach¨ STC1. Phase-In¨ STC2. Personnel Training and Certification¨ STC3. Recruiting and Provision of Skills ¨ STC4. Flexibility to Address Varying Demands¨ STC5. Total Compensation Approach¨ STC6. Key Personnel¨ STC7. Staffing and Total Compensation Risk Assessment

¨ Subfactor C – Small Business Utilization¨ SB-1. Small Business Subcontracting

¨ SB-1A. Small Business Subcontracting Plan¨ SB-1B. Goals¨ SB-1C. Additional Support to Proposed Goals

¨ SB-2. Small Business Utilization Risk Assessment

Mission Suitability (Continued)

May 23, 2011 Engineering and Science Services and Skills Augmentation

48

Small Business Goals

May 23, 2011 Engineering and Science Services and Skills Augmentation

CategoriesRFP Goals

Small Business Concerns 35.00%

Small Disadvantaged Business Concerns 10.00%

Women-Owned Small Business Concerns 8.00%

Historically Under-Utilized Business Zone Small Business Concerns 3.00%

Veteran-Owned Small Business Concerns 4.50%

Service Disabled Veteran-Owned Small Business Concerns 3.50%

Historically Black Colleges & Universities 0.50%

49

¨ The proposed fully burdened composite labor rates and Other Direct Cost (ODC) burden rates will be assessed to determine reasonableness and realism.

¨ The Offeror’s proposed cost will be a Government-calculated IDIQ cost using the Offeror-provided fully burdened composite labor rates and burden rates applied to a Government model of labor hours and travel and material estimates.

¨ Upward or downward adjustments may be made to the proposed direct and indirect rates as a result of the assessment of cost realism.

¨ A level of confidence determination will be made for the probable cost assessment.

¨ The Government-calculated proposed cost and fee, the evaluated probable cost and the SEB’s assessment of cost confidence will be presented to the SSA.

Cost Evaluation

May 23, 2011 Engineering and Science Services and Skills Augmentation

50

¨ The Offeror’s overall corporate past performance, to include the corporate past performance of all teammates and major subcontractors, will be evaluated. Emphasis will be given to: ¨ The extent of direct relevant corporate experience and quality of past

performance on previous contracts that are relevant to the effort defined in this RFP.

¨ In the event of the proposed use of a major subcontractor, the extent to which the relevant experience of the subcontractor will be employed on this contract effort. Emphasis will also be given to relevant past performance that has occurred within the last three years.

¨ The baseline for the ESSSA contract size relevancy will be approximately $60,000,000 per year for Prime Offerors and commensurate with the percentage of the proposal effort for subcontractors per year (i.e., if they are 10% of the proposed effort their contract size relevancy would be $6,000,000).

Past Performance Evaluation

May 23, 2011 Engineering and Science Services and Skills Augmentation

51May 23, 2011 Engineering and Science Services and Skills Augmentation

Page Count

¨ Volume I is limited to 310 pages. This is a not to exceed number with no exclusions. This is all inclusive of :

· Cover Pages, Table of Contents, RFP Reference Matrix, Section Dividers· Key Personnel Resume Forms, Job

Description/Qualification Form, SHE Plan, Small Business Subcontracting Plan, Phase-In Plan, Total Compensation Plan, OCI Plan, Sample Task Responses (including summary of cost forms), and Performance Standards.

May 23, 2011 Engineering and Science Services and Skills Augmentation 52

Dates

Synopsize Draft RFP 05/11/11

Issue Draft RFP 05/17/11

Industry Briefing 05/23/11

Industry Comments (Due no later than) 05/31/11

Issue RFP 06/21/11

Proposals Due 08/04/11

Initial Evaluation Complete 09/11

Discussions Complete 10/11

FPR Received 11/11

Selection Announced/Contract Award 12/11

Phase-In Complete 02/29/12

Contract Commencement 03/01/12

Projected SEB SCHEDULE

53

.Service Contract Act Overview

Patrick RascoDir., Contractor Industrial Labor

Relations

May 23, 2011 Engineering and Science Services and Skills Augmentation

May 23, 2011 Engineering and Science Services and Skills Augmentation 54

The SCA requires contractors and subcontractors to pay covered

employees:

¨ no less than the prevailing wage and benefits for the area

¨ no less than the rates in a predecessor’s Collective Bargaining Agreement

Service Contract Act

May 23, 2011 Engineering and Science Services and Skills Augmentation 55

Service Contract Act

Mandatory Requirements¨ Those outlined in the SCA “Area” Wage Determinations

Minimum Wages Based on Job Classification (29 CFR 4.161)· See the SCA Directory of Occupations to ensure the proper classification of each

service employee.

Minimum Health and Welfare Rate (29 CFR 4.175(a)(1))· A minimum hourly rate of $3.50 per hour for all hours paid for, including paid

vacation, sick leave, and holiday hours, up to a maximum of 40 hour per week and 2,080 hours per year.

Minimum Number of Vacation Days (29 CFR 4.173)· Based on years of “continuous service” in any capacity with the incumbent

contractor and all predecessor contractors. The employee’s anniversary date is the driving factor.

Minimum Number of Paid Holidays (29 CFR 4.174)· 10 Paid Holidays per year.· Does not require a “service employee” to work the day before or the day after a

holiday to receive holiday pay.– If any work is performed (by a service employee) in a work week in which a

holiday falls, the employee is entitled to holiday pay.

May 23, 2011 Engineering and Science Services and Skills Augmentation 56

Service Contract Act

Mandatory Requirements ¨ Requires the payment of Health and Welfare, Vacation,

and Holiday pay to temporary and part-time employees (29 CFR 4.176).

¨ SCA does not provide for premium rates of pay for overtime hours worked, however it does recognize other Federal laws that do:

The Fair Labor Standards Act Contract Work Hours and Safety Standards Act

· Premium Pay is one-and-one-half (1½) times the employee’s basic hourly rate of pay for all time worked over 40 hours per week.

May 23, 2011 Engineering and Science Services and Skills Augmentation 57

Service Contract Act

Mandatory Requirements ¨ Items that can not be counted as Health and Welfare for

SCA computation purposes:

Federal, State, and Local Taxes, Unemployment or Workers’ Compensation, Professional Insurance, Liability Insurance, etc., (29 CFR 4.171(c))

The furnishing of Board and Lodging (29 CFR 4.171(d))

The furnishing of “facilities” or “transportation” (29 CFR 4.171(e))

Contributions to social functions (29 CFR 4.171(f))

Vacation Pay (29 CFR 4.173)

Holiday Pay (29 CFR 4.174)

May 23, 2011 Engineering and Science Services and Skills Augmentation 58

Service Contract Act

SCA Wage Determinations

¨ Local “Area” Wage Determinations

¨ CBA “4(c)” Wage Determinations

¨ Latest copies will be available on-line

May 23, 2011 Engineering and Science Services and Skills Augmentation 59

Service Contract Act

Job Description/Qualification FormTITLE

Contractor Job Title: _________________________________________________ Solicitation Job Title: _________________________________________________SCA Wage Determination Job Title: _____________________________________ SCA Directory of Occupations Classification Number ________________________

---------------------------------------------------------------------------------------------------------------------TYPE

EXEMPT NON-EXEMPT --------------------------------------------------------------------------------------------------------------------SALARY / WAGE RANGE

ANNUAL FROM: ________________ TO: _______________ [Exempt]HOURLY FROM: ________________ TO: _______________ [Nonexempt]

---------------------------------------------------------------------------------------------------------------------HEALTH AND WELFARE [FRINGE BENEFITS]

EXACT HOURLY COST OF HEALTH AND WELFARE ____________---------------------------------------------------------------------------------------------------------------------DESCRIPTION _____________________________________________________________________________________________________________________________________________________________________________________________________---------------------------------------------------------------------------------------------------------------------QUALIFICATIONS

EDUCATION: ______________________________________________________EXPERIENCE: _____________________________________________________

______________________________________________________________________

May 23, 2011 Engineering and Science Services and Skills Augmentation 60

Service Contract Act

Instructions for Completing JD/Q ¨ TITLE -There are three Job Description/Qualification forms per page.

One form is to be completed for each job title/classification.

¨ (NOTICE: This applies to all proposed subcontractor classifications as well)

Contractor Job Title - Enter your company job title if different from the SCA Wage Determination job title/classification.

Solicitation Job title - Enter the job title identified in the solicitation at Attachment L-1, Government Identified Labor Categories Position Descriptions (LCPDs).

SCA Wage Determination Job Title/Classification - Enter the accurate SCA job title/classification and SCA job number from the SCA Wage Determination.

¨ NOTE: Detailed position descriptions are contained in the SCA Directory of Occupations, Fifth Edition, dated April 2006 for each job classification listed on the wage determination.

May 23, 2011 Engineering and Science Services and Skills Augmentation 61

Service Contract Act

Instructions for Completing JD/Q ¨ TYPE

¨ Place an X in the Box that is applicable to the job title/classification. Exempt - Those job classifications identified in Title 29 CFR Part 541 as exempt

classifications. Nonexempt – All job classifications other than those exempt by 29 CFR Part 541.

¨ SALARY/WAGE RANGES:

For the exempt employees, enter the minimum annual pay in the Annual From space and the maximum annual pay in the corresponding To space.

For the nonexempt employees enter the minimum hourly pay in the Hourly From space and the maximum hourly pay in the corresponding To space. · NOTE: The minimum rate can never be lower than the SCA wage

determination minimum rate. ¨ HEALTH AND WELFARE [FRINGE BENEFITS]:

Provide the exact hourly cost of health & welfare for the service employees covered by the SCA Wage Determination (See Title 29 CFR Part 4.175(a)(1) for complete details).

May 23, 2011 Engineering and Science Services and Skills Augmentation 62

Service Contract Act

Instructions for Completing JD/Q ¨ NOTICE: The exact hourly cost of health and welfare for service (non-exempt)

employees shall not include the cost of vacation pay, holiday pay, liability insurance, state and Federal taxes, professional liability insurance, unemployment or workmen’s compensation insurance, etc.

¨ NOTE: The hourly cost of health and welfare must be computed separately for exempt (those employees not covered by the SCA) and nonexempt (those employees covered by the SCA) employees.

¨ NOTICE: The SCA makes NO distinction between full-time, part-time, and temporary “service employees” in regards to the payment of health and welfare, including vacation and holiday pay.

¨ DESCRIPTION:Briefly describe the duties performed under the specified job title/classification.

¨ QUALIFICATION REQUIREMENTS:Identify the education and experience requirements for an employee to qualify for the specified job title/classification.

May 23, 2011 Engineering and Science Services and Skills Augmentation 63

Service Contract Act

Why the Emphasis on SCA?¨ Because it is a critical part of this solicitation/contract

evaluation and future performance.

¨ There are sanctions for failure to comply with mandatory SCA requirements (29 CFR 4.187 through 4.190).

· If a contractor/subcontractor fails to comply with the mandatory SCA requirements, the Government may…

– Withhold from payments a sum adequate to pay back wages or fringe benefits due employees;

– Bring legal action against the contractor;– Terminate contract and hold contractor liable for any resulting cost to

government; – Not award contracts to violators for 3 years.

May 23, 2011 Engineering and Science Services and Skills Augmentation 64

Service Contract Act

Please Remember…

¨ Work with your staff and subcontractors to ensure familiarity with SCA requirements

¨ Pay special attention to the JDQs

¨ Ensure correct usage of the WDs and CBAs

65

Closing Comments

Emeterio HernandezContract Specialist

May 23, 2011 Engineering and Science Services and Skills Augmentation

66

♦ An additional synopsis for the Final RFP is not

anticipated. (Monitor the NAIS)

♦ The solicitation number for the Final RFP will be

NNM11386243R.

♦ A Pre-proposal Conference after release of the Final

RFP is not planned.

Final RFP

May 23, 2011 Engineering and Science Services and Skills Augmentation

May 23, 2011 Engineering and Science Services and Skills Augmentation 67

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

May 5, 2011 Engineering, Science Services & Skills Augmentation 68

♦ Offerors should monitor the NAIS Website for periodic updates.

♦ Remember to place your comments and questions in box at rear of auditorium.

♦ After the briefing, additional comments and questions may be submitted via electronic mail to [email protected] no later than May 31, 2011, 4:30 p.m., CST.

♦ As noted previously, Industry Briefing charts and a list of the companies attending the Industry Briefing will also be posted on web (NAIS/FedBizOps).

Closing Remarks

May 5, 2011 Engineering, Science Services & Skills Augmentation 69

♦ Please obtain a copy of the tour guide booklet

♦ ABSOLUTELY no questions will be answered during the tour

♦ Questions may be written down and submitted via electronic mail to [email protected] no later than May 31, 2011, 4:30 p.m., CST

♦ No picture taking or recordings are allowed

♦ Please leave cameras and cell phones on the bus (leave on your seat or place in provided basket. The Bus will be locked)

♦ No restroom facilities will be accessible during the tour

♦ Do not break away from group for any reason

♦ Anyone violating the above rules will be escorted off of the Center

Industry Tour instructions

Thank You

May 23, 2011 Engineering and Science Services and Skills Augmentation 70

May 23, 2011 Engineering and Science Services and Skills Augmentation 71

Cost Overview

Chiquita Goodloe-SuggsDeborah Hall StoneKimberly O’Donnell

May 23, 2011 Engineering, Science Services & Skills Augmentation 72

• Cost Volume must be a separate volume.

• Prime Offeror submits comprehensive proposal including all required major subcontractor proposals.

• Major subcontractors may submit proprietary cost data directly to the Government.

• Offeror’s accounting system must be capable of identifying and segregating costs.

ESSSA RFPSection L.25 Volume II –General Information

May 23, 2011 Engineering, Science Services & Skills Augmentation 73

•Offerors must explain in detail all pricing estimating techniques.

• All proposed rates must be adequately supported.

• Offerors shall map their internal labor categories to the Labor Category Position Descriptions (LCPDs) described in the RFP.

• Offerors shall provide detailed discussion of the rationale used to develop the fully burdened composite rates.

ESSSA RFPSection L.25 Volume II –General Information

May 23, 2011 Engineering, Science Services & Skills Augmentation 74

•Offerors shall propose an overhead rate for contract management.

• Offerors shall provide detail analysis of the development of the contract management rate.

•Uncompensated overtime is not encouraged; if proposed must adequately describe the impact on direct labor rates.

•Not to exceed escalation rates are provided in the RFP.

•Offeror shall provide their proposed fee rate.

•Phase-in cost is limited to $150,000.

ESSSA RFPSection L.25 Volume II – General Information

May 23, 2011 Engineering, Science Services & Skills Augmentation 75

As instructed in Section L – The Offeror and subcontractors must submit an EPM and an OPM

EPM – Excel Pricing Model

The government provided model for submission of the cost (Attachment L-5a)

OPM – Offeror’s Pricing Model

The Offeror’s pricing model generated from the Offeror’s Accounting System in a format in accordance with that Offeror’s customary practices.

ESSSA RFPSection L.25 Volume II – Cost Form Instructions

May 23, 2011 Engineering, Science Services & Skills Augmentation 76

Reminders:The EPM contains linking among the spreadsheets. However, use of external links (source data not provided to NASA) of any kind is prohibited. The EPM and all its associated workbooks/files shall not be locked/protected or secured by passwords.

The Offeror shall not modify the cost forms unless an obvious error is discovered or unless the cost form contains specific areas where alternate input is required.

It is the Offeror's responsibility to ensure that all data is properly accounted for in the cost proposal in order to ensure an accurate proposal.

ESSSA RFPSection L.25 – Cost Form Instructions

May 23, 2011 Engineering, Science Services & Skills Augmentation 77

L-5a workbook includes the following tabs :

Tab A - IDIQ Rate DevelopmentTab B - Compensation Form Salaries and WagesTab C – Compensation Form Incumbency AssumptionsTab D – Overhead, G&A and Indirect Rates CalculationTab E – Fringe Benefit Rate Calculation/DetailTab F – Phase-In FormTab G – Productive Hours per WYE Conversion TableTab H – Cognizant Audit Office FormTab I – Fringe Policy Questionnaire

These workbooks are linked to each other and these links should not be broken.

ESSSA RFPSection L.25 – Cost Form Instructions

May 23, 2011 Engineering, Science Services & Skills Augmentation 78

L-5a workbook includes the following tabs (cont.) PRIME ONLY :

Tab J –Development of Adjusted SFBR with Prime OfferorTab K – Composite IDIQ Rate DevelopmentTab L – Summary of Proposed Composite IDIQ Rates by Contract Yr.

These workbooks are linked to each other and these links should not be broken.

ESSSA RFPSection L.25 – Cost Form Instructions

May 23, 2011 Engineering, Science Services & Skills Augmentation 79

As instructed in Section M – GOVERNMENT WORKSHEET – IDIQ COST MODEL

We will apply labor hours to the offeror labor rates to calculate the offeror’s proposed cost.

ESSSA RFPSection M.5 Volume II – Cost Factor