august 06, 2013 the gilruth center – alamo ballroom 1

92
Welcome to the Johnson Space Center Integrated Mission Operations Contract II (IMOC II) Preproposal Conference August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Upload: willis-stanley

Post on 24-Dec-2015

214 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Welcome to the Johnson Space Center

Integrated Mission Operations Contract II (IMOC II)

Preproposal Conference

August 06, 2013The Gilruth Center – Alamo Ballroom

1

Page 2: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Restrooms can be found in the hallway outside this ballroom.

Fire exits are the front entrance and side exit doors. In the event of a fire, you must move at least 75 ft away from the building.

Fire Exits

Fire Exit

Fire Exit

Restrooms

Safety and Administrative Information

2

Page 3: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Topic PresenterConference Registration 8:00 a.m. -9:00 a.m.

Welcome and General Information Rosalie Carpentier

Opening Remarks Gail Skowron

Orientation and Procurement Overview Rosalie Carpentier

Mission Operations Directorate Paul Hill

SOW, J Attachments, and DRDs Mark Ferring

Safety and Health Programs Connie Pritchard

Security Briefing Wayne Sings

Government Property Mike Puryear

Overview of the Draft RFP Rosalie Carpentier

Small Business Kelly Rubio

Labor Relations Overview David Wilson

Cost/Pricing Information Rosa Arevalo

Site Tours Joy Barckholtz

15-Minute Break

Q&A, Schedule, and Closing Remarks Rosalie Carpentier

3

Agenda

Page 4: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

4

Opening RemarksGail Skowron

Acting Associate Director, Office of Procurement

Page 5: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

5

Orientation and Procurement Overview

Rosalie CarpentierContracting Officer

Page 6: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

These slides are not to be interpreted as a comprehensive description of the requirements in the Draft Request for Proposal (RFP).

To the extent there are any inconsistencies between this briefing and any future RFP, the RFP will govern.

6

Disclaimer(Orientation)

Page 7: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Purpose of Preproposal Conference(Orientation)

The purpose of this Preproposal Conference is to help industry understand the Government’s requirements.

Questions:– Verbal questions will not be entertained during the conference or tours.

However, index cards are available for written questions for both the conference and tours. – Conference and Tues Afternoon Briefing: Responses to written questions

will be provided during the conference Q&A session but shall not be construed as official responses.

– Wednesday Tours: Responses to written questions will not be provided during the tours.

– Official responses to written questions received by the Contracting Officer will be posted to the IMOC II procurement website.

– The deadline for submitting questions regarding this conference and the draft RFP is August 21, 2013.

7

Page 8: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

8

IMOC II Source Selection Authority and Acquisition Team Members

Source Selection Authority Melanie Saunders, Associate Director- Johnson Space Center

Acquisition TeamDA Mission Operations Directorate Mark Ferring SEB Chair

BR Operations Support Office Kathryn McLaurin

Contracting Officer (Prime)

BR Operations Support Office Rosalie Carpentier

Contracting Officer (Backup)

DA Mission Operations Directorate James Thornton Team Member

DI Spaceflight Systems Division Joy Barckholtz Team Member

DM Flight Dynamics Division Raymond Silvestri

Team Member

DO Operations Division Linda DeLapp Team Member

DX EVA, Robotics, & Crew Systems Division

Gail Schneider Team Member

Page 9: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Contracting Officer: Kathryn McLaurin [email protected]

Contracting Officer:Rosalie [email protected]

IMOC II web address: http://procurement.jsc.nasa.gov/imocII/

• Questions may be submitted by:• Clicking on the “Anonymous Questions to the Contracting Officer and Feedback” link to

submit an anonymous question• Emailing [email protected] and [email protected]

9

Points of Contact(Orientation)

Page 10: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Ombudsman (NFS 1852.215-84): “…before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution … If resolution cannot be made by the Contracting Officer, interested parties may contact the installation ombudsman …”

JSC Ombudsman:

Perri Fox/AC

2101 NASA ParkwayHouston, TX 77058Phone: (281) 483-3157Email: [email protected]

The agency listing of Ombudsman for Acquisitions is located at http://prod.nais.nasa.gov/pub/pub_library/Omb.html

10

Ombudsman(Orientation)

Page 11: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Current IMOC Contract Overview

Contract Number: NNJ09HA15C Prime Contractor: United Space Alliance, LLC Contract Type: Cost Plus Award Fee (CPAF) with IDIQ, LOE, and Base Completion

Form elements Period of Performance: 11/01/08 - 09/30/2013

• Option to extend: 10/1/2013 - 9/30/2014 Skills currently provided on contract include:

• Support to mission preparation (Plan)

• Crew, instructor, and flight controller training (Train)

• Realtime mission execution (Fly) activities related to Exploration and the International Space Station (ISS) operations

• Operations capability development support is required from the contractor as NASA defines operations requirements associated with the emerging programs for the Exploration initiatives

• General Flight Crew Operations Directorate integration and operations services

• General International Space Station Program Avionics and Software integration services.

11

Page 12: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

12

Paul S. Hill- Director Mission Operations Directorate

Page 13: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

13

SOW, J Attachments, DRDs Overview

Mark FerringSEB Chairman

Page 14: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

DRFP Highlights - Section C (Statement of Work)

Section 1 – Management and Administrative Requirements• Comprises the effort required to manage the contract and provide

general management and admin services Contract management (Financial, property, data mgmt IT, procurement, records) Risk management Safety and Health, Environmental Quality Security and Technology Protection Management

Section 2 – Operations Support for Vehicle/System/Program Design• Comprises the early “strategic” efforts to provide operability support for

the design and development phase of future Programs/Projects• The Government determines the vehicle operations and architecture

requirements The contractor provides technical information, analysis, and relevant perspectives

gained through operational experience

• Transitions to the “tactical” Plan, Train, Fly (PTF) mission planning and execution phase outlined in Sections 3-5.

14

Page 15: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

DRFP Highlights - Section C (Statement of Work) - (Cont)

Section 3 – Mission Operations Preparation (Plan)• Involves the development of plans, products, and analysis required for

mission execution• Includes the effort required to coordinate with all stakeholders including

Mission Operations Directorate (MOD) organizations, engineering and safety, associated Program and Project elements, other NASA centers, other agencies, and international and commercial partners

Section 4 – Mission Operations Training (Train)• Encompasses the tasks, methods, products, and media utilized to fully

prepare the crew, flight controller, instructor, and analyst personnel involved in the operational design and execution of spaceflight missions.

• Provides support services for the Government led development of training and certification requirements, and execution of training/certification based on these requirements.

15

Page 16: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

DRFP Highlights - Section C (Statement of Work) - (Cont)

Section 5 – Mission Execution (Fly)• Comprises the effort required to execute all real-time NASA

human space flight operations and support to other space flight operations including ISS visiting vehicles and vehicle development test flights.

• Contractor is part of a joint Government/contractor mission control team led by a Government Flight Director tasked with maintaining crew and vehicle safety while meeting the Program defined mission requirements.

Section 6 – Flight Crew Operations Directorate (FCOD) Support• Comprises the effort to provide support services for FCOD

including but not limited to Program change request assessments, flight crew equipment integration, flight crew training, Program integration, vehicle integration and testing, and CAPCOM console support.

16

Page 17: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

DRFP Highlights - Section C (Statement of Work) - (Cont)

Section 7 – ISS Program Avionics and Software Office (OD) Integration, Coordination, and Support Activities• Comprises the effort to support services to OD including but not

limited to: Supporting the software evaluation/change process Development, integration, test and delivery of onboard crew support

software products Real time engineering support services

17

Page 18: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

DRFP Highlights Task Orders

All services procured via Task Order (TO)• Either Completion Form (CF) or up to 10% Level of Effort (LOE). • The General Management and Admin TO (DA-1) shall be sized based upon the

overall magnitude of the technical work ordered in the remaining TOs. • Offerors shall provide and discuss an aggressively cost effective approach to provide

management and administrative services.

Anticipate requiring 18 total TOs for Contract Year one (CY1)• The RFP includes 7 TOs (located at L.24.3.2, Table L-3a)

• 5 TOs require a full evaluation including a narrative with specific technical understanding of the requirements, a Basis of Estimate (BOE), and a resource estimate (labor and non-labor)

• 2 TOs require only a narrative with specific technical understanding of the requirements

• A description of the work requirements and a GRE will be provided for the remainder of the anticipated CY1 TOs (located at L.24.3.2, Table L-3b)• Description will be included in the technical library• GRE provided as attachment L-5

• The DA-1 Task Order should be sized assuming all 18 TO’s are executed at contract start

18

Page 19: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

DRFP Highlights – Section J J-1 Applicable Documents List (ADL) J-2 Data Requirements List (DRL) and Data Requirements Descriptions (DRD) J-3 Award Fee Plan J-4 Contract Management Plan J-5 Contract Work Breakdown Structure (WBS) and Dictionary J-6 Performance Reporting Plan J-7 Personnel Training and Certification Support Plan J-8 Staffing, Recruitment, and Retention Plan J-9 Government Assessment of Organizational Conflicts of Interest (OCI) J-10 Organizational Conflicts of Interest (OCI) Mitigation Plan J-11 Wage Determination J-12 Total Compensation Plan J-13 Contract Phase-in Plan J-14 Small Business Subcontracting Plan

◦ Appendix: Small Business Plan Report J-15 Security and Technology Protection Management Plan J-16 Information Technology (IT) Security Plan J-17 Government Property Management Plan

◦ Appendix 1: List of Installation Accountable Government Property◦ Appendix 2: List of Government Furnished Property (*May not be required. Not in Draft RFP).

J-18 Safety and Health Plan J-19 DD Form 254, Department of Defense Contract Security Classification Specification J-20 Standard Labor Categories (SLCs)

19

Blue – Offeror deliver with proposal Black - Government provided Red – Offeror deliver after contract award

Page 20: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

DRFP Highlights – DRDs

The following Data Requirement Descriptions (DRDs) are due with proposal, and are included as part of the 350 page limit of Volume I “Mission Suitability” listed in Section L.24.3 “Volume I – Mission Suitability.”

20

Factor

DRD # DRD Title

MSA1 MGMT-01MGMT-04

Contract Management PlanPersonnel Training and Certification Support Plan

MSA3 MGMT-05MGMT-08

Staffing, Recruitment, and Retention PlanTotal Compensation Plan

MSA4 MGMT-09 Contract Phase-In Plan

MSA5 SMA-01 Safety and Health Plan

SBU1 MGMT-10 Small Business Subcontracting Report(Small Business Plan due as J attachment)

Page 21: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

DRFP Highlights – DRDs (Cont)

The following DRDs are due with proposal, and ARE NOT included as part of the 350 page limit of Volume I “Mission Suitability” listed in Section L.24.3 “Volume I – Mission Suitability.” They are listed in Section L24.6 Volume IV, Part III “Other Data”, and are part of the 60 page limit.

These DRD’s are required for eligibility consideration of the Offeror’s proposal and award of the IMOC II.

Note: The list of DRD’s to be submitted as part of the Offeror’s Proposal are provided in Attachment L-1. 21

DRD # DRD TitleMGMT-06 Organizational Conflict of Interest (OCI) Plan

MGMT-12 Security and Technology Protection Management Plan

BP-02 Government Property Management Plan

Page 22: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Per DRD MGMT 12 “Security and Technology Protection Management Plan”, Offeror provide plan to obtain National Security Facility Clearance Level (FCL per Clause I.16) of SECRET by contract start• Provide SECRET security clearances for personnel supporting functions identified

by NASA as requiring this level of clearance by contract start. • Primary driver is for the Certified “Trajectory Operations and Planning Officer”

(TOPO).

Per DRD MGMT 12 “Security and Technology Protection Management Plan”, Offeror provide plan to obtain National Security Facility Clearance Level of TOP SECRET/SENSITIVE COMPARTMENTED INFORMATION (SCI) as soon as practicable for contract performance, ideally by contract start.◦ As identified by the Government, provide TOP SECRET/SCI security clearances

for personnel supporting functions identified by NASA as requiring this level of clearance. NASA will sponsor SCI clearances.

DRFP Highlights – DRDs (Cont) - Security

22

Page 23: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Ensure continuous support for the critical Mission Operations Plan, Train, and Fly activities with appropriately certified personnel• Requires up to 4-6 years to certify specialist level flight controllers,

instructors, and analysts Recruitment/hiring strategies for acquiring personnel with

appropriate skills to maximize likelihood of meeting the rigorous certification standards

DRFP Highlights – DRDs (Cont) – Staffing/Certification

23

Page 24: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

DRFP Highlights – DRDs (Cont)

The SEB took a zero-based approach to DRDs. All DRDs associated with the current contract have been evaluated for inclusion in the new solicitation

24

Eliminated DRDs: Added DRDs Combined DRDs

• Risk Management • Monthly Headcount Report• Document and Data

Management• Records Management• Configuration Management • Commercial Market Report• Quality Management • Guide for Editorial and

Logistical Support to Operations

• MOD Library Handbook and Glossary

• Flight Rules Production

• Contract Phase-in Plan

• Contract Closeout Plan

• IT Capital Planning and Investment Control

• IT Security Plan/Reports

• Security and Technology Protection Management PlanMerged elements of

Security Management Plan and Technology Protection Control Plan into a single DRD, consistent with SOW

Page 25: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

DRFP Highlights – Section J (Cont)

25

Award Fee Plan – J31. Management, Staffing and Technical

Performance• Flight Safety• Mission Preparation, Training,

and Execution• Staffing, Certifications, and

Retention• Program Management• Safety and Health

65%

2. Cost 25%

3. Small Business Goals 10%

Page 26: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

IMOC II Online Technical Library

Access to the Online Technical Library from the IMOC II procurement portal• http://procurement.jsc.nasa.gov/imocII/

What it is:• Contains MOD, FCOD, and OD technical data associated with the SOW, Task

Orders and other contract requirements• Library table of contents and description file included• Organized by type for ease of use• Intention to ensure reasonable set of background information is available for all

Offerors to consider in their response to the RFP• All content is now located in a single technical library

Final RFP release is planned for September 25, 2013 at which time the online Technical Library is planned to be frozen.• Any updates will be announced on the IMOC II procurement portal.

26

Page 27: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

IMOC II Online Technical LibraryExport Control Notice:

Offerors are reminded that the library contains material which has not been reviewed for Export Control considerations and should therefore be treated as if it is export controlled.

The material shall not be released or transmitted to any foreign person or to any person representing any foreign person, either directly or indirectly, without specific prior approval by a knowledgeable, authorized export control official.

Significant criminal and civil penalties including fines, debarment, and incarceration may be incurred for violation of Export Control regulations.

Use of this library is for the sole purpose of the IMOC II Contract activity only and the sharing of this information for any other purpose is prohibited.

27

Page 28: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

IMOC II Online Technical Library Structure / Contents

NASA & External Documents• NASA Procedural Requirements (NPR), Other government documents

JSC Documents• JSC Procedural Requirements, Directives, Work Instructions (WIs)

MOD Overview• Basics of MOD and functional organizational charts

MOD Plans, Processes, Policy ISS General

• ISS Org, Flight Rules, Interface Procedures

MPCV SLS General• Concept of Operations, Range Safety & Abort Integration

Supplemental Task Order Information• Non-evaluated Task Order descriptions, ISS Workload Guidance Document will be included

Overviews & Lessons• Discipline overviews, ISS Architecture, MCC guides, Tools and products of real time execution

Plan Train Fly Process• Work Instructions (WIs) on the PTF process (mostly discipline specific)

28

Page 29: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

IMOC II Online Technical LibraryStructure / Contents

Certification• WIs and Requirements (mostly discipline specific)

Handbooks (Examples)• Examples of discipline handbooks (not all disciplines covered due to proprietary and

infrastructure embedded info)

Facility Documents for Users• NBL & SVMF documents applicable to IMOC II users, Access/Security

Products & Briefings (Examples)• Key product examples

Reviews Boards & Panels• Charters and WIs.

Flight Crew Operations Directorate• General plans, handbook, guidelines

ISS Avionics and Software Office• General plans, handbooks, WIs, guidelines

Pre Proposal Conf Scripts• Scripts from tours given during pre-proposal conference

29

Page 30: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Other DRFP Highlights

The Government intends to locate the entire IMOC II technical workforce on-site at JSC• Anticipated seat count will be provided for final RFP

30

Page 31: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

31

Safety & Health Programs Guidelines for responding to Safety Requirements in

the IMOC II Draft Request for Proposal (DRFP)

Connie PritchardSafety and Test Operations Division

Page 32: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Overview of the NASA Safety Program

NASA safety objective is to avoid loss of life, personal injury and illness, property loss or damage, or environmental harm resulting from any of its activities and to ensure safe and healthy conditions for persons working at or visiting NASA facilities

NASA shall comply with all applicable regulations• NASA Safety & Health Requirements• Requirements of those Federal agencies with

regulatory authority over NASA such as OSHA, EPA, and DoT

NASA requires every employee to report workplace hazards• NASA ensures that there is no reprisal to

personnel for reporting unsafe or unhealthy conditions

32

Page 33: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Overview of the NASA Safety Program

The NASA Safety Policy stresses individual responsibility of each employee for their own safety and that of their co-workers. Risk within the work environment must be managed to control hazards and we strive to continuously improve workplace conditions

OSHA has recognized JSC as a leader in health and safety by awarding the “STAR” designation level of achievement in the Voluntary Protection Program (VPP)

As a VPP STAR, JSC is recognized as having a comprehensive and successful safety and health program, is below the national average for the industry in injury/illness rates, has demonstrated good faith in working with OSHA, and serves as a safety & health mentor

33

Page 34: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

What would be expected of you at JSC

All contractors performing work at JSC shall comply with all applicable safety and health regulations

Every major onsite contractor shall have a designated safety official and shall conform to a written safety and health plan

Safety and health approach shall follow OSHA, JSC and VPP guidelines

Failure to comply with safety and health requirements may result in one or more of the following - contract termination, lower fee, or exclusion from future contract awards

34

Page 35: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

The Safety & Health Deliverables

Submission of detailed safety and health data is required as part of the proposal including;

• Safety & Health Plan which includes a detailed discussion of the policies, procedures, and techniques that will be used to ensure the safety and occupational health of your employees and to ensure safe working conditions throughout the performance of the contract.

• Statement regarding past OSHA & EPA citations and corrective actions taken to prevent recurrence.

• Records of OSHA recordable injuries (OSHA 300 & 300A logs & calculated frequency rates).

• Insurance carrier information – including Experience Modifier Rates (EMR).

35

Page 36: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

A Successful Safety Program Model

Based on 4 Basic VPP elements defined by OSHA

Worksite Analysis Hazard Preventionand Control

Management Leadership Employee Involvement

Safety and HealthTraining

36

Page 37: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

The Safety & Health Plan

Safety & Health Plan provisions you should expect to address on a typical JSC service contract• Management Leadership and Employee

Involvement Policy, Goals and Objectives - Discuss company

policies, goals and objectives for safety and health. Describe top leadership’s level of commitment for achieving objectives

Management Leadership and Employee Participation - Discuss visible leadership actions that motivate and reinforce safety and health performance and discuss meaningful opportunities for employees to engage and support the safety and health program

Assignment of Responsibility – Discuss roles, responsibilities and accountability of safety representatives

Program Evaluation – Discuss annual evaluation of safety and health program consistent with OSHA’s VPP criteria

37

Page 38: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

The Safety & Health Plan

Worksite Analysis Hazard Identification – Describe the methods and

techniques used to systematically identify hazards Inspections – Describe the procedures and frequency

for regular inspections and who will be accountable for implementing corrective measures

Employee Reports of Hazards – Describe the methods to be used to encourage employees to report hazards and how the reports will be analyzed and resolved

Mishap Investigations – Discuss methods of response, reporting, and investigation of mishaps

Trend Analysis – Discuss approach in performing trend analysis and methods of documenting data

38

Page 39: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

The Safety & Health Plan

Hazard Prevention and Control• Discuss the approach to be used for selecting

controls appropriate to the hazardous operations associated with this contract Maintain a list of hazardous operations and

processes Develop written procedures to identify safety

procedures Describe methods for notification of personnel

• Medical (Occupational Healthcare) Program –describe medical surveillance program, response to injuries & illnesses, case management

• Disciplinary System – approach used to modify behaviors

• Emergency Preparedness – methods used for emergency preparedness and contingency planning that addresses fire, explosion, weather, environmental releases or other potential emergencies

39

Page 40: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

The Safety & Health Plan

Safety and Health Training• Program Description – describe your training

program to ensure safe work practices, hazard recognition and to meet all regulatory requirements

• Tailor training toward specific audiences – managers, supervisors, employees (crafts, office workers, etc.)

• Train for emergencies – fire drills, evacuation drills, site emergencies

40

Page 41: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Recommendations

Pay special attention to the miscellaneous reports contained in the body of the Safety & Health Plan DRD under Other Deliverables – includes; building fire warden roster; hazardous materials inventory; roster of terminated employees; material safety data sheets; OSHA logs; program self evaluation.

Tailor your plan to what you will do on the contract

Review the requirements provided in JSC Safety and Health Handbook (JPR 1700.1) http://jschandbook.jsc.nasa.gov and describe how you will incorporate JSC requirements into your Safety & Health Program

For the good of your employees and your business, take safety seriously and proactively plan to PREVENT injuries.

41

Page 42: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Security Briefing

Wayne SingsSecurity Specialist

42

Page 43: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Government Property

Mike PuryearContract Property Administrator

43

Page 44: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Property Clauses

NFS 1852.245-70 Contractor Requests for Government-Provided Equipment (Jan 2011) (clause G.7) Must have prior CO consent to acquire or fabricate property, with few exceptions Explains exceptions and the process Covers property obtained from excess sources is provided as-is, where-is

NFS 1852.245-71 Installation-Accountable Government Property (IAGP) + Alt I (Jan 2011) (clause G.8) This is NASA JSC accountable and managed property Not accountable to the contractor Provided for use on the center and CO authorize locations Details the NPRs and JPRs applicable to the IAGP Alt I states can’t use JSC Central Receiving as your official receiving facility; must use contractor run facility

  NFS 1852.245-73 Financial Reporting of NASA Property in the Custody of Contractors (Jan 2011) (clause G.9)

First report due Oct 15 after contract start based on property data from Oct 1 the previous year through September 30 of the current year.

Pay special attention to NFS 1845.7101 on: NASA Form 1018 annual reporting by FY Property classification Transfer of property Total unit acquisition costs

44

Page 45: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Property Clauses

NFS 1852.245-74 Identification and Marking of Government Equipment (Jan 2011) (clause G.10)

Explains how to physically mark equipment delivered to the Government

NFS 1852.245-75 Property Management Changes (Jan 2011) (clause G.11) Lists the situations when you must submit proposed changes to property management

processes and procedures to the Government Property Administrator

NFS 1852.245-78 Physical Inventory of Capital Personal Property (Jan 2011) (clause G.13) Covers requirement for annual physical inventory of any property items (material or

equipment) with a total acquisition cost of $100,000 or greater This is in addition to the physical inventory requirements in FAR 52.245-1

NFS 1852.245-79 Records and Disposition Reports for Government Property with Potential Historic or Significant Real Value (Jan 2011) (clause G.14)

Lists additional data required in the contractor’s property database necessary to identify NASA property with potential historic value or significant monetary value

 

45

Page 46: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Property Clauses

NFS 1852.245-80 Government Property Management Information (Jan 2011) (provision L.15) Lists 7 questions the contractor must respond to related to their current Government property

management system, plans to use existing Government property, accounting practices allowing for direct charging of commercially available equipment, intent to acquire additional property

This data will be evaluated by the SEB

1852.245-82 Occupancy Management Requirements (Jan 2011) (clause G.15) Relates to work in and around Government real property Addresses installing or removing contractor-owned property on site Addresses construction or installation of fixed improvements or structural alterations in

Government buildings Requires contractor to report real property no longer needed

FAR 52.245-1 Government Property (Apr 2012) (clause I.1) This is the primary Government Property clause Covers processes from pre-acquisition to post disposal Mirrors DRD BP-02 for the Property Management Plan

FAR 52.245-9 Use and Charges (Apr 2012) (clause I.1) Covers use of Government property on commercial contacts

46

Page 47: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Attachment J-17/Appendix 1 - Installation Accountable Government Property

Listing of Government property being provided for use in support of this contact onsite

JSC will retain accountability for this property

No Government Furnished Property (GFP) is anticipated on this contract, however, Contractor Acquired Property (CAP) is anticipated

Section C, paragraph 1.1.5 specifies that the contractor shall procure supplies and materials in support of specified JSC organizations

Direct charge acquisitions are possible under the -70 and -71, but the contractor must follow up with transfer of accountability documentation and physically move the property to the center or other CO approved location in a timely manner after receipt

 

Other Property Related Items

47

Page 48: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

 

DRD for a Property Management Plan (DRD BP-02) Explains how the contractor will manage and control Contractor

Acquired Property until transferred to NASA Initial plan due with proposal Final due 30 days after contract award Final will be coordinated with the assigned Government Property

Administrator and must have their concurrence

DRD for Reports Required for Logistics Reports are required when on site storage totaling $75K or greater is in

one location and not controlled by JSC/JB Logistics Negative reports are required

Other Property Related Items

48

Page 49: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

49

Overview of the Draft RFP NNJ13ZBR004R

Rosalie CarpentierContracting Officer

Page 50: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

50

General Information

If an RFP is issued, the actual issued RFP and amendments take precedence over this conference or any draft RFP issued

Period of Performance: • Phase-In Period: 8/01/14 to 9/30/14• 5 year Base Period: 10/01/14 to 9/30/19• Option 1 (Years 6-7): 10/01/19 to 9/30/21• Option 2 (Years 8-9): 10/01/21 to 9/30/23

Page 51: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

51

General Information

Contract Type: Single Award Indefinite Delivery/ Indefinite Quantity (IDIQ) Cost Plus Award Fee (CPAF) contract

Competition: Full and Open Competition

NAICS Code: 541712—Research and Development in the Physical, Engineering and Life Sciences except, Space Vehicles and Guided Missiles, their Propulsion Units, their Propulsion Unit Parts and their Auxiliary Equipment and parts

• Size Standard in number of employees is 1,000 (by exception).

Page 52: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Complete, sign, and date the Standard Form 33 (SF 33)

Block 12 of Standard Form 33, Solicitation, Offer, and Award has been filled in with “365 calendar days”• This is in accordance with provision L.22, Proposal Acceptance

Period, which requires that proposals submitted in response to this solicitation shall remain firm for at least 365 calendar days after the date specified by the Government for receipt of proposals.

52

Section A – Solicitation and Contract Form

Page 53: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

B.3, Contract Phase-In (Firm Fixed Price)• Offeror to fill in the phase-in price

B.6, IDIQ Minimum and Maximum Ordering Limits • The guaranteed minimum to be ordered under this contract is: $10,000,000

• The maximum which may be ordered under this contract for the base period is:

$681,600,000

B.7, Fully Burdened Rate Table For Pricing Cost Reimbursable (CR) Task Orders

• Propose all fully-burdened labor rates (exclusive of prime fee) for each labor category in

the rate table

• Propose the award fee rate in the rate table. This fee rate represents the maximum fee

rate which may be proposed or negotiated for individual task orders during contract

performance

53

Section B – Supplies or Services and Prices/Costs

Page 54: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

G.2, Award Fee For Service Contracts

◦ Award fee evaluations will be conducted every 6 months to determine the

amount of award fee earned by the contractor

G.3, Submission of Vouchers for Payment (NFS 1852.216-87)

• Offeror to fill in Cognizant DCAA Mailing Address in G.3(c)(1)

G.16, Security/Badging Requirements for Foreign National

Visitors and Employees/Representatives of Foreign Contractors

(JSC 52.204-91)

• The badging process can be lengthy so allow sufficient lead time

54

Section G – Contract Administration Data

Page 55: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

H.2, Limitation on Future Contracting (NFS 1852.209-71)• A limitation on future contracting opportunities may be imposed if it is

determined that an Organizational Conflict of Interest (OCI) issue cannot be adequately mitigated

H.9 Key Personnel and Facilities (NFS 1852.235-71)• Clause must be filled in by offeror for personnel considered to be essential

to the work being performed.

H.17 Small Business Subcontracting Goals (JSC 52.219-90 ) • The Offeror shall fill-in the goals as identified in the clause.

55

Section H – Special Contract Requirements

Page 56: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Section L—Instructions to Offerors

L.4 Instructions To Offerors—Competitive Acquisition

• Though the Government reserves the right to conduct discussions, the intent is to award without discussions

• Therefore, the Offeror’s initial proposal should contain the Offeror's best terms from a cost or price and technical standpoint

L.10 Proposal Page Limitations• It is important that you carefully read the page definitions as defined in

this provision.

• Offerors are highly encouraged to provide only the relevant information necessary to understand their proposal.

56

Page 57: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

L.19 Proposal Marking And Delivery (JSC 52.215-109)• For proposal delivery, the Offeror is strongly encouraged to notify the CO

one day in advance of the proposal submission.

L.24.2 Proposal Arrangement, Page Limitations, Copies, And Due Dates• Observe proposal due dates: Proposal Volume II, Past Performance,

and the Cognizant Federal Agency and Audit Office Template of Volume III are requested to be delivered early on Oct 25, 2013; 18 days prior to other volumes of the proposal.

• Review all instructions and page count limitations; the SEB will not evaluate pages that exceed page limitations. These pages will be returned to the Offeror.

Section L—Instructions to Offerors

57

Page 58: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Table L-2: Overview of Proposal Volumes and Page Limitations

Volume No.

Title Page Limit Hard Copy

CD-ROM

Format

I Mission Suitability 350Part 1 Management and Staffing Approach

(MSA1-5)

Contract Management Plan (DRD MGMT-01)

Included in 350 14 2 MS Word

Personnel Training and Certification Support Plan (DRD MGMT-04)

Included in 350 14 2 MS Word

Key Personnel Approach Narrative - MSA2 Included in 350 14 2 MS Word

Key Personnel Evidence of Commitment – MSA2

1 page per key person* (not

included in 350)

14 2 MS Word

Staffing, Recruitment and Retention Plan (DRD MGMT-05)

Included in 350 14 2 MS Word

Total Compensation Plan (DRD MGMT-08) Included in 350 14 2 MS Word

Contract Phase-in Plan (DRD MGMT-09) Included in 350 14 2 MS Word

Safety and Health Plan (DRD SMA-01) Included in 350 14 2 MS Word

Section L—Instructions to Offerors

58

Page 59: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Table L-2: Overview of Proposal Volumes and Page Limitations

Volume No.

Title Page Limit Hard Copy

CD-ROM

Format

Part 2 Technical Approach (TA1-2)Overall Technical Understanding Narrative – TA1 Included in 350 14 2 MS Word

Specific Technical Understanding and Resources Narrative – TA2 Note: The Technical Resource Summary Template (TRST) and the Technical Resource Templates (TRTs) are not included in the page count.

Included in 350 Note:

TRST and TRTs are not

included in the page count

14 2 MS Word and MS Excel

Part 3 Small Business Utilization Approach (SBU1-2)

Small Business Subcontracting Reports (DRD MGMT 10 )

Included in 350 14 2 MS Word

Small Business Utilization Approach Narrative Included in 350 14 2 MS Word

II Past PerformancePast Performance Description 60 10 2 MS WordKey Personnel Resumes * 2 pages per

position10 2 MS Word

Past Performance Attachments No Page Limit 10 2 MS Word or Native Format

Section L—Instructions to Offerors

59

Page 60: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Table L-2: Overview of Proposal Volumes and Page Limitations

Volume No.

Title Page Limit

Hard Copy

CD-ROM

Format

III Cost/Price Cost Narrative No Page

Limit10 2 MS Word

Templates No Page Limit

10 2 MS Excel

IV Model Contract and ResponsibilityPart I Model Contract:

Sections A-J, with all fill-ins completed, and Section K, Representations and Certifications, with all fill-ins completed

No Page Limit

3 2 MS Word

Part 2 Representations, Certifications and Other Statements of Offeror

Part 3 Other Data: 60 10 2

Business System Adequacy (not included in page limit) No Page Limit

Organizational Conflict of Interest (OCI) Information Included in 60

MS Word

Security and Technology Protection Management Plan Included in 60

MS Word

Government Property Management Plan (DRD-BP-02) Included in 60

MS Word

Section L—Instructions to Offerors

60

Page 61: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

The Offeror shall describe its approach to and rational for identifying, selecting, filling, and retaining Key Positions, as required per MSA2. For MSA1, MSA3, MSA4, and MSA5, the Offeror shall provide the DRDs.

L.24.3.1 Part 1—Management and Staffing Approach (MSA)

(Mission Suitability Subfactor 1) • MSA1. Management Approach• MSA2. Key Personnel Approach• MSA3. Staffing Approach• MSA4. Contract Phase-In Approach• MSA5. Safety and Health Approach

Section L—Instructions to Offerors

61

Page 62: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

The Offeror shall describe its approach to and rational for meeting the contract requirements, as required per subfactor elements TA1 and TA2.

L.24.3.2 Part 2—Technical Approach (TA) (Mission Suitability Subfactor 2)• TA1. Overall Technical Understanding

The Offeror shall provide a narrative description of their understanding of IMOC II Mission Operations, including but not limited to, the magnitude and complexity of the integration responsibilities and the Offeror’s ability to properly provide the overall integrated support services as defined in the SOW and across all of the TOs

• TA2. Specific Technical Understanding and Resources

This section includes instructions on how the Offerors will respond to the Task Orders (TOs) for the proposal

Section L—Instructions to Offerors

62

Page 63: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Title pages, cover sheets, tables of contents, acronym listings (or a glossary of abbreviations), Technical Resources Summary Templates, and requested cross reference lists are excluded from the page counts.

Putting evaluation information on the documents mentioned above will result in these pages not being evaluated.

Section L—Instructions to Offerors

63

Page 64: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

M.3 Evaluation Factors For Award Mission Suitability and Past Performance when combined are significantly more

important than Cost Mission Suitability is more important than Past Performance Past Performance is more important than Cost

M.5 Mission Suitability Factor Mission suitability – Scored on 1,000 point system, with the following allocation:

M.6 Past Performance – Evaluated using confidence ratings M.7 Cost/Price – Evaluated on price analysis and cost analysis to include a cost realism analysis

The lack of resource realism may adversely affect the Offeror’s Mission Suitability scores and result in cost realism adjustments under the cost /price factor.

Mission Suitability Sub-Factors Points

Management and Staffing Approach

500

Technical Approach 400

Small Business 100

Section M- Evaluation Factors for Award

64

Page 65: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

M.8.1 Other DataAn Offeror must be eligible for award in accordance with FAR subpart 9.1, Responsible Prospective Contractors. The following items listed below are important eligibility considerations that have been established for this procurement. However, these items may not constitute all eligibility considerations that will be addressed by the SEB pursuant to FAR 9.104, Standards:

Business System Adequacy an adequate accounting system is necessary for the award of

cost type contracts (FAR 16.104(i) and 16.301-3(a)(3)) an adequate disclosure statement is necessary for award of

Cost Accounting Standard (CAS) covered contracts Acceptable OCI Mitigation Plan Acceptable Security and Technology Protection Management

Plan Acceptable Government Property Management Plan

Section M- Evaluation Factors for Award

65

Page 66: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

NOTE TO PROSPECTIVE OFFERORS

Prospective Offerors are reminded not to contact incumbent personnel (either directly or through electronic means) during duty hours or at their place of employment, as such contacts are disruptive to the performance of the current contract

66

Special Considerations

Page 67: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Small Business

Kelly RubioSmall Business Specialist

67

Page 68: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Small Business UtilizationSBU 1 and SBU 2

This solicitation contains FAR clause 52.219-9, “Small Business Subcontracting Plan with Alternate II.”◦ Offerors Other than Small are to address the 11 main

elements as well as submit a Small Business Subcontracting Plan.

Small Business Offerors are not required to submit a Small Business Subcontracting Plan, nor will be evaluated under SBU 1 and SBU 2.

Section M.5 Small Business Offerors will receive full credit under the Small Business Utilization sub-factor.

68

Page 69: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

RecommendedSmall Business Goals

SB Category Small Business

Goals

Small Businesses (SB) 13.0%

Small Disadvantaged Business Concerns (SDB) (Includes SDB’s in represented and under-represented areas*)

5.0%

Women Owned Small Business Concerns (WOSB) 8.0%

Historically Black Colleges and Universities and Other Minority Educational Institutions (HBCU/MEI)

0.9%

HUBZone Small Business Concerns (HUB) 2.0%

Veteran Owned Small Business Concerns (VOSB) 2.0%

Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) 1.5%

69

Page 70: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Small Business Goals Template

  Column A Column B Column C

Business Category Goal as Percent of Contract Value

Dollar Value to be subcontracted per

Category

Goal as Percent of Subcontracting

ValueSmall Business Concerns

Large Business Concerns N/A

Total Dollars to be Subcontracted N/A

Subcategories of Small Business Concerns

Women Owned Small Business

Small Disadvantaged Business

Veteran Owned Small Business

Service-Disabled Veteran-Owned Small BusinessHUBZone Small Business

Historically Black Colleges and Universities and Other Minority Educational Institutions (HBCU/MEI)

70

Page 71: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Small Business Goals Example  Column A Column B Column C

Business CategoryGoal as Percent

of Contract Value

Dollar Value to be subcontracted per Category

Goal as Percent of

Subcontracting Value

Small Business Concerns 25 percent $25,000,000 50 percent

Large Business Concerns N/A $25,000,000 50 percent

Total Dollars to be Subcontracted N/A $50,000,000 100 percent*

Subcategories of Small Business Concerns**

Women Owned Small Business 9 percent $9,000,000 18 percent

Small Disadvantaged Business 5.0 percent $5,000,000 10 percent

Veteran Owned Small Business 2.5 percent $2,500,000 5 percent

Service-Disabled Veteran-Owned Small Business

1.5 percent $1,500,000 3 percent

HUBZone Small Business 1.5 percent $1,500,000 3 percent

Historically Black Colleges and Universities and Other Minority Educational Institutions (HBCU/MEI)

1.5 percent $1,500,000 3 percent

71

Page 72: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

List of Small Business Subcontractors Example

Company Name DUNS/ Cage

CodeType of

BusinessNAICS SOW Ref. Dollar Value

XYZ Corp 123456789 SB, SDB 811212 3.2 $400,000

Acme Ltd.

5KWH50 Large 541579 2.1 $1,520,000

Smith & Jones

VOSB, SDVOSB 541512 2.4 $4,650,000

Total $6,570,000

72

Page 73: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

73

Labor Relations Overview Guidelines for Responding to Labor Relations

Requirements in the IMOC II Draft Request for Proposal (DRFP)

David WilsonJSC Contractor Industrial Labor Relations Officer

Page 74: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Wage Determination

Data Requirements Descriptions

References (Regulations and Clauses)

74

RFP Labor Relations Requirements

Page 75: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Wage Determination (WD)

WD 2005-2516, Revision 16 is applicable to this contract, and will be included in Section J-11 of the DRFP and resultant contract.

• This WD applies to all non-exempt labor categories that are proposed by the offeror, and sets forth the minimum wages and fringe benefits for these categories.

• This WD was just updated on June 19, 2013.

• The WD will be updated as required.

75

Page 76: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Data Requirements Description (DRDs)

DRD # DRD TitleMGMT-07 Wage, Salary and Fringe Benefit Data

MGMT-08 Total Compensation Plan

76

Page 77: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Wage, Salary, and Fringe Benefit Data

This DRD is used by the NASA Contracting Officer (CO) to assist in the monitoring of Service Contract Act compliance.

This DRD is due at the end of phase-in, and subsequent annual submittals are due 90 days prior to the anniversary date of the contract.

Offerors will submit data on their labor categories, and map these categories to the wage determination.

Data on hourly rates, and number of full-time employees are

also required.

Offerors will provide detailed information on the fringe benefits offered to service employees.

77

Page 78: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Total Compensation Plan

Total Compensation Plans (TCPs) will identify and discuss wages, salaries, and fringe benefits for professional employees and non-exempt service employees for both the prime and all major subcontractors.

This DRD is due with the proposal (Phase 1), and at contract start (Phase 1 and 2). • This DRD is required to be updated every three years.

Subcontractors that meet the criterion in paragraph (d) of NFS 1852.231-71, ”Determination of Compensation Reasonableness” are required to submit a TCP.• This TCP threshold is different than the threshold for a subcontractor to submit a

Cost/Price proposal. • You can submit a separate subcontractor TCP or combine with the prime’s TCP.

Submit Compensation Templates a-e in your Cost/Price volume. • The threshold to submit the Compensation Templates refer to the specific

instructions in the RFP for each template.

78

Page 79: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Common Errors in the TCP

Total Compensation Plan and Templates• Clarify which subcontractors meet the criteria in NFS 1852.231-

71(d).

• Compensation Template (a) captures non-exempt employees and Compensation Template (b) captures exempt employees. Many templates include all employees on both (a) and (b), making it

difficult to determine which proposed labor categories are non-exempt and exempt.

In (a) and (b) state the proposed labor escalation rate proposed (expressed as a %), instead of actual labor rates proposed.

• Be specific when describing employee fringe benefits. Is the benefit employer versus employee paid? What is the specific benefit? When are employees eligible for this benefit?

79

Page 80: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

References (Regulations and Clauses)

Reference Title

FAR Part 22 Application of Labor Laws to Government Acquisitions

FAR 52.222-41 Service Contract Act

NFS Part 22 Application of Labor Laws to Government Acquisitions

29 CFR 541 Defining and Delimiting the Exemptions for Executive, Administrative, Professional, Computer, and Outside Sales Employees

80

Page 81: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Cost/Pricing Information

Rosa ArevaloPricing Analyst

81

Page 82: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Pricing WebEx

A separate pricing WebEx will be held to provide detailed understanding and instructions on how to prepare a priced proposal.

• August 14th 2013• 9:00 am – 11:00 am CDT• RSVP confirmations and dial-in instructions have

been e-mailed out to those who have RSVP’d for the pricing WebEx

82

Page 83: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Additional Information

Rosalie CarpentierContracting Officer

83

Page 84: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

And finally.... Tips for Timeliness

84

For your proposal to be considered timely, your package must arrive in Building 420 by the due date and time stated in the RFP.

Review all proposal delivery instructions with your courier to stress the importance of timeliness and the proper location of delivery.• Shipping and Receiving will give your courier a receipt of delivery.

When delivering a proposal in person, remember to deliver the proposal through Gate 4, and not through the Central JSC Gate 1.• If you choose to deliver in person on the due date, remember that late

flights, traffic jams, and congestion in the JSC area may affect the timeliness of your proposal.

Allot at least 48 hours to over-night a proposal through a mail carrier.• A commercial/government mail carrier may have a mechanical

breakdown or otherwise fail to deliver in a timely manner. Review the proposal instructions, coordinate with the point of contact in

advance of the delivery, and ask questions if any instructions are not clear.

Page 85: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Draft RFP Released July 26, 2013 Draft RFP Questions Due Aug 21, 2013 Final RFP Release September 25, 2013 Past Performance Requested October 25, 2013 Proposals Due November 12, 2013 Award IMOC II July 1, 2014

• Phase In Begins August 1, 2014 IMOC II Start October 1, 2014

IMOC II Schedule

85

Page 86: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

86

Site Tours

Joy BarckholtzSEB member

Page 87: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Those who have registered for the Site-Tour must pick up a “Green & White” tour badge today.◦ Drivers License is required to pick up badge◦ You must have a Green & White Tour badge to board the Tour Bus & to enter JSC

facilities Remember to bring your badge back for Wednesday Tours! Please turn in badges to a Government escort after the end of the Weds tours. No additional tour badges are available. Can swap badges within company.

buses will be located 20-30 minutes prior to each pickup time by the covered walkway at the front entrance of the Gilruth Center (right outside the Alamo Ballroom)

For those on the tour today, please be present no later than 12:40 p.m. Buses will leave promptly at 1:00 p.m.

Tomorrow buses will depart promptly at 8:00 a.m., please be present no later than 7:40 a.m.

Do Not be late! The buses will leave without you!

87

Johnson Space Center Site Tours

Page 88: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

No more than 2 individuals may represent any Company. Tour times vary each day – see schedule. We will visit facilities in Buildings 5, 9, 30, and the NBL at JSC. Site tours may require walking on uneven surfaces and using

stairways. PLEASE wear comfortable, closed toe shoes. No high heels or

shorts. (Wed Tours - recommended no dresses or skirts) No pictures allowed during the tours. No verbal questions will be answered during the tours or on the

buses. Questions may be submitted in writing on the forms provided or

via the email to the IMOC II Contracting Officer via the IMOC II website: http://procurement.jsc.nasa.gov/imocII/

Answers to submitted questions will be posted on the IMOC II Website.

88

Johnson Space Center Site Tours

Page 89: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

89

8/6 8/7 Group #1 (Bus A & B) 8/7 Group #2 (Bus A & B)8:00 a.m. - 9:00 a.m.Check in & Seating

NOTE: Buses load starting at 7:40 a.m. and leave promptly at 8:00 a.m.

8:00 a.m. – 8:30 a.m. Bus Transit time Gilruth to Bldg 30

8:00 a.m. – 8:30 a.m. Bus Transit time Gilruth to Bldg 5

8:30 a.m. – 9:45 a.m. MCC Tour

Bldg 30

8:30 a.m. – 9:45 a.m. SSTF & FCPTT Tour/Simulation

Bldg 5

9: 45 a.m. – 10:15 a.m. Bus Transit time Bldg 30 to Bldg 5

9:45 a.m. – 10:15 a.m. Bus Transit time Bldg 5 to Bldg 30

9:00 a.m. - 11:30 a.m. Pre Proposal Conference Briefings

_________Gilruth Alamo Ballroom

10:15 a.m. - 11:30 a.m.SSTF & FCPTT Tour/Simulation

Bldg 5

10:15 a.m.11:30 a.m.MCC Tour

Bldg 3011:30 a.m. – 11:45 a.m.

Bus Transit time Bldg 5 to Gilruth11:30a.m. – 11:45 a.m.

Bus Transit time Bldg 30 to Gilruth

11:30 a.m. – 1:00 p.m. LunchNOTE: Buses load starting at 12:40 p.m. and

leave promptly at 1:00 p.m.

11:45 a.m. – 1:00 p.m. LunchNOTE: Buses load starting at 12:40 p.m. and leave promptly at 1:00 p.m.

1:00 p.m. – 1:30 p.m.Bus Transit time Gilruth to Bldg 30

Auditorium

1:00 p.m. – 1:30 p.m. Bus Transit time Gilruth to NBL

1:30 p.m. - 2:10 p.m.NBL Tour

1:30 p.m. - 2:10 p.m.OD Facilities Tour

1:30 p.m. – 4:00 p.m.MOD Facilities Briefings

_________ Bldg 30 Auditorium

2:10 p.m. – 2:20 p.m.Walking Transit time to OD Facilities

2:10 p.m. – 2:20 p.m.Walking Transit time to NBL

2:20 p.m. - 3:00 p.m.OD Facilities Tour

2:20 p.m. - 3:00 p.m.NBL Tour

3:00 p.m. – 3:30 p.m. Bus Transit time NBL to Bldg 9/SVMF

4:00 p.m. – 4:30 p.m. Bus Transit time Bldg 30 to Gilruth

3:30 p.m. – 4:30 p.m.Bldg 9/SVMF Tour

4:30 p.m. – 5:00 p.m. Bus Transit time Bldg 9/SVMF to Gilruth

Page 90: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

90

15-Minute Break

Page 91: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

91

Q&A Session

Page 92: August 06, 2013 The Gilruth Center – Alamo Ballroom 1

Thank you for attending the Johnson Space Center

Preproposal Conference for the

Integrated Mission Operations Contract II (IMOC II)

92