january 8, 2015 gilruth center: the alamo ballroom 9:00 a.m

52
January 8, 2015 January 8, 2015 Gilruth Center: The Alamo Ballroom Gilruth Center: The Alamo Ballroom 9:00 a.m. 9:00 a.m.

Upload: baldwin-clark

Post on 23-Dec-2015

216 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

January 8, 2015January 8, 2015Gilruth Center: The Alamo BallroomGilruth Center: The Alamo Ballroom

9:00 a.m.9:00 a.m.

Page 2: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

Topic Presenter

Conference Registration 8:30 a.m. – 9:00 a.m.

Welcome and General Information Jeffry White

Orientation and Procurement Overview Rose Stokes

SOW, SLCs, DRD(s) and Model Task Order Project

Jeffry White

Overview of RFP Rose Stokes

Safety and Health Programs Wayne Gremillion

Break

Pricing Wally Khan and Rose Stokes

Site Tour Info, Tips and Closing Remarks Rose Stokes

2

Page 3: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

3

Welcome and General InformationWelcome and General Information

Jeffry WhiteJeffry WhitePACC 2 Technical RepresentativePACC 2 Technical Representative

Page 4: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

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 InformationSafety and Administrative Information

4

Page 5: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

5

Orientation and Procurement Orientation and Procurement OverviewOverview

Rose StokesRose StokesContract SpecialistContract Specialist

Page 6: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the RFP

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

6

Page 7: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

Purpose of Pre-proposal ConferencePurpose of Pre-proposal Conference

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

Questions:– Verbal questions will not be entertained during the conference.– However, we have placed post-it notes and pens at each table. If

you have any questions during the conference, you may write them down. We will collect these questions during the break and, if time permits, answer them at the end.

– Official responses to any written questions collected at this conference or otherwise received by the Contracting Officer will be posted via amendment to the solicitation.

– The deadline for submitting questions is January 15, 2015 by 2:00p.m. Local Time.

7

Page 8: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

Source Selection Authority −Carrie Mulholland, Team Lead, Johnson Space Center

Acquisition Team− Diana DeNardo, Contracting Officer− Jeffrey Haught, Technical Representative− Rose Stokes, Contract Specialist− Sandra Tetley, Technical Representative− Jeffry White, Technical Representative

8

Page 9: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

Contract Specialist: Rose [email protected]

Contracting Officer:Diana [email protected]

PACC web address:

http://procurement.jsc.nasa.gov/pacc2/

9

Page 10: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

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 …”

Address/Phone:NASA Johnson Space Center2101 NASA ParkwayMail Code: ACHouston, TX 77058Phone: (281) 483-3157

[email protected]

10

Page 11: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

11

SOW, SLCs, DRD Overview and SOW, SLCs, DRD Overview and Model Task Order ProjectModel Task Order Project

Jeffry WhiteJeffry White PACC 2 Technical RepresentativePACC 2 Technical Representative

Page 12: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

The contract SOW is composed of five sections, which outlines the following:

−General Requirements−Strategic Planning Requirements −Design-Build and Design Services Requirements−Construction Requirements−Historic Preservation Requirements

12

Page 13: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

Intended to broadly group proposed labor into a manageable number of categories

Guidelines are specified in section J.3 of the solicitation and will remain a part of the contract

Offerors must provide job descriptions in section J.3 for any additional labor categories being proposed that do not easily map into the Government SLCs

Additional labor categories should be very limited if proposed

13

Page 14: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

Environmental and Energy Consuming Product Compliance Reports

◦ Used to complete JSC’s required annual report to NASA HQ on affirmative procurement, waste reduction, energy efficient product procurement, and ozone depleting substances

◦ Please see Attachment J.2 to the contract for more information

14

Page 15: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

For selection purposes: The model task order will be priced and evaluated under the solicitation

◦Model Task Order Project “Remodel Gilruth Shower Rooms”

15

Page 16: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

This is a design-build project and involves the renovation of the men’s and women’s shower rooms, Rooms 145BA and 121A respectively, located in the Gilruth Recreation Center, Building 207. The new shower rooms shall include 10 private shower stalls with individual dry changing areas and floor drainage shall be increased since it has been a constant problem. An equipment closet shall also be included in the men’s locker room 145B to store cleaning equipment and supplies. The contractor shall provide a set of construction drawings stamped by the Professional Engineer registered in the state of Texas and perform all necessary construction activities to complete this remodel.

16

Page 17: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

NFS 1852.236-74 MAGNITUDE OF REQUIREMENT (DECEMBER 1988)◦ The Government estimated price range of this project

is between $100,000 and $250,000.

17

Page 18: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

18

Page 19: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

19

Page 20: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

Contractor Safety and Health Program (Specification Section 01 41 00 00 80)• Contractor shall have ZERO incidents as a goal• Contract/Site Specific Safety & Health Plan must be approved before

Notice to Proceed will be issued• Minimum Safety Training Requirements Part 1.8.5

Contractor Quality Control (Specification Section 01 45 04 00 80) • Quality Control Plan must be approved before Notice to Proceed will be

issued LEED and Commissioning

• Not applicable for this project

20

Page 21: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

• Demolition (Specification 02 41 00.00 80) & Construction and Demolition Waste (Specification Section 01 74 19.00 80)

SCRAP METAL & ELECTRICAL WIRING: All scrap metal and electrical wiring removed on this project becomes property of

the contractor. The contractor will document the recyclable scrap metal and provide the government with weight tickets and receipts for waste management documentation. A credit for the scrap materials shall be provided on the Model Task Order Pricing Form.

Scrap Metal is defined as (banding, stud trim, ductwork, piping, rebar, roofing, other trim, steel, iron, galvanized, stainless steel, aluminum, copper, zinc, lead brass, bronze)

EQUIPMENT: Any building equipment that remains the property of the government will be

identified by the Project Manager. All other equipment shall be removed by the contractor. The contractor will provide the government with weight tickets and receipts of all

recycled equipment for waste management documentation.

21

Page 22: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

22

Overview of Overview of RFPRFPNNJ15510750RNNJ15510750R

Rose StokesRose StokesContract SpecialistContract Specialist

Page 23: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

The actual solicitation issued and its amendments take precedence over the information given at this conference

Competition: 8(a) Set-aside; NAICS Code 236220; and Size Standard $36.5M

Period of Performance: −Basic Contract: July 9, 2015 to July 8, 2018

23

Page 24: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

Type of Contract: Firm-Fixed-Price (FFP) with FFP Indefinite Delivery/ Indefinite Quantity (IDIQ) task orders

−IDIQ Task Orders issued will be priced using the not-to-exceed established rates in B.6 “IDIQ Task Order Pricing” for the skills listed in the B.6 table.

−B.3 IDIQ Minimum and Maximum Ordering Limits – Minimum Contract Total - $5,000, NTE Maximum Contract Total - $9,500,000

−The Task Order Placement Process is described in Clause H.9

24

Page 25: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

When reading the RFP, note that:−Important information is contained in the Contract SF 1442, the

Task Order SF 1442 and the numerous clauses and provisions that have been incorporated, via full text and/or referenced text, throughout the document

−Clauses incorporated by reference have the same force and effect as if they were included in their full text

−Section J includes documents, exhibits, and other attachments• For example, Data Requirement Descriptions (DRD) and Standard

Labor Category Descriptions (SLC)

25

Page 26: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

Offerors shall ensure that the following clauses and provisions with offeror fill-ins are completed:◦ Section B:

IDIQ Task Order Pricing

◦ Section H: NFS 1852.235-71 Key Personnel and Facilities Subcontractors, Teaming Partners, and Affiliated Companies

◦ Section I: FAR 52.219-28 Post-Award Small Business Program – paragraph (g) *FAR 52.225-9 Buy American – Construction Materials *FAR 52.225-11 Buy American – Construction Materials Under Trade

Agreements – Alternate I

*FAR 52.225-9 and 52.225-11 shall be completed if the Contractor is requesting to use foreign construction material.

26

Page 27: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

◦ Section K: FAR 52.204-8 Annual Representations and Certifications FAR 52.209-7 Information Regarding Responsibility NFS 1852.209-74 Certification By Offerors Regarding Federal

Income Tax Filing and Federal Income Tax Violations – paragraph (b)

NFS 1852.209-75 Representations By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law – paragraph (b)

◦ Section L: Other Required Documentation for Award – Volume IV –

Contractor Systems

27

Page 28: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

Please complete the following offeror fill-ins for the Model Task Order:◦ Section 2.1 Firm-Fixed Price◦ Section 2.5 Fill-ins for FAR 52.223-3, Hazardous Material

Identifications and Material Safety Data – Alternate I

28

Page 29: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

Please read L.19 and M.4 of RFP NNJ15510750R carefully to be aware of all required proposal submissions.

Please read Section 4.13 and 4.14 of L.20 Attachment 4 – Model Task Order Solicitation carefully to be aware of all required model task order submissions.

29

Page 30: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

The System for Award Management (SAM) is the Official U.S. Government system that consolidated the capabilities of the:

◦Central Contractor Registration (CCR)/Federal Register;

◦Online Representations and Certifications Applications (ORCA); and

◦Excluded Parties List System (EPLS).  

The SAM website is located at:  https://www.sam.gov/portal/SAM/#1.

If you had an active record in the CCR database, you have an active record in SAM.

Your CCR username will not work in SAM. You will need a new SAM User Account in order to register or update your entity records in SAM.

You must have an active record in SAM in order for the Government to award to you.

30

Page 31: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

Offerors must successfully submit their VETS-100 reports and submit a confirmation of submission with their proposal

31

Page 32: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

If a subcontracting, teaming partner, affiliated company arrangement is proposed, Offerors shall include specific detail as defined in the RFP (L.19-4, d) so that the Government can determine that the prime contractor making the offer will be performing the primary and vital requirements for the contract.

32

Page 33: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

The Government intends to evaluate proposals and award a contract without discussions with offerors.

(except clarifications as described in FAR 15.306(a)).

The offeror’s initial proposal should contain the offeror’s best terms.

The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.

33

Page 34: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

Volume I – Technical Proposalo Bonding Capacityo Registered Civil, Electrical, or Mechanical Professional Engineer

Documentationo Capable and responsible for stamping and sealing

construction/building/design documents in the states of Texas and New Mexico

o Cultural Resource Managemento Resume(s) for the Historian and/or Archeologist that demonstrates

evidence of meeting the Secretary of the Interior’s Professional Qualification Standards and projects that have been completed

o Safety & Health Plano The Offeror shall submit with the proposal a current, comprehensive and

reasonable written General Safety and Health Plan describing the Contractor’s overall Safety and Health Program.

o A Site Specific S&H plan will be required from the contractor if the model task order is awarded

34

Page 35: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

Volume II – Past Performance Information

o Past Performance Information Summary

o Offeror’s Project Listing

o Past Performance Questionnaires

• Must come directly from the Offeror’s contract customer

o Safety, Health And Environmental Past Performance Supplement

35

Page 36: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

36

Item Required Minimum Amount

Maximum Amount

Past Performance Information Summary Four (4) Seven (7)

Prime Past Performance Four (4) Seven (7)

Subcontractor/Teaming Partner/Affiliated Companies’ Past Performance

Zero (0) Three (3)

Fully completed Past Performance Project One (1)/ Four (4)

Seven (7)

Ongoing Past Performance Project Zero (0) Six (6)

Strategic Planning Past Performance Project One (1) Seven (7)

Design-Build and/or Design Services Past Performance Project

One (1) Seven (7)

Construction Services Past Performance Project

One (1) Seven (7)

Historic Preservation Past Performance Project

One (1) Seven (7)

Page 37: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

Volume III—Price Proposal

o Price of the Model Task Order “Remodel Gilruth Shower Rooms”

o IDIQ Excel Pricing Model (for Contract Labor Rates)

Volume IV— Other Required Documentation For Awardo Model Contracto Model Task Ordero Contractor Systemso Subcontracting, Teaming Partner, Affiliated Company Arrangement

Information o VETS-100 Reporting

Riddle: For those offerors who are determined to be technically acceptable (i.e. pass the Technical Proposal Factor), tradeoffs will be made between past performance and price. Past Performance is significantly more important than Price.

37

Page 38: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

► Instructions for proposal arrangement and page limitations are specified in solicitation section L.18-2.

► Offerors shall submit their proposals in accordance with those instructions.

► Pages and foldouts not conforming to the definition of a page and pages submitted in excess of the limitations specified will not be evaluated by the Government.

► Pay close attention to ensure that the number of pages, page margins, font type, font size, and page size are in conformance to the solicitation requirements.

► Some volumes/sections are subject to a page limitation and others are not.

► Proposal information must be provided in the correct volume.

► Proposal information in a page-limited volume or section should not be moved to another volume/section without such page limitations.

► Having non-conforming pages not reviewed by the Government may affect the government’s evaluation of a proposal, and how this proposal is ultimately rated.

38

Page 39: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

39

Safety & Health ProgramsSafety & Health Programs Guidelines for Responding to Safety Requirements in the Guidelines for Responding to Safety Requirements in the

Request for Proposal (RFP)Request for Proposal (RFP)

Wayne GremillionWayne GremillionSafety and Test Operations DivisionSafety and Test Operations Division

Page 40: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

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

NASA complies with all applicable regulations◦ NASA safety and health requirements◦ Requirements of those federal agencies with regulatory authority

over NASA such as OSHA, EPA, and DoT

NASA requires every employee to report workplace hazards◦ NASA ensures that there is no reprisal to personnel for reporting

unsafe or unhealthy conditions

40

Page 41: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

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

The Occupational Safety and Health Administration (OSHA) has recognized JSC as a leader in health and safety by awarding the “Star” designation level of achievement in the Voluntary Protection Program (VPP).

As a VPP Star Site, JSC has a comprehensive and successful safety and health program, is below the national average for the industry in injury/illness rates, has demonstrated good faith in dealing with OSHA, and serves as a safety & health mentor to regional industry.

41

Page 42: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

All contractors performing work at JSC shall comply with all applicable safety and health requirements ◦ Occupation Safety and Health Administration (OSHA) regulations◦ JPR 1700.1, JSC Safety and Health Handbook◦ SPEC 01 41 00.00 80, Contractor Safety and Health Program

JSC does not assume the responsibility of the “employer” for contractor employees◦ Contractor employer is responsible for the safety of its own employees

Every onsite contractor shall have and conform to a written Safety and Health plan

Failure to comply with safety and health requirements may result in actions such as contract termination and exclusion from future contract awards

42

Page 43: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

• Contractor’s Safety & Health Program requirements are specified in Spec 01 41 00.00 80 – major elements include:

Safety & Health Program General Provisionso Safety Meetings; Inspections and Hazard Tracking;

Mishap Investigation and Reporting; Statistical Information

Safety and Health System Organization Requirementso Include requirements for Safety & Health Staffing

Special Safety & Health Program Requirementso Address specific hazardous operationso Other key areas include Pre-use Planning; Emergency

Response; Training

43

Page 44: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

• Contractor’s Safety & Health Plan requirements are specified in SPEC 01 41 00.00 80 Requires the following S&H Plan submittals:

o Contractor's General Safety and Health Plan - describes the Contractor’s overall Safety and Health Program. This Plan shall be submitted and approved by the Government.

o Contract (Site) Specific Safety and Health Plan - describes how the Contractor’s General Safety and Health Program will be tailored to the activities on this contract. This Plan shall be submitted and approved by the Government

prior to work being started.o Subcontractor Safety and Health Plan - The Contractor shall submit

detailed, written Subcontractor Safety and Health Plans. Subcontractor plans shall be approved prior to subcontractor

work being started Minimum contents of each of the Safety and Health plans are listed in

SPEC 01 41 00.00 80

44

Page 45: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

When performing tasks under this contract, the contractor shall:◦ Ensure protection of personnel, property, equipment

and environment◦ Ensure compliance with all NASA policies and

requirements◦ Ensure compliance with all Federal, State, and local

regulations for safety and health◦ Ensure compliance with approved Safety and Health

Plans

45

Page 46: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

NASA Federal Acquisition Regulation Supplements (NFS)http://nais.nasa.gov/FAR/

NFS 1852.223-70 - Safety and Health NFS 1852.223-73 - Safety and Health Plan NFS 1852.223-75 - Major Breach of Safety or Security

General NASA informationhttp://www.nasa.gov/

Occupational Safety & Health Administrationhttp://www.osha.gov/

Department of Labor - OSHA (VPP website)

http://www.osha.gov/dcsp/vpp/index.html JSC Safety and Health handbook (JPR 1700.1)

http://jschandbook.jsc.nasa.gov/

46

Page 47: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

47

Proposals are due no later than 2:00p.m. Local Time on February 24, 2015.

For your proposal to be considered timely, your package must be delivered to 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.

o 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.

Review the proposal instructions and coordinate with the point of contact in advance of the delivery.

Page 48: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

48

Pricing OverviewPricing Overview

Wally Khan and Rose StokesWally Khan and Rose Stokes

Page 49: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

49

Fully Burdened Rates Development Template (FBR) – Wally Khan

Model Task Order Pricing Forms – Rose Stokes

Page 50: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

We’ll visit the Gilruth Shower Rooms

You are expected to follow the Contracting Officer’s Representative (COR) at all times

Any response to verbal questions during the conference or site tour shall not be construed as an official answer

Hard-hats, glasses, and other protective gear are not necessary for the site tour

50

Page 51: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

If you have any questions at this time, please write them down on the post-in notes located at your table. We will be by to collect them.

Once all questions have been collected, we will read them and answer them at this conference with our official answers to each posted via amendment to the solicitation.

You can also wait to ask any questions and instead submit them in writing electronically by the Questions Due Date to the appropriate Government Representative stated in the RFP.

51

Page 52: January 8, 2015 Gilruth Center: The Alamo Ballroom 9:00 a.m

Thank you for attending the Thank you for attending the Johnson Space CenterJohnson Space Center

Pre-proposal Conference for the Planning and Pre-proposal Conference for the Planning and Accelerated Construction Contract (PACC) 2 Accelerated Construction Contract (PACC) 2

AcquisitionAcquisition

52