prod.nais.nasa.gov  · web viewsection l. instructions, conditions, and notices to offerors. l.1....

87
NNM14494731R Amendment 005 SECTION L INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1 Listing of Provisions Incorporated by Reference L.2 Communications Regarding This Solicitation L.3 Requirements for Certified Cost or Pricing Data or Data Other Than Cost or Pricing Data L.4 Type of Contract L.5 Service of Protest L.6 Authorized Deviations in Provisions L.7 Patents Rights Clauses L.8 Evaluation of Compensation for Professional Employees L.9 Determination of Compensation Reasonableness L.10 Protests to NASA L.11 Government Property Management Information L.12 List of Available Government Property L.13 Summary of Deviations/Exceptions L.14 Organizational Conflicts of Interest L.15 Contract Phase-in L.16 Availability of Documents Incorporated by Reference L.17 Industry Briefing L.18 Applicability of the Service Contract Act L.19 Notice of Intent to Propose L.20 Proposal Marking and Delivery L.21 Due Date for Receipt of Proposals L.22 General Proposal Instructions L.23 Proposal Format and Page Limitations L.24 Solicitation Specific Instructions to Offerors L.25 Required Forms L-1

Upload: doankhue

Post on 14-Dec-2018

219 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

SECTION L

INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

L.1 Listing of Provisions Incorporated by ReferenceL.2 Communications Regarding This SolicitationL.3 Requirements for Certified Cost or Pricing Data or Data Other Than Cost or Pricing

DataL.4 Type of ContractL.5 Service of ProtestL.6 Authorized Deviations in ProvisionsL.7 Patents Rights ClausesL.8 Evaluation of Compensation for Professional EmployeesL.9 Determination of Compensation ReasonablenessL.10 Protests to NASAL.11 Government Property Management InformationL.12 List of Available Government PropertyL.13 Summary of Deviations/ExceptionsL.14 Organizational Conflicts of InterestL.15 Contract Phase-inL.16 Availability of Documents Incorporated by Reference L.17 Industry BriefingL.18 Applicability of the Service Contract ActL.19 Notice of Intent to ProposeL.20 Proposal Marking and DeliveryL.21 Due Date for Receipt of ProposalsL.22 General Proposal InstructionsL.23 Proposal Format and Page LimitationsL.24 Solicitation Specific Instructions to OfferorsL.25 Required Forms

L-1

Page 2: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

SECTION L

INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

NOTE: For purposes of proposal preparation (all factors), “major subcontractors” are defined in Provision L.24, Solicitation Specific Instructions to Offerors, Volume II - Cost Factor Proposal Instructions, (a) General Instructions, Section (6).

L.1 LISTING OF PROVISIONS INCORPORATED BY REFERENCE

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

For Federal Acquisition Regulation (FAR) provisions, see https://www.acquisition.gov/farFor NASA FAR Supplement (NFS) provisions, see http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

I. Federal Acquisition Regulation (48 CFR Chapter 1) Clauses

ClauseNumber Title Date

52.204-7 System for Award Management* (JUL 2013)52.215-1 Instructions to Offerors- Competitive Acquisition (JAN 2004)52.215-16 Facilities Capital Cost of Money (JUN 2003)52.215-22 Limitations on Pass-Through Charges-

Identification of Subcontract Effort (OCT 2009)52.217-5 Evaluation of Options (JUL 1990)52.222-24 Pre-award On-Site Equal Opportunity Compliance

Evaluation (FEB 1999)52.237-1 Site Visit (APR 1984)52.237-10 Identification of Uncompensated Overtime (OCT 1997)

* NOTE: Offerors must be registered in the System for Award Management (SAM) as a Service-Disabled Veteran-Owned Small Business (SDVOSB). However, offerors are not required to be listed in the Veterans Administration VetBiz database nor possess Center for Verification and Evaluation (CVE) certification to be eligible for award.

II. NASA FAR Supplement (NFS) (48 CFR Chapter 18) Clauses

ClauseNumber Title Date

1852.227-71 Requests for Waiver of Rights to Inventions (APR 1984)

(End of Clause)

L-2

Page 3: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

L.2 COMMUNICATIONS REGARDING THIS SOLICITATION

Any communications in reference to this solicitation shall cite the solicitation number and be directed to the following Government representative:

Name: Jeffrey S. Jackson/PS01Phone: 256-544-8935 (collect calls not accepted)E-mail: [email protected]: NASA George C. Marshall Space Flight Center

Building 4203, Basement/SEB MSFC, AL 35812

The contents of this Request for Proposal (RFP) should be carefully reviewed to assure that all requirements for proposal submission (e.g, data, detail, and supporting rationale) are fully met. In order to expedite the acquisition process, questions and comments regarding this solicitation shall be received by the Government no later than 2:00 p.m. Central Time July 9, 2014. All questions and comments will be considered in formulation of a RFP amendment. All questions and comments must be submitted in writing; oral questions will not be accepted. Facsimile questions are not authorized. Only questions submitted via e-mail or through the U.S. Postal Service will be accepted.

(End of Provision)

L.3 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA OR DATA OTHER THAN COST OR PRICING DATA (52.215-20) (OCT 2010) - ALTERNATE IV (OCT 2010)

(a) Submission of certified cost or pricing data is not required.

(b) Provide information as described below in the Cost Volume Instructions per Provision L.24, Solicitation Specific Instructions to Offerors.

(End of Provision)

L.4 TYPE OF CONTRACT (52.216-1)(APR 1984)

The Government contemplates award of a Cost-Plus-Potential Fixed Performance Fee contract resulting from this solicitation.

(End of Provision)

L-3

Page 4: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

L.5 SERVICE OF PROTEST (52.233-2)(SEP 2006)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

NASA, George C. Marshall Space Flight CenterAttn: PS01/Jeffrey S. Jackson, Contracting Officer Building 4203/Basement SEBMarshall Space Flight Center, AL 35812

(b) The copy of any protest shall be received in the office designated above within 1 day of filing a protest with the GAO.

NOTE: Also see Provision L.10, Protests to NASA (1852.233-70) (OCT 2002)

(End of Provision)

L.6 AUTHORIZED DEVIATIONS IN PROVISIONS (52.252-5)(APR 1984)

(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.

(b) The use in this solicitation of any NASA/Federal Acquisition Regulation Supplement (48 CFR Chapter 18) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of Provision)

L.7 PATENT RIGHTS CLAUSES (1852.227-84)(DEC 1989)

This solicitation contains the patent rights clauses of FAR 52.227-11 (as modified by the NFS) and NFS 1852.227-70. If the contract resulting from this solicitation is awarded to a small business or nonprofit organization, the clause at NFS 1852.227-70 shall not apply. If the award is to other than a small business or nonprofit organization, the clause at FAR 52.227-11 shall not apply.

(End of Provision)

L-4

Page 5: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

L.8 EVALUATION OF COMPENSATION FOR PROFESSIONAL EMPLOYEES (52.222-46) (FEB 1993)

(a) Recompetition of service contracts may in some cases result in lowering the compensation (salaries and fringe benefits) paid or furnished professional employees. This lowering can be detrimental in obtaining the quality of professional services needed for adequate contract performance. It is therefore in the Government’s best interest that professional employees, as defined in 29 CFR 541, be properly and fairly compensated. As part of their proposals, offerors will submit a Total Compensation Plan setting forth salaries and fringe benefits proposed for the professional employees who will work under the contract. The Government will evaluate the plan to assure that it reflects a sound management approach and understanding of the contract requirements. This evaluation will include an assessment of the offeror’s ability to provide uninterrupted high-quality work. The professional compensation proposed will be considered in terms of its impact upon recruiting and retention, its realism, and its consistency with a total plan for compensation. Supporting information will include data, such as recognized national and regional compensation surveys and studies of professional, public and private organizations, used in establishing the total compensation structure.

(b) The compensation levels proposed should reflect a clear understanding of work to be performed and should indicate the capability of the proposed compensation structure to obtain and keep suitably qualified personnel to meet mission objectives. The salary rates or ranges must take into account differences in skills, the complexity of various disciplines, and professional job difficulty. Additionally, proposals envisioning compensation levels lower than those of predecessor contractors for the same work will be evaluated on the basis of maintaining program continuity, uninterrupted high-quality work, and availability of required competent professional service employees. Offerors are cautioned that lowered compensation for essentially the same professional work may indicate lack of sound management judgment and lack of understanding of the requirement.

(c) The Government is concerned with the quality and stability of the work force to be employed on this contract. Professional compensation that is unrealistically low or not in reasonable relationship to the various job categories, since it may impair the Contractor’s ability to attract and retain competent professional service employees, may be viewed as evidence of failure to comprehend the complexity of the contract requirements.

(d) Failure to comply with these provisions may constitute sufficient cause to justify rejection of a proposal.

(End of Provision)

NOTE: This information shall be provided in Volume I, Subfactor 2, Staffing and Total Compensation, STC-3, Total Compensation Plan, and will be evaluated there.

L-5

Page 6: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

L.9 DETERMINATION OF COMPENSATION REASONABLENESS (1852.231-71) (MAR 1994)

(a) The proposal shall include a Total Compensation Plan. This plan shall address all proposed labor categories, including those personnel subject to union agreements, the Service Contract Act, and those exempt from both of the above. The Total Compensation Plan shall include the salaries/wages, fringe benefits and leave programs proposed for each of these categories of labor. The plan also shall include a discussion of the consistency of the plan among the categories of labor being proposed. Differences between benefits offered professional and non-professional employees shall be highlighted. The requirements of this plan may be combined with that required by the clause at FAR 52.222-46, Evaluation of Compensation for Professional Employees.

(b) The offeror shall provide written support to demonstrate that its proposed compensation is reasonable.

(c) The offeror shall include the rationale for any conformance procedures used or those Service Contract Act employees proposed that do not fall within the scope of any classification listed in the applicable wage determination.

(d) The offeror shall require all service subcontractors (1) with proposed cost reimbursement or non-competitive fixed-price type subcontracts having a total potential value in excess of the threshold for obtaining certified cost or pricing data and (2) the cumulative value of all their service subcontracts under the proposed prime contract in excess of 10% of the prime contract's total potential value, provide as part of their proposals the information identified in (a) through (c) of this provision.

(End of Provision)

NOTE: This information shall be provided in Volume I, Subfactor 2, Staffing and Total Compensation, STC-3, Total Compensation Plan, and will be evaluated there.

L.10 PROTESTS TO NASA (1852.233-70) (OCT 2002)

Potential bidders or the offeror may submit a protest under 48 CFR Part 33 (FAR Part 33) directly to the Contracting Officer. As an alternative to the Contracting Officer's consideration of a protest, a potential bidder or offeror may submit the protest to the Assistant Administrator for Procurement, who will serve as or designate the official responsible for conducting an independent review. Protests requesting an independent review shall be addressed to Assistant Administrator for Procurement, NASA Code LP010, Washington, DC 20546-0001.

(End of Provision)

L-6

Page 7: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

L.11 GOVERNMENT PROPERTY MANAGEMENT INFORMATION (1852.245-80)(JAN 2011)

(a) The offeror shall identify the industry leading or voluntary consensus standards, and/or the industry leading practices, that it intends to employ for the management of Government property under any contract awarded from this solicitation.

(b) The offeror shall provide the date of its last Government property control system analysis along with its overall status, a summary of findings and recommendations, the status of any recommended corrective actions, the name of the Government activity that performed the analysis, and the latest available contact information for that activity.

(c) The offeror shall identify any property it intends to use in performance of this contract from the list of available Government property in the provision at 1852.245-81, List of Available Government Property.

(d) The offeror shall identify all Government property in its possession, provided under other Government contracts that it intends to use in the performance of this contract. The offeror shall also identify: The contract that provided the property, the responsible Contracting Officer, the dates during which the property will be available for use (including the first, last, and all intervening months), and, for any property that will be used concurrently in performing two or more contracts, the amounts of the respective uses in sufficient detail to support prorating the rent, the amount of rent that would otherwise be charged in accordance with FAR 52.245-9, Use and Charges, and the contact information for the responsible Government Contracting Officer. The offeror shall provide proof that such use was authorized by the responsible Contracting Officer.

(e) The offeror shall disclose cost accounting practices that allow for direct charging of commercially available equipment, when commercially available equipment is to be used in performance of the contract and the equipment is not a deliverable.

(f) The offeror shall identify, in list form, any equipment that it intends to acquire and directly charge to the Government under this contract. The list shall include a description, manufacturer, model number (when available), quantity required, and estimated unit cost. Equipment approved as part of the award need not be requested under NFS clause 1852.245-70, Contractor Requests for Government-Provided Equipment.

(g) The offeror shall disclose its intention to acquire any parts, supplies, materials or equipment, to fabricate an item of equipment for use under any contract resulting from this solicitation when that item of equipment: will be titled to the government under the provisions of the contract; is not included as a contract deliverable; and the Contractor intends to charge the costs of materials directly to the contract. The disclosure shall identify the end item or system and shall include all descriptive information, identification numbers (when available), quantities required and estimated costs.

(h) Existing Government property may be reviewed at the following locations, dates, and times: N/A

(End of Provision)

This information shall be provided in accordance with Volume I, Subfactor 1, Technical and

L-7

Page 8: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

Management Approach, TMA-2, Management Approach, and will be evaluated there.L.12 LIST OF AVAILABLE GOVERNMENT PROPERTY (1852.245-81)(JAN 2011)

(a) The Government will make the following Government property available for use in performance of the contract resulting from this solicitation, on a no-charge-for-use basis in accordance with FAR 52.245-1, Government Property, included in this solicitation (See Attachment J-15, Installation-Accountable Government Property (IAGP) List). The offeror shall notify the Government, as part of its proposal, of its intention to use or not use the property.

(b) The Government will make the following Government property available for use in performance of the contract resulting from this solicitation, on a no-charge-for-use basis in accordance with FAR 52.245-2, Government Property Installation Operation Services, as included in this solicitation. The offeror shall notify the Government of its intention to use or not use the property.

(c) The selected Contractor will be responsible for costs associated with transportation, and installation of the property listed in this provision.

(End of Provision)

L.13 SUMMARY OF DEVIATIONS/EXCEPTIONS

The offeror shall explain any exceptions (including deviations and conditional assumptions) taken with respect to this RFP. Any exceptions must contain sufficient amplification and justification to permit evaluation. Such exceptions will not, of themselves, automatically cause a proposal to be termed unacceptable. A large number of exceptions or one or more significant exceptions not providing any obvious benefit to the Government may, however, result in rejection of such proposal(s) as unacceptable. Highlight exceptions in the text of the proposal where they appear.

(End of Provision)

NOTE: The offeror’s description of any proposed deviations and/or exceptions to the terms and conditions of this solicitation shall be provided in Volume I, Subfactor 1, Technical and Management Approach, TMA-2, Management Approach, Item (l) and will be evaluated there.

L.14 ORGANIZATIONAL CONFLICTS OF INTEREST

(a) Notice. The Contracting Officer has determined that this acquisition may give rise to a organizational conflict of interest (OCI). Accordingly, the attention of prospective offerors is invited to FAR Subpart 9.5 -- Organizational Conflicts of Interest. The Contracting Officer shall not award a contract until NASA determines any conflict of interest is reasonably resolved. The Contracting Officer has the sole authority to determine whether an organizational conflict of interest exists and to determine whether the organizational conflict of interest has been reasonably resolved. While an OCI plan will not be required with the offeror’s proposal, the strategy for resolving any OCIs will be evaluated as part of mission suitability.

(b) Description of Potential Conflict. The nature of this organizational conflict of interest L-8

Page 9: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

is that the Contractor or Subcontractor(s) may be put in the position of performing the following functions that could give rise to a potential organizational conflict of interest:

1. Identifying and defining requirements2. Assisting in developing Performance Work Statements3. Assisting in evaluation of offers4. Assisting in administration of orders5. Assisting in administration of billing

The existence of these potentially conflicting roles might bias the Contractor’s judgment or provide an unfair competitive advantage.

(c) Responsibility of Offeror. (1) Applying the principles of FAR Subpart 9.5, each offeror shall assess whether there is an organizational conflict of interest associated with the proposal it submits. The offeror must explain the actions it intends to use to resolve any organizational conflicts of interest it finds in the Government’s assessment and its own assessment. If its proposed resolution involves a proposed limitation on future contracting, the model contract will be modified to reflect the offeror’s proposed limitations (see clause H.4, Limitation of Future Contracting). If the proposed resolution involves use of mitigation techniques, the clause entitled Mitigation of Organizational Conflicts of Interest shall apply (see clause H.2, Mitigation of Organizational Conflicts of Interest). It is understood that the proposed resolution may involve both techniques to address conflicts.

(2) Offerors are encouraged to inform the Contracting Officer of any potential conflicts of interest, including those involving contracts with other Government organizations, in their proposal. The Contracting Officer will use this information to determine whether resolution of those conflicts will be required.

(d) Representation. By submission of its offer, the offeror represents, to the best of its knowledge and belief, that –

(1) there are no relevant facts that could give rise to an OCI, as defined in FAR Part 2; or

(2) the offeror has disclosed all relevant information regarding any actual or potential conflicts of interest.

(e) Termination for default. If the successful offeror was aware, or should have been aware, of an OCI before award of this contract and did not fully disclose that conflict to the Contracting Officer, the Government may terminate the contract for default.

(f) Waiver. The agency reserves the right to waive the requirements of FAR 9.5, in accordance with FAR 9.503.

(g) During the Phase-in period, and not later than 30 calendar days prior to the effective date of the contract, the successful offeror shall submit for NASA’s approval a comprehensive Organizational Conflicts of Interest (OCI) Plan (DRD 1497MA-009) (see clause H.2).

L-9

Page 10: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

(End of Provision)L.15 CONTRACT PHASE-IN

(a) Successful offeror Phase-In:

(1) The services provided by this contract are vital to the Government’s overall performance. Therefore, continuity of these services must be maintained at a consistently high level without disruption. To this end, the successful offeror shall conduct an orderly Phase-In of contract activities prior to assumption of responsibility for the effort described in the PWS. Phase-In will not exceed 60 calendar days beginning with the Phase-In Purchase Order’s effective date. These Phase-In activities are to be performed under a separate Purchase Order (Not-to-Exceed $150K) and all costs associated with Phase-In are unallowable to this contract. Offerors are required to provide Phase-In cost/price as part of Volume II, Attachment L-B, Section 8, Tab I, Phase-In Form.

(2) Prior to performance of services under this contract, the successful offeror shall accomplish all tasks required to begin work, including managing transition activities, hiring personnel, obtaining personnel badges and clearances, and training personnel. Likewise, compliance with any and all other requirements within the body of this contract identified as a prerequisite for assuming full contract performance shall be accomplished.

(b) During Phase-In the successful offeror shall:

(1) Participate in meetings with the predecessor contractor to identify and discuss problems or areas requiring attention during the Phase-In period.

(2) Perform all activities described in the offeror’s Phase-In Plan submitted with its proposal, and all activities necessary to ensure effective transfer of all effort from the predecessor contractor and readiness to assume full contract performance.

(3) Provide the following DRDs:(a) Government Property Management Plan DRD 1497-LS-001(b) Management Plan DRD 1497MA-001(c) Work Breakdown Structure (WBS) and WBS

Dictionary DRD 1497MA-003(d) Organizational Conflict of Interest (OCI) Plan DRD 1497MA-009

(4) The Phase-In period does not require for performance of the effort described in Attachment J-1, Performance Work Statement (PWS). It is understood that during Phase-In, the predecessor contractor will be performing the work described in the PWS. Office space will not be provided by the Government during the Phase-In period. However, one office/conference room will be available for management of Phase-In activities.

b) Invoicing for Phase-In activities shall occur only at the completion of the period of performance of the Phase-In Purchase Order. The Government’s obligations under this contract will not commence until after the successful completion of the separate Phase-In

L-10

Page 11: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

Purchase Order.(End of Provision)

NOTE: The Phase-In Plan shall be included in Volume I, Subfactor 1, Technical and Management Approach, TMA-4, Phase-In Plan, and will be evaluated there. The requirements and stipulations contained within this provision will be incorporated as part of the Phase-In Purchase Order and Model Contract awarded to the successful offeror.

L.16 AVAILABILITY OF DOCUMENTS INCORPORATED BY REFERENCE

The Federal, Agency and Center Documents/Regulations are accessible via the electronic links provided in Attachment J-8, Applicable Regulations and Procedures.

(End of Provision)

L.17 INDUSTRY BRIEFING

(a) A MSFC Industry Briefing/Site Tour for this procurement was held on:

Date: June 10, 2014Time: 1:30 p.m. (Central Time)Location: Building 4200, Morris Auditorium

(b) Attendance at the briefing was neither required nor is a prerequisite for proposal submission and will not be considered to be in the evaluation.

(c) Potential offeror delegations were limited to a total of five representatives per proposal team.

(d) Briefing charts, site tour scripts, and a list of attendees are posted on the NASA MSFC Acquisition Planning Tool at https://ec.msfc.nasa.gov/doing_business/index.php?apt..

(End of Provision)

L.18 APPLICABILITY OF THE SERVICE CONTRACT ACT

NOTICE TO PROSPECTIVE OFFERORS - This solicitation and resulting contract are subject to the statutory provisions of the Service Contract Act of 1965, as amended, (Contract clause 52.222-41), and the implementing regulations of the Act outlined in Title 29 Code of Federal Regulations, Part 4.

Prospective offerors are liable for the proper interpretation, application, implementation, and administration of the mandatory provisions of this Act. Therefore, it is imperative that offerors take appropriate action when preparing proposals to assure compliance and ensure that corporate policies are congruous with the spirit and intent of the law. Furthermore, offerors shall demonstrate a clear understanding of the minimum mandatory Service Contract Act requirements.

(End of Provision)L-11

Page 12: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

L.19 NOTICE OF INTENT (NOI) TO PROPOSE

A Notice of Intent (NOI) is requested to assist NASA in assessing the potential responses to this RFP for planning and resource allocation purposes. NOIs should be submitted by the proposer via e-mail to the point of contact via the email address delineated in the provision entitled Communications Regarding This Solicitation, on or before July 9, 2014. Although it is helpful to NASA if the NOI is submitted by the specified due date, a late NOI is still of value since the receipt of even a few unanticipated proposals can significantly delay and/or complicate the review process. The non-binding NOI must include:

1. The name of the submitting organization 2. The name, title, regular mail and e-mail addresses, telephone, and fax numbers of the

offeror’s contracts representative3. Statement of intent to propose on MITS

(End of Provision)

L.20 PROPOSAL MARKING AND DELIVERY

(a) Offerors must either deliver the proposal, modifications, or withdrawals by U.S. Postal Service mail or hand deliver (includes the use of a commercial delivery service). Non-U.S. citizens that do not have a residency “green card” will not be given access to Redstone Arsenal for the purpose of proposal delivery. Regardless of the delivery method chosen, the proposal must be closed and sealed as if for mailing.

(b) The designated receiving office/external marking for proposals is:

NASA, George C. Marshall Space Flight CenterBuilding 4203, Basement Lobby/SEBAttn: Jeffrey S. Jackson/PS01Telephone: (256) 544-8935RFP- NNM14494731R Proposal- Deliver unopened

(c) Proposals hand carried to MSFC shall be delivered to the location delineated above by the time specified in the provision entitled Due Date for Receipt of Proposals. Offerors are reminded that it is their responsibility to get proposals to the designated place on time. Proposals which are sent by commercial carrier are considered to be hand carried. Proposals received after the time specified above will be processed in accordance with FAR Clause 52.215-1, Instructions to Offerors – Competitive Acquisitions.

(d) Upon arrival, offerors shall contact the person specified above to accept delivery and to facilitate entry into Building 4203. Offerors shall also notify this individual to coordinate the delivery of any proposal that will be hand carried to MSFC on a date prior to that specified in this provision. Offerors that require access to MSFC for unbadged delivery personnel to

L-12

Page 13: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

hand deliver proposals shall notify [email protected] via e-mail and provide the following data for entry into the Visitor’s Management System (VMS) 2 business days prior to required access:

1. Full Name2. Driver’s License Number and State of Issuance3. Citizenship – Primary and/or Dual4. Company Name (Is company foreign-owned? – yes/no)

(e) Unbadged delivery personnel shall also provide driver’s license, vehicle registration, and proof of vehicle insurance or lease agreement to obtain vehicle passes and badges. No escorts will be provided. Offerors should allow ample time for processing through the gate at Redstone Arsenal and Protective Services Office. Offerors are informed that badging services are only available at the Visitors Centers located at Gate 1, Martin Road and Gate 9, Rideout Road.

(End of Provision)

L.21 DUE DATE FOR RECEIPT OF PROPOSALS

The due date and time for receipt of proposals is as follows:

Volume Title Requested By Due Date Local TimeI Mission Suitability Volume August 20, 2014 August 20, 2014 2:00 p.m.

Central TimeII Cost Volume August 20, 2014 August 20, 2014 2:00 p.m.

Central TimeII - Cognizant Audit Office

Template (CAOT), (Attachment L-B, Form B3)*

- SF1408, Preaward Survey of Prospective Contractor Accounting System*

- Preaward Survey of Prospective Contractor Accounting System Checklist (Attachment L-D, Form D5)*

July 30, 2014 August 20, 2014 2:00 p.m. Central Time

III Past Performance Volume* July 30, 2014 August 20, 2014 2:00 p.m. Central Time

III Attachment L-D /Form D3, Past Performance Interview/Questionnaire Forms*

July 30, 2014 August 20, 2014 2:00 p.m. Central Time

IV Completed Model Contract, Signed SF33’s, Section J (all attachments) and Section K Certifications

August 20, 2014 August 20, 2014 2:00 p.m. Central Time

* Requested 2 weeks prior to required due date for proposals; however, delivery is not

L-13

Page 14: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

required until the proposal due date.

(End of Provision)L.22 GENERAL PROPOSAL INSTRUCTIONS

(a) The following instructions set forth the Government’s expectations for the offeror’s proposal. The offeror shall demonstrate, through the proposal, a full understanding of, and competence to, successfully satisfy the requirements specified in this RFP. The offeror shall:

1. Demonstrate understanding of the general and specific requirements of the RFP,2. Convey the offeror’s capabilities for transforming understanding into

accomplishment,3. Present in detail, the plans and methods required in this RFP, and4. Present the cost/price associated with the proposal.

(b) A transmittal letter, included in Volume I, shall be prepared on the responding company’s letterhead. It shall be brief, be signed by an official authorized to commit the company to the extent proposed, and identify all enclosures being transmitted.

(c) The offeror shall comply with FAR 52.215-1, Instructions to Offerors – Competitive Acquisition, paragraph (c)(2), on the first page of Volume I by including:

1. The solicitation number;2. The name, address, and telephone and facsimile numbers of the offeror (and the

electronic address if available);3. A statement specifying the extent of agreement with all terms, conditions, and

provisions included in the solicitation and agreement to furnish any or all items upon which prices are offered at the cost/price established for each item;

4. Names, titles, and telephone and facsimile numbers (and the electronic address if available) of persons authorized to negotiate on the offeror’s behalf with the Government in connection with this solicitation; and

5. Names, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent’s authority, unless evidence has been previously furnished to the issuing office.

6. Instructions on restriction of disclosure and use of data.

(d) All applicable certifications contained in Section K must be completed and returned with Volume IV, Model Contract. Additional information required as part of Volume IV is delineated in the provision entitled Solicitation Specific Instructions to Offerors, Volume IV, Completed Representations and Certifications, Model Contract, and Signed SF33.

(End of Provision)

L-14

Page 15: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

L.23 PROPOSAL FORMAT AND PAGE LIMITATIONS

(a) Proposals shall be submitted in four volumes with the required quantities as depicted in Table L.23-1. The proposal shall be submitted in three-ring binders with each section appropriately identified and organized into one volume per binder. Each volume shall stand alone, provide complete coverage of the topic, and include responses to each item described in the proposal instructions. Each volume shall also include a table of contents applicable to the volume for ready reference to sections, figures, and illustrations.

(b) Volume marking: An original version is required for all volumes.

(1) For Volumes I, III, and IV , the offeror shall mark each volume cover with the following legend:

“Volume [Number], Original” (e.g., Volume I, Original) or“Volume [Number], Copy [Number] of [Number]” (e.g., Volume I, Copy 1 of 5)

(2) For Volume II, the offeror shall mark the cover with the following legend:

“Volume II – Original” or

“Volume II – (Copy 1 of 2)”

(c) The page guidelines in Table L.23-1, Proposal Format and Page Limitations, are provided for guidance only; offerors are permitted to exceed these page guidelines but shall not exceed the total page limits defined in Table L.23-1. Offerors are reminded the RFP includes additional deliverables that do not have page guidelines listed. It is the offeror’s responsibility to ensure their proposals contain all the required documents as defined throughout the RFP.

(Remainder of page left intentionally blank)

L-15

Page 16: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

Table L.23-1, Proposal Format and Page Limitations

VolumeVolume

Proposal Page Limit

Page Guidelines(See paragraph (c) above)

Number of Hard

Copies

Number of

Electronic Copies

Volume I- Mission Suitability

Not-to-Exceed260 pages total

1. Phase-In Plan (See Provision L.15, Contract Phase-In and TMA-4, Phase-In Plan) for contract transition, should not exceed 8 pages total.

2. Key Personnel Position Description Resume Form (See Attachment L-D, Form D1 and STC-1, Key Personnel), should not exceed 5 pages per resumé and a one (1) page commitment letter (total should not exceed 30 pages).

3. Job Description/ Qualification Form (JD/Q) (See Attachment L-D, Form D2 and STC-2(f), Staffing Approach), should not exceed 40 pages total.

4. Total Compensation Plan (See Provision L.9, Determination of Compensation Reasonableness and STC-3, Total Compensation Plan), should not exceed 20 pages total.

Original plus five (5)

copies

2

Volume II –Cost

Unlimited Not Applicable (N/A) Original plus one (1) copy

2

Volume III -Past Performance

Not-to-Exceed45 pages total*

N/A Original plus five (5)

copies

2

Volume IV –Model

Unlimited Joint Venture Agreement should not exceed 15 pages

Original plus one (1)

2

L-16

Page 17: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

VolumeVolume

Proposal Page Limit

Page Guidelines(See paragraph (c) above)

Number of Hard

Copies

Number of

Electronic Copies

Contract (signed SF 33s and complete Model Contract- Sections B through I and all Section J Attachments and Section K, and Provision L.22(d) documentation)

All pages shall be single sided in Volume IV.

copy (both with an original

hand-signed SF33)

* The offeror shall provide Past Performance Interview/Questionnaire Form (Attachment L-D, Form D3) in accordance with the provision entitled Volume III Past Performance Factor Proposal Instructions. The completed Past Performance Interview/Questionnaire Forms shall be submitted directly to the Government Contracting Officer by the offeror’s references. These forms submitted directly by the offeror’s references are not part of Volume III and are therefore excluded from the page limits for Volume III – Past Performance.

** The Joint Venture Agreement shall be included at the end of Volume IV but is not required to be tabbed as the document will not be an attachment to the Model Contract.

(d) Volume II is not page limited. However, this volume is to be strictly limited to cost and cost information. Information that can be construed as belonging in one of the other volumes of the proposal will be so construed and counted against that volume's page limitation (i.e., Mission Suitability or Past Performance) at the end of the pages included in the page limited volume.

(e) No exclusions are provided from Page Limitations for Volumes I and III. Therefore, all supplemental content, including but not limited to, title pages, tables of contents, transmittal letters, RFP compliance matrix, sectional divider pages (pages for division of proposal parts with no narrative text), summary PWS work allocation matrix, acronym lists, and blank pages (see paragraph below for foldout instructions) are included in the page limitation. Any materials contained in the front or back binder inside pockets will not be evaluated. The outside cover page of each volume is excluded from the page limitations for that volume and will not be evaluated. Each side of a sheet, tab, or divider, regardless of whether it contains proposal material will be counted as a page.

L-17

Page 18: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

1. Each volume shall include a table of contents applicable to the volume for ready reference to sections, figures, and illustrations.

2. No material outside of the proposal volumes may be incorporated by reference. 3. To minimize redundancy in the proposal, the offeror may:

i. Reference another section within a given volume rather than duplicate the information in more than one location.

ii. The offeror shall maintain the logical flow of the subject matter when utilizing references.

4. Each volume shall contain a page numbering convention. Each volume page shall be numbered and identified with the offeror’s name, RFP number, and date. For the proposal volumes subject to the page limitations, all pages shall be consecutively numbered, starting with “1” (one). Include in the numbering all items delineated in (e) above.

5. Pages in the Cost Volume (Volume II) Part 2, Excel Pricing Model shall be numbered per cost model formatting. Narrative pages in the Volume II shall be numbered separately and consecutively, per Part and Section numbering found in Volume II, Table L.24-1, Cost Volume Table of Contents.

6. Material deemed to belong in page limited volumes will be treated as such and placed at the end of the applicable page limited volume. Pages submitted in excess of the page limitations specified in this provision will not be evaluated by the Government, will be removed from the end of the proposal volume without being evaluated. One copy of the non-evaluated material will be returned to the offeror.

(f) The proposal text shall be printed in English on non-glossy, white paper.

1. A page is defined as one side of a sheet, 8 ½” x 11”, with a minimum of one (1)-inch margins on all sides using not less than twelve (12)-point Times New Roman font for standard text with normal kerning (spacing between individual characters). The metric standard format most closely approximating the described standard 8 1/2" x 11" size may also be used.

2. Twelve (12)-point Times New Roman font shall be utilized for all texts, graphics, tables, charts, diagrams, figures, etc. in proposal Volumes I and III, except when the proposal is addressing the RFP requirements listed in Table L.23-2 below which delineates the information that may be provided in non-standard text. If the offeror is authorized to modify a Government provided form in Table L.23-2, the offeror shall ensure that the modified form contains all of the information included on the Government-provided form, and captures all of the information sought by the Government.

L-18

Page 19: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

Table L.23-2, Exceptions to Font and Government Provided FormsRFP Requirement Exception to 12 Point Times New

Roman Font

L.23(a) RFP compliance matrix for all Mission Suitability subfactor subsections (TMA-1 through TMA-7, and STC-1 through STC-4)

Yes – however, no smaller than 8-point Times New Roman font

L.24 Volume I, TMA-2(a): Management Approach, Charts that depict the organizational structure

Yes – however, no smaller than 8-point Times New Roman font

L.24 Volume I, TMA-2 (c)(13): Management Approach, Summary PWS work allocation matrix

Yes – however, no smaller than 10-point Times New Roman font

L.24 Volume I, TMA-2: Management Approach, (h) current status of the prime’s and major subcontractor’s business systems

Yes – however, no smaller than 10-point Times New Roman font

L.24 Volume I, STC-2: Staffing Approach, (b) Table delineating sources of staffing

Yes – however, no smaller than 10-point Times New Roman font

L.24 Volume III - Past Performance, PWS Past Performance Matrix

Yes – however, no smaller than 10-point Times New Roman font

L.24 Volume III - Past Performance, (d) summary of all representative customers to whom it has provided the Past Performance Interview/Questionnaire Form

Yes – however, no smaller than 10-point Times New Roman font

Attachment L-D, Form D2 Job Description/Qualification Form (JD/Q)

Yes – however, no smaller than 10-point Times New Roman font

NOTE: Offerors are cautioned that proposal information such as pictures, graphics, tables, diagrams, charts, figures, etc., that is submitted in less than 12-point Times New Roman font as standard text (unless specifically identified as an exception in Table L.23-2 above) will not be evaluated by the Government. In no case shall the offeror’s proposal be submitted in less than 8-point Times New Roman Font.

(g) The text shall be printed on both sides of the sheet for Volumes I, II, and III. The text shall be printed on one side only for Volume IV.

(h) Printed pages and illustrations shall be legible and no larger than 11”x17” foldouts as appropriate for the subject matter. Foldouts are considered part of the page limitations. The front of the foldout shall have 2 page numbers and the backs shall be blank and not be numbered. Each foldout shall be printed on one side only, shall fold entirely within the

L-19

Page 20: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

volume, and will be counted as two pages.

(i) Final revisions, if requested, shall be similarly identified and shall show revision number, change bars, and date. Such requests will specify separate page limitations, as needed.

(j) The offeror shall submit electronic copies of each volume per the instructions below:

1. File submissions shall be on CD-ROM media with all sessions and disk closed. This media shall be readable in any common, CD computer drive. All media shall be labeled with its data contents to the degree that the media can be properly archived and filed without the need to read the contents of the media.

2. Offerors shall submit proposals in Microsoft Word 2010 format as well as any other format specified in the Provision entitled Volume II- Cost Volume Instructions. Microsoft Word 2010 files shall be exact duplicates of the paper copies. The Government will use the electronic files in the evaluation process and may compare the electronic and paper copies. If a variation in content between the paper copy and the electronic one is noted, the paper copy marked original shall be considered the submitted proposal. Page count is determined by the paper copy. For the Cost Volume (Volume II), electronic copies shall be submitted in native Microsoft Office 2010 formats (i.e., Microsoft Word and Excel). Embedded structures like bitmaps, graphics or proprietary fonts shall be reserved only for illustrations and equations which cannot be rendered in the above formats.

3. Each CD-ROM case and the CD-ROM disc must be labeled as to the offeror or major subcontractor and numbered sequentially in the required number of copies. The information is to be submitted on quality, error-free, virus-free CD-ROM formatted and readable by the computer systems named in paragraph (6) below and compatible with the noted software packages.

4. Electronic Font and Page Setup: Text font and layout shall be as stated for paper copies. Hypertext links shall be the same minimum font size. The offeror shall indicate hyperlinks by a distinct font color or with a visible rectangle. The offeror shall not embed sound or video files into the proposal files. The offeror shall minimize the use of scanned images and keep embedded graphics as simple as possible.

5. Proposal Format and Structure: Each volume of the electronic proposal shall be in a separate sub-directory on the CD-ROM. A hard copy list of the CD-ROM contents showing the directory, document title, and file name shall accompany the electronic submittal.

6. Viewing Environment: The Government anticipates viewing the electronic submittals with the following computer software and hardware: (1) IBM-compatible systems, (2) Windows 7 operating system, (3) Adobe Acrobat Reader 9.0, and (4) Microsoft Office 2010.

(End of Provision)L-20

Page 21: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

L.24 SOLICITATION SPECIFIC INSTRUCTIONS TO OFFERORS

(a) Introduction

This RFP is issued to obtain proposals for MSFC Information Technology Services (MITS) to support the Marshall Space Flight Center (MSFC) in accordance with the Performance Work Statement (PWS) set forth herein.

The Government intends to make only one Service-Disabled Veteran-Owned Small Business (SDVOSB) award as a result of this solicitation. The successful offeror shall be expected to perform all work requirements within the PWS of the resultant contract for the proposed cost and fee negotiated for the base effort and all option periods.

The contents of this Draft RFP should be carefully reviewed to assure that all requirements for proposal data, detail and supporting rationale are fully met.

(b) General

The prime contractor shall be responsible for successful execution of the contract awarded hereunder. In the event subcontractor arrangements are proposed, their relationship during the effort shall be indicated, and their proposed contributions to the work and to the offeror’s proposal shall be identified and integrated into each part of the proposal as applicable.

Each offeror is cautioned to submit their best, most realistic and competitive proposal initially. An offeror not submitting their best, most realistic and competitive proposal initially could face non-selection in the event the Government makes an award from the initial proposals. An offeror could also be excluded from the competitive range (if one is established), cost and other factors considered, if other than their best, most realistic and competitive proposal is submitted.

(Remainder of page left intentionally blank.)

L-21

Page 22: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

VOLUME I - MISSION SUITABILITY VOLUME INSTRUCTIONS

The Mission Suitability factor affords offerors the opportunity to describe the proposed approach to effectively and efficiently accomplish the work specified in the PWS (Attachment J-1) and thereby demonstrate their understanding of the requirements of the PWS. Offerors shall ensure consistency between Volumes I, II, III, and IV. The offeror shall prepare Volume I in accordance with the outline provided below.

The volume should be specific, detailed, and complete enough so as to clearly and fully demonstrate an understanding of the requirements. Stating that the offeror understands and shall comply with the requirements, or paraphrasing the requirements is inadequate, as are phrases such as: “Standard procedures will be employed”, and “Well-known techniques will be used.” The volume must comprehensively explain how the offeror proposes to comply with the applicable requirements, including a full explanation of the techniques and procedures the offeror proposes to follow. It may not be incorporated by reference. All information submitted shall be current, specific, complete, and meet the requirements of the solicitation.

The offeror shall provide a RFP compliance matrix that cross-references all Mission Suitability subfactor subsections to specific areas of the proposal identified in the provision entitled Solicitation Specific Instructions to Offerors, using the paragraph number and titles, to the proposal to ensure that all areas have been completely addressed.

NOTE: The outline below is provided for use in organizing the proposal only and should not be construed as an indication of the order of importance or relative weighting within the individual Mission Suitability subfactors as there are no discrete point values attached to any of the subsections.

Subfactor 1- Technical and Management Approach

TMA-1 Technical ApproachTMA-2 Management Approach TMA-3 InnovationTMA-4 Phase-In PlanTMA-5 Local Autonomy and AuthorityTMA-6 Safety, Health, and Environmental (SHE) ApproachTMA-7 Technical and Management Approach Risk Assessment

Subfactor 2 - Staffing and Total Compensation Approach

STC-1 Key PersonnelSTC-2 Staffing ApproachSTC-3 Total Compensation PlanSTC-4 Staffing and Total Compensation Approach Risk Assessment

The offeror's Mission Suitability proposal response indicates the offeror’s understanding of the requirements of the PWS; provides the offeror’s plan for satisfying those requirements; and the likelihood that the plan will result in effective and efficient performance. The response also indicates the offeror’s understanding of the current NASA/IT environment and

L-22

Page 23: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

provides the offeror’s approach for moving NASA/MSFC into a customer focused, value added IT product line.

Subfactor 1 – Technical and Management Approach

In preparing this section of the proposal, the offeror shall develop and describe the management and technical approach proposed to fulfill the requirements of the contract.

TMA-1 Technical Approach

The offeror shall fully describe the technical approach for service delivery of MITS services. The description shall include:

a. A general description of the approach to provide MITS services (i.e., PWS sections 3.0 – 6.0) to at least the second level of the PWS and how the approach enables successful implementation of contract goals and objectives as described in PWS 1.2.

b. The approach for analyzing data from various IT Security sources such as patch management, vulnerability and application scanning, ID/IR incidents, pen tests, and industry trends to identify the greatest IT Security risks to NASA systems so that MSFC’s IT Security approach can shift from a reactive posture toward a proactive approach, applying limited resources to those greatest risks.

c. The approach for implementing an IT Security framework that provides the greatest balance between protecting sensitive NASA data and enabling a mobile workforce to work from anywhere.

d. A description of the approach for performing enterprise portfolio management with goals of improving the reliability of MSFC’s IT asset data and enabling MSFC to effectively plan for and achieve the optimal desired enterprise business capabilities and maximize long-term cost savings.

e. The approach for performing an assessment of the current PWS 5.1 and PWS 6.0 infrastructures and for the cost effective modernization of the infrastructure components.

f. The approach for the life-cycle management of MSFC’s current private cloud computing infrastructure and for strategically moving current private cloud workloads to a Federal Government sanctioned commercial cloud infrastructure.

L-23

Page 24: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

TMA-2 Management Approach

The offeror shall fully describe the proposed management approach for enabling service delivery functions and contract goals and objectives. The description shall include:

a. Organizational charts that depict: (1) the proposed MITS organizational/management structure, to include integration of teammates/subcontractors and identification of clear internal and external lines of authority; and, (2) interfaces with the Government to be employed in providing MITS services.

b. The proposed management approach, concept, and rationale, which aligns with the proposed organizational structure, as well as any procedures or policies utilized, to efficiently and effectively manage, plan, control, report and communicate the performance of MITS services, to include the approach for managing corporate growth associated with full assumption of these services.

c. The approach for teaming and subcontracting and for compliance with the Small Business Administration (SBA) Ostensible Subcontractor Rule, if the offeror proposes using teammates/subcontractors, to enable the Government to evaluate all relevant aspects of the relationship/arrangement and determine that the prime contractor making the offer will be performing the primary and vital requirements for the contract. The description shall include:

(1) Rationale for each of the arrangements.(2) Identification of points of contact.(3) Business size of all parties (based on dollar revenues for 2011, 2012, and

2013). (4) Identification of which party will manage the contract.(5) How work will be controlled, reported, and reviewed.(6) Which party led pursuit of the contract.(7) Accessibility and flow of relevant support from internal and external sources,

such as parent organizations, teaming arrangements, and subcontractors.(8) How management and control policies will be implemented.(9) Any integration of teammates/subcontractors into the management and

supervisory hierarchy.(10) Which party possesses the background and expertise necessary for contract

performance.(11) Whether there are discrete tasks to be performed by each

teammate/subcontractor, or whether there is instead a commingling of personnel and resources.

(12) Description and relative amount of the work to be performed by the prime and each teammate/subcontractor, including assignment of work by PWS section. A summary PWS matrix delineating all contract requirements and which party will perform those PWS functions shall be provided.

L-24

Page 25: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

(13) The evaluation of teammate/subcontractor performance and proposed subcontract and fee arrangements.

(14) A table (which correlates to Volume II, Cost Volume) delineating the percentage of direct labor dollars allocated to the prime and each subcontractor. The total shall equal 100%. For Joint Ventures, the table shall delineate the percentage of direct labor dollars allocated to each Joint Venture member and each subcontractor. The total shall equal 100%. The table(s) shall demonstrate compliance with the percentage of work requirements delineated at 13 CFR 125.15, 13 CFR 125.6, 13 CFR 124.510, and FAR 52.219-14, Limitations on Subcontracting, and Joint Venture requirements of these parts, if applicable. Joint Ventures shall also provide a table delineating the distribution of net profits among the Joint Venture partners to demonstrate compliance with 13 CFR 125.15(b)(2)(iii).

d. The approach for maintaining project schedule, operating within approved budgets, meeting project milestones, providing early notification of potential problems, utilizing management metrics to track progress and trends, providing deliverables on-time, and maintaining ongoing operations in an effective manner. The offeror's approach to project re-planning changes, budgetary changes or other requests shall also be provided.

e. The proposed strategies, processes, and procedures to establish and maintain an integrated, effective, and efficient work flow across team members and subcontractors in order to maintain the parallel flow of mission services and development activities.

f. The offeror’s solution, and approach for utilizing the solution, to meet the requirements of PWS sections 2.2 and 2.4. The offeror shall also describe:

(1) The interrelationships between the offeror’s procurement, time card, financial management systems, and any other internal system, and how these systems relate to the offeror’s business management processes.

(2) Any limitations on access to the data including associated rationale.

g. The strategy (e.g., avoidance, limitation on future contracting, mitigation, etc.) for resolving each OCI that is either identified in the solicitation or created by the requirements of the solicitation/contract and the effect of such strategy on performance of the contract.

h. The current status of the prime offeror’s and all major subcontractor’s business systems to include accounting, estimating, property management, timekeeping, employee compensation, and purchasing. Identify any reviews, the DCAA Audit No. or DCMA Letter No. and office, date of approval, and any conditions, deficiencies, issues or problems. The current status of business systems to be utilized in performance of the MITS contract by a Joint Venture shall be submitted. Explain any existing conditional approvals and the compliance status of any systems(s) for which approval is currently withheld.

i. If the offeror does not have a Government approved purchasing system, describe the L-25

Page 26: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

plan and approach to establish and implement a Government approved purchasing system within 90 days after the effective date of the contract or the approach to perform this function by other means (see clause entitled Government Approved Purchasing System Requirement). The offeror shall also fully describe the processes and procedures that will be utilized prior to formal purchasing system approval.

j. The approach and methodology to be used in the management of property (as required in PWS 2.5, Property Management) that meets the requirements of Provision L.11, Government Property Management Information.

k. It is anticipated that some IT security requirements will be classified. Therefore, offerors shall demonstrate and describe the ability to accept, process, and maintain a National Security Clearance level at the Secret level. The discussion shall include current Federal Clearance Level (FCL) facility status or the approach to obtain and establish an FCL for their corporation. The prime contractor or subcontractor performing the classified work, at the Government designated facility, must have an approved DD254 and a FCL. It is the prime contractor’s responsibility for flowdown of the DD254, as appropriate. If the subcontractor has an approved FCL and they are performing the classified work, then it is not mandated that the prime contractor also have an FCL. The DD254 form, Department of Defense Contract Security Classification Specification (Attachment J-9) shall be completed and activated, and Secret Level Clearances activated prior to any work being performed on the MITS contract, including any Phase-In activities.

(l) Describe any deviations and/or exceptions (if applicable) to the terms and requirements of Sections A - J of this solicitation, to the Representations, Certifications, and Statements of Offerors (Section K) or to the information requested in Section L, to include both “business” and “technical.” The offeror shall also describe the reason for the deviations and/or exceptions or refer to where the reason is addressed elsewhere in the proposal. Offerors are cautioned that deviations and/or exceptions may result in a determination of proposal unacceptability (NFS 1815.305-70), may preclude award to an offeror if award is made without discussions or may otherwise affect an offeror’s competitive standing.

TMA-3 Innovation

The offeror shall fully describe the proposed approach for contract innovation. The description shall include:

a. Any proposed technical innovations, to include the approach for assisting NASA in testing and implementing new information technologies and processes that are architecturally compliant, insertion ready and will increase mission capability, productivity, efficiency, and affordability.

b. Any proposed management innovations that enable the simplification and/or integration of business processes and information resulting in project benefits such as

L-26

Page 27: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

enhanced customer service, process improvements, accelerated schedules, cost reductions, and/or increased reliability.

c. A table summary of the proposed innovations, the effected PWS section(s), and cost benefit by contract year.

NOTE: The offeror is reminded that any innovations that require changes to Government controlled processes or Government capital investment shall not be included in the proposed cost (Volume II). Potential cost benefits shall only be reflected in the innovation description and requested table summary. Any proposed innovations shall be reflected in Attachment J-1, Performance Work Statement, Appendix A, Contractor Innovations, Approaches, Advance Agreements, and Corporate Capital Investments of Volume IV, Model Contract, provided with the offer. Any proposed innovations, including associated costs accepted by the Government, will be included in the executed contract.

TMA-4 Phase-In Plan

The offeror shall provide a Phase-In Plan in accordance with Provision L.15, Contract Phase-In. The Phase-In Plan shall include:

a. The approach for the assumption of on-going work under the new contract to ensure completeness and continuity of operations and product development and the method by which on-going work will be transitioned to the new contract without disruption.

b. The approach for migration of property management (including phasing in property management functions and associated assets and the schedule for receipt and acceptance of Installation-Accountable Government Property), legacy budget, and cost data, including cost-to-date and outstanding procurements, for all PWS requirements, from the existing information management tools to the offeror’s proposed solution.

c. Any assumptions deemed critical to a successful transition.

d. Any risk(s) and risk mitigations deemed critical to a successful transition.

e. The approach for Phase-In meetings, methodology for identifying and resolving issues, schedule, and key milestones.

f. The approach for developing data deliverables due during the Phase-In period.

g. Any interactions with the incumbent contractors as well as the extent of involvement of Government personnel required during this period.

h. The time-phased approach for recruiting, interviewing, hiring, and corporate orientation and training of both retained incumbent personnel and other employees, to include subcontractors, during the Phase-In period.

i. The approach for establishing employee access and badging to ensure continuity of

L-27

Page 28: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

services.

TMA-5 Local Autonomy and Authority

The offeror shall fully describe the proposed approach for autonomy and authority for performance of the contract. The description shall include:

a. The corporate governance over the contract, the degree and extent of local autonomy, including the authority of the Program Manager, any relationship to a parent organization, and any decisions or approvals and kinds of decisions that would be made locally versus outside the local organization.

b. Authority and autonomy as it relates to day-to-day operations and processes, such as:

(1) Assumption of existing work.(2) Negotiation and signing of contract modifications.(3) Acceptance of in-scope assignments in accordance with Clause G.4,

Technical Direction.(4) Provision of official communication to the Government.(5) Reassignment of work in response to varying workloads and priorities.(6) Recruitment and hiring of required personnel in a manner consistent with

task skills and schedule requirements.(7) Acquisition (by direct hire, subcontract, or teaming agreement) of specific

and unique scientific or technical expertise consistent with contract and schedule requirements.

(8) Approval of travel.(9) Dismissal, promotion, and demotion of personnel.(10) Selection, administration, and termination of subcontracts.(11) Acquisition of materials and property as necessary.(12) Release of cost and financial data.(13) Recurring accountability and reporting to corporate.

TMA-6 Safety, Health, and Environmental (SHE) Approach

The offeror shall fully describe the proposed approach for ensuring a safe working environment. The description shall include:

a. A summary of safety and health policies and processes for ensuring workplace safety and adherence to MSFC safety and health policies and procedures. The policies and processes shall include:

(1) Management commitment and employee involvement in the safety and health program;

(2) Method of hazard identification and control;(3) Requirements for formal safety inspections and correction of deficiencies; (4) Requirements for documented safety visits; (5) Methods of reporting and investigating all mishaps and close calls;

L-28

Page 29: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

(6) Provisions for suspending work where safety or environmental conditions warrant such action; and

(7) The means for training each employee to recognize hazards and avoid accidents.

b. The approach for implementing an industrial safety, occupational health, and environmental program that provides a workplace that is incident and injury free by preventing employee fatalities, reducing the number and severity of employee injuries and illnesses, and protecting the environment through the ongoing planning, implementation, and management control of these programs.

NOTE: Offerors are reminded that a SHE plan in its entirety is not required with proposal submission.

TMA-7 Technical and Management Approach Risk Assessment

The offeror shall submit a risk assessment for the complete Technical and Management Approach subfactor. The analysis shall identify and discuss risk factors inherent in the work or unique to the offeror's proposed approach. The offeror's assessment shall provide the approach to managing the risk (i.e., probability of the risk, impact and severity, time frame, and risk acceptance or mitigation).

Subfactor 2 – Staffing and Total Compensation Approach

This subfactor will be used by the offeror to describe the approach for providing the staffing and total compensation to perform the requirements of this PWS. The following shall be described:

STC-1 Key Personnel

The offeror shall fully describe the proposed Key Personnel. The description shall include, at a minimum, the following:

a. For each key position, rationale for designating this position as key and the positions’ placement within the MITS organizational structure. The offeror shall limit the number of proposed key positions to five (5) with one of those being the Program Manager (who must be an employee of the SDVOSB prime or SDVOSB Joint Venture member) responsible for the day-to-day oversight of the entire contract effort.

b. Complete and detailed information on the background, education, training, extent and applicability of relevant experience, special or unique qualifications and demonstrated performance references on key personnel, including subcontractors, if applicable. Key Personnel work history shall be provided for the last 10 years utilizing a Work Experience form for each position held during this period. Offerors shall provide objective (i.e., independent of the offeror or proposed Teammates/Subcontractors) past performance references for each position held (employer or customer) and current phone numbers of all references. This information shall be provided on the Key Personnel Description Resume Form (Attachment L-D - Form D1).

L-29

Page 30: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

c. For each proposed key individual, a description of commitment, the extent of their

availability, and company commitment (e.g., percentage of time, duration of time on the contract) for key personnel staffing stability of the proposed positions. It shall be stated whether these same individuals are being included in any concurrent proposals. In addition, the offeror shall provide personal commitment letters (form not provided), signed by the individual, for each person designated as key personnel.

STC-2 Staffing Approach

The offeror shall fully describe the proposed staffing approach, including teammates/subcontractors, for performance of the contract which demonstrates the offeror’s ability to balance knowledge retention and expertise with staffing efficiencies. The description shall include:

a. The approach for staffing the work defined throughout the PWS by labor category. The rationale for how the offeror arrived at the proposed staffing approach shall give the Government insight into the thought processes and methodologies used by the offeror in estimating the Work Year Equivalent (WYE) by labor category required for successful performance of the PWS. As part of this approach, the offeror shall provide rationale for the proposed WYE staffing by labor category to the PWS level 3 (e.g. PWS 4.3.2). This Basis of Estimate (BOE) summary shall including identification of whether the estimate is based on:

(1) Similar program(s), in which case, identify and provide rationale why the programs are similar;

(2) A standard, in which case, identify the standard and explain the source (e.g., industry, the offeror’s company, or a product);

(3) An engineering judgment, in which case, explain the methodologies used.

The offeror shall provide rationale for the proposed skill mix and any skill mix adjustments over the course of the contract. The approach shall also correlate to the proposed organizational structure.

b. A table delineating sources of staffing. This table shall denote the percentage of the total workforce that the offeror intends to recruit from the following sources:

(1) Offeror’s own resources; (2) Other divisions of the company; (3) Incumbent contractor work force; and (4) Outside recruitment, including subcontractors (if applicable), consultants,

and others.

c. The approach for providing a flexible workforce necessary to accommodate workload fluctuations throughout the life of the contract. The description shall include the approach to maximize integration, synergies, resource sharing between PWS sections, accommodation of operational fluctuations and cross-utilization of personnel.

L-30

Page 31: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

d. The approach for managing risks associated with single-point failure for proposed key personnel and experts in particular skills or systems.

e. The approach for orientation and training of new employees, as well as tracking the

completion of such training, to assume and perform contract functions.

f. A description of all proposed labor categories, indicating compliance with or exemption from, the Service Contract Act (SCA), utilizing a completed Job Description/ Qualification Form (JD/Q) (Attachment L-D, Form D2) for each SCA labor category and each non-SCA labor category to be used in the performance of the MITS contract.

g. The approach for the application, implementation, and administration of the

mandatory provisions of the SCA. Denote the SCA Classification Determination Equivalents for each proposed skill, as applicable.

h. The approach for recruiting (internal and external) and retaining specialized personnel and any technical experts with the requisite unique skills and capabilities required to perform the functions described in the PWS.

i. A description of the approach for managing attrition.

STC-3 Total Compensation Plan

The offeror shall provide a Total Compensation Plan. The offeror shall include the information from all major subcontractor(s) and all Joint Venture members (see Provision L.8, Evaluation of Compensation for Professional Employees, and L.9, Determination of Compensation Reasonableness) proposed to be used in performance of the contract within this plan. The plan shall include:

a. Wages, salaries, fringe benefits and uncompensated overtime (if proposed) for professional employees and service employees for the prime offeror, major subcontractors, and Joint Venture members, if applicable.

b. The compensation levels proposed to reflect a clear understanding of the work to be performed as evidenced by the capability of the proposed compensation structure to retain and recruit suitably qualified and mission critical personnel to realistically meet PWS objectives. The offeror shall discuss how the proposed compensation approach recognizes the differences in skill, education, experience, and complexities of varied disciplines as well as job difficulty.

c. Personnel policies, such as performance, incentive, promotion, award, training, seniority, and technical development opportunities. The offeror shall describe any policies intended to attract and retain employees as defined in 29 CFR Part 541, Defining and Delimiting the Exemptions for Executive, Administrative, Professional, Outside Sales and Computer Employees, and other non-exempt personnel.

L-31

Page 32: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

d. The methodology used for establishment of all quoted base labor rates. The salary rates/range must take into account differences in skill, education, experience, and complexity of various disciplines, and job difficulty. At a minimum, this information shall include:

(1) The name and date of the salary survey (s) used for each labor category,(2) Salary data other than surveys (if applicable),(3) A mapping from the Government-stated labor category to the salary survey

labor category (or categories used),(4) The job code number (if provided) in the salary survey,(5) Any other pertinent information provided in the survey that relates to the

base labor rate selected (e.g., percentile, average), and(6) Complete rationale for the methodology, including the rationale for the

sources of information used to calculate proposed rates submitted.

NOTE: The offeror shall include all the associated mathematical calculations in an Excel spreadsheet in Volume II- Cost Volume, Section 3, Basis of Estimate Summary.

e. The company’s fringe benefit policies and practices for both full-time and part-time employees to include as a minimum vacation, sick leave, holidays, health insurance (to include company portion of premiums and disposition of pre-existing health conditions), life insurance, relocation reimbursement, severance pay, paid time off policies, types of retirement savings plans (including company matching and vesting of company contributions), portability of benefits, overtime pay, and any other premium pay anticipated. The offeror shall also complete the Fringe Benefits/Payroll Additives Rate Development, Attachment L-B, Form B1, Tab F, and the Personnel and Fringe Benefit Questionnaire, Attachment L-B, Form B1, Tab G, and shall submit both forms as part of Volume II, Cost Volume. The offeror shall also identify when leave and 401k vesting accrual begins (e.g., immediately, 30 days, 90 days, or 1 year).

f. The expected effect of the compensation approach on the offeror’s incumbent capture goals associated with no disruption of service.

g. The approach for recognition of incumbent seniority, including a statement regarding the offeror’s intent with respect to salaries/wages/fringe benefits.

h. Identification and explanation of any differences in compensation policies among the team members and major subcontractors. The offeror shall describe the approach to handling the potential impact of any differences in compensation packages for team members and major subcontractors.

i. The consistency of the compensation plan among the categories of labor being proposed. Differences between benefits offered to professional and non-professional employees shall be highlighted and explained.

j. Rationale for proposed compensation that is materially lower or higher than that of local standards for comparable work. The offeror is cautioned that materially lower or higher compensation than that of local standards for comparable work may indicate a

L-32

Page 33: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

lack of understanding of the complexity of the total contract.

k. The offeror’s compensation structure based on labor classification and planned approach to wage/salary escalations for both exempt and non-exempt employees.

l. Rationale for any conformance procedures used for those Service Contract Act employees proposed that do not fall within the scope of any classification listed in the applicable wage determination.

m. Any deviations from existing Union Collective Bargaining Agreements (CBAs), a comparison of the offeror’s proposed pay and benefits versus existing agreements, and associated risks/mitigations for proposed areas of notable change, if any, for all affected years of the contract.  Included in the offeror’s response shall be a discussion of any deviations having the potential to cause issues with the affected labor union employees.  This discussion shall include, at a minimum, any proposed:

(1) Reduction in pay or benefits(2) Substantive changes to working conditions or policies outlined in the CBA

and associated agreements(3) Use of other than bargaining unit employees to perform work traditionally

performed by bargaining unit employees(4) Realignment of duties or ratios between apprentice, journeyman, and

foreman positions, as applicable(5) Cost savings associated with speculative reductions anticipated from future

CBA negotiations

NOTE 1:  Offerors are reminded pursuant to the requirements of the Service Contract Act, equivalent rates and benefits to those found in the predecessor’s bona fide CBA shall be paid for a minimum period of 1 year or until a new CBA is negotiated.  It is the offeror’s responsibility to review and confirm agreements with the cognizant union representative(s).

NOTE 2:  The Union CBA is provided for information purposes only.  Potential offerors must contact the union representatives directly in order to ensure that the information provided remains accurate or if additional modification or addendums have been negotiated and ratified.

NOTE 3: The offeror is cautioned that all narrative discussion of the Total Compensation Plan must be provided in Volume I - Mission Suitability Factor of the proposal. The Personnel and Fringe Benefit Questionnaire, Attachment L-B, Form B1, Tab G, must be submitted in Volume II- Cost Volume of the proposal. Any narrative data concerning an offeror’s Total Compensation Plan placed in an offeror’s Cost Volume, except for Attachment L-B, Form B1, Tab G, will be considered Mission Suitability factor information. If such data exceeds the page limitations set forth in Provision L.23, Proposal Format and Page Limitations, it will not be evaluated in accordance with this provision.

L-33

Page 34: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

STC-4 Staffing and Total Compensation Approach Risk Assessment

The offeror shall submit a risk assessment for the complete Staffing and Total Compensation Approach subfactor. The analysis shall identify and discuss risk factors inherent in the work or unique to the offeror's proposed approach. The offeror's assessment shall provide the approach to managing the risk (i.e., probability of the risk, impact and severity, time frame, and risk acceptance or mitigation).

L-34

Page 35: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

VOLUME II – COST FACTOR PROPOSAL INSTRUCTIONS

(a) General Instructions

(1) This shall be a separate proposal volume. The full contents of this volume shall follow the organization of the sections that follow, and the content shall be described in those sections. A total cost summary and breakdown shall be provided. The offeror shall ensure that the proposal includes complete and factual cost data. Submittal of summary level direct labor costs only is not acceptable. Phase-In costs shall be identified and proposed separately and will be performed under a separate purchase order.

(2) The offeror’s total cost shall include both the mission services CLINs and all mission enhancement services CLINs for the contract period of performance, including all options. The offeror’s total cost (proposed and probable) will be presented to the SSA as specified in Provision M.5, Volume II - Cost Factor.

(3) It is contemplated that a contract will be awarded for the 12-month base period with four 1-year option periods and an optional 6-month extension in accordance with FAR 52.217-8, Option to Extend Services.

(4) The Federal Acquisition Regulation (FAR) requires Contracting Officers to purchase supplies and services from responsible sources at fair and reasonable prices. It is expected that adequate price competition will be obtained under this solicitation so that submission of cost or pricing data is not required pursuant to FAR 52.215-20, Requirements for Cost or Pricing Data or Information Other Than Cost Or Pricing Data (OCT 1997)–Alternate IV (Oct 1997). The term “other than cost or pricing data” is defined in FAR 15.402. However, information other than cost and pricing data is required for cost realism analysis. The offeror is cautioned not to include Mission Suitability information in the Cost Volume.

(5) The Cost Volume will encompass all costs associated with the requirements of the proposed contract and will comply with the applicable FAR and NASA FAR Supplement regulations and governing statutory requirements. These instructions, including the requirements for detailed cost and substantiation data, are applicable to major subcontractors under the circumstances set forth in FAR 15.404-3.

(6) The Cost Volume preparation instructions set forth herein are applicable to the prime offeror and any proposed major subcontractors. For purposes of this solicitation, major subcontractors are defined as any subcontract effort in excess of $5,000,000 over the 5-year life of the contract. For Cost Volume purposes only, interdivisional and/or intra-company effort in excess of $5,000,000 shall be considered “major subcontractor” effort. Electronic cost proposals in Microsoft Excel are also required from each proposed major subcontractor with a proposed value of $5,000,000 or greater.

(7) Prime offerors, including populated Joint Venture offerors, are responsible for submitting a comprehensive cost proposal, including all required major subcontractor proposals. Prime unpopulated Joint Venture offerors are responsible for submitting a comprehensive cost proposal for the Joint Venture along with separate Cost Volumes for each Joint Venture participant and each major subcontractor. Prospective major

L-35

Page 36: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

subcontractor(s) and unpopulated Joint Venture participants have the option of submitting a complete Cost Volume in a sealed envelope through the prime offeror/unpopulated Joint Venture offeror or directly to the Government no later than the date and time specified in this RFP.

(8) An important prerequisite for the award of the contract is the offeror’s accounting system being capable of identifying and segregating costs. While these proposals are not required to be cost certified, they are to be in sufficient detail to allow direct and indirect rate verification and audit of selected costs by the cognizant Defense Contract Audit Agency (DCAA) office. In accordance with FAR 16.301-3, a firm’s accounting system shall be determined adequate prior to award of a cost reimbursement contract. The Cost Volume shall be prepared in a manner consistent with the offeror’s current approved accounting system. Offeror’s shall provide the DCAA audit report number and date for the DCAA approved accounting system. If the accounting system has not been approved by DCAA, state “currently no DCAA approved accounting system” and prepare and submit a completed SF1408, Preaward Survey of Prospective Contractor-Accounting System (complete Section II only) and Preaward Survey of Prospective Contractor Accounting System Checklist (Attachment L-D, Form D5) as part of Volume II, Cost Volume. If the offeror is a Joint Venture, indicate whether the Joint Venture will implement a new accounting system for the Joint Venture (if so, provide a completed SF1408 (complete Section II only) and Preaward Survey of Prospective Contractor Accounting System Checklist for the Joint Venture) or if the accounting for the Joint Venture will be performed by a Joint Venture member. If the latter (whether by the managing SDVOSB or other small business under the established NAICS code), provide the approval status of the accounting system for this firm, or a completed SF1408 (complete Section II only) and Preaward Survey of Prospective Contractor Accounting System Checklist as part of Volume II for this firm if the system is not approved.

(9) The Cost Volume shall be submitted based on the PWS requirements. The PWS shall form the essential basis for the development of the proposed cost estimate for years 1 through 5 of contract performance plus the 6 month Option to Extend Services. The offeror’s assessment of the workload and its technical approach will establish the total estimated cost for the mission services, mission enhancement services, and the total maximum available potential fixed performance fee.

(10) The offeror (including major subcontractors, unpopulated Joint Venture offerors and participants) shall submit all cost data electronically in Microsoft Office 2010 applications (Word, Excel, and Power Point). Adobe Acrobat software and files in PDF format are not acceptable. All electronic files must be searchable and shall not contain scanned documents. All electronic files associated with the Excel Pricing Model (EPM) and the Basis of Estimate (BOE) shall not contain hidden formulas, or tables, and shall not be locked or protected. The offeror shall not alter Cost Volume electronic spreadsheet file formats except for lengthening forms as appropriate or adjusting column widths or correcting obvious errors that would preclude the submission of an accurate proposal. The hard copy data will be considered the official documentation in the event of any inconsistency between electronic data and hard copies.

L-36

Page 37: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

(11) All dollar amounts provided shall be rounded to the nearest dollar and presented in real dollars. All labor rates shall be rounded to the nearest cent ($xx.xx). All indirect rates shall be expressed as percentages to the second decimal place (xx.xx%).

(12) It is important that the offeror include all requested cost information. Failure to include all information will indicate a lack of understanding of the PWS and the requirements for contract performance.

(b) Cost Volume Contents

(1) The offeror shall clearly explain in detail all pricing or estimating techniques (e.g., projections, rates, ratios, percentages) and shall support the proposed cost in such a manner that audit, calculation, and verification can be easily accomplished. Any experience factors (e.g., unit price, hours, quantities, efforts) adjusted for proposal purposes shall be explained in the Cost Volume section. If using historical cost as a basis of estimate, provide the period of time and costs in detail.

(2) The offeror’s cost volume shall include all Government-provided cost templates which are hereby defined as the Excel Pricing Model (EPM), consisting of Workbooks and Templates which are found in Attachment L-B. The EPM will be utilized as a Government evaluation tool. The Cost Volume shall also include the offeror’s Pricing Model (OPM), which represents the source of input for the EPM and the pricing model that the offeror would submit if a Government template had not been provided. An offeror’s Cost Volume that does not include both the EPM and OPM shall be considered an inadequate proposal submission.

(3) The offeror shall submit its OPM based on their adequate accounting system and the Cost Volume shall include cost element reconciliation to the EPM. If a major subcontractor does not have an adequate accounting system, that entity may use the EPM as its OPM. In this case, the submission of the EPM only will satisfy the requirement for submission of both EPM and OPM. Any reference made to OPM is intended to include both the Prime offeror and its major subcontractors. Further, should there be discrepancies between the OPM and the EPM data, the EPM takes precedence. Any discrepancies between the OPM and EPM shall be clearly explained.

(4) Deviations/Exceptions (Cost Volume) – Explain any deviations, exceptions, or conditional assumptions taken with respect to the Cost Volume instructions or requirements. Any deviations, exceptions, etc. must be supported by sufficient amplification and justification to permit evaluation. All assumptions shall be fully explained.

(5) The offeror shall submit estimates of the costs at the rates expected to be negotiated for a contract and performance there under. There will be no advantage in proposing costs or rates which are understated on the assumption that they will increase the probability of receiving a contract award. Since total cost estimates will not be given a numerical score in the evaluation process, unrealistic costs or rates, either low or high, will tend

L-37

Page 38: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

to indicate a lack of understanding of the PWS and requirements for contract performance. Unrealistic estimates may adversely impact the offeror’s Mission Suitability ratings and scores.

(6) The offeror shall disclose the methods used in determining particular classifications of cost (direct versus indirect). The offeror shall furnish a synopsis of accounting policies and procedures. The proposed Fringe Benefits, Overhead, and General & Administrative (G&A) rates shall be supported by forecasts and substantiating rationale which provide the following specific information for each rate, including any forward pricing rate agreements (this applies to the offeror and each proposed major subcontractor):

(i) Specify accounts and associated content within each indirect pool.(ii) Allocation base (comprising elements and basis for projections).(iii) Equivalent indirect personnel in each pool by contract year. Specify types of

personnel and functions performed.(iv) Equivalent direct personnel in the allocation base by contract year.(v) Specify the impact of this proposed activity on the total allocation base and

expense pools (expressed as a percentage) to include major subcontractors.

(7) The offeror, and all major subcontractors, shall identify the cognizant DCAA office (name, address, and telephone number) on Attachment L-B, Form B3, Cognizant Audit Office Template (CAOT), and the cognizant Government Agency (name, address, and telephone number) who currently approves forward pricing rates. The offeror and all major subcontractors shall provide a copy of the latest approved forward pricing rate package applicable to the Cost Volume.

(8) The Cost Volume for the prime offeror and major subcontractors shall consist of the four separate parts, with each part consisting of one or more sections. Each part and section shall be clearly tabbed and labeled. Table L.24-1, Cost Volume Table of Contents, below outlines the structure of the four parts and their respective sections:

(Remainder of page left intentionally blank)

L-38

Page 39: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

Table L.24-1, Cost Volume Table of ContentsCost Volume II– Part 1: General Cost InformationSection 1 – Cover Page and Table of ContentsSection 2 – Cost or Pricing Information and Supporting DataSection 3 – Basis of Estimate SummarySection 4 – Copies of Subcontractor AnalysisSection 5 – Personnel and Fringe Benefit Questionnaire (Attachment L-B, Form B1,

Tab G)Section 6 – Financial CapabilitySection 7 – Proposed Prime Offeror/Subcontractor Information SummaryCost Volume II– Part 2: Excel Pricing Model (EPM)Section 8 – Excel Workbooks/Templates:

Attachment L-B, Form B1 (completed by Prime and Major Subcontractors)Tab A - Summary of Total CostTab B - Summary by PWSTab C - Compensation Form-Salaries and WagesTab D - Productive FactorTab E - Schedule of Overhead, G&A and Other Indirect RatesTab F - Fringe Benefits/Payroll Additives Rate DevelopmentTab G - Personnel and Fringe Benefit QuestionnaireTab H - Total WYE by PWS and by Offeror/SubcontractorTab I - Phase-In Form (PIF)Tab J - Compensation Form Incumbency Assumptions

Cost Volume II– Part 3: Offeror Pricing Model (OPM)Section 9 – Offeror Pricing ModelCost Volume II– Part 4: FeeSection 10 – Fee

(c) Section Specific Instructions

(1) Summaries shall be provided by cost element for each contract year and the total contract. The first summary (Attachments L-B, Form B1, Tab A) shall be based on 12 months of effort for each year covered by the base period and all options distributed by contract year boundaries excluding Phase-In. The total cost for the Phase-In period, NTE 60 calendar days, shall be listed separately on the Phase-In Form (Attachments L-B, Form B1, Tab I).

(2) For evaluation purposes, the basic contract period will be evaluated on a full 12 months of performance.

(3) The offeror shall adhere to the PWS/WBS structure provided in Attachment J-12. Beyond this prescribed PWS/WBS, the offeror has complete flexibility based on the proposed implementation approach.

L-39

Page 40: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

(4) Section 1 – Cover Page and Table of Contents

Cover Page – Offeror and major subcontractors shall provide the following information on the cover page of the Cost Volume:

(i) Solicitation number.(ii) Name, address, and telephone number of offeror.(iii) Name, title, telephone number, and fax number of offeror’s point of contact.(iv) Type of contract, place(s) and period(s) of performance.(v) The total proposed amount in real dollars.(vi) Name, address, telephone and fax number of the Government cognizant contract

audit office.(vii) Name, address, telephone and fax number of the Government cognizant contract

administration office.(viii) Name and title of authorized representative of the company, and date of

submission.

(5) Section 2 – Cost or Pricing Information and Supporting Data

(i) Government Labor Category Descriptions (GLCDs) applicable to this contract are provided in Attachment L-C and address the applicable qualifications and experience levels of GLCDs that are to be used for proposal purposes. GLCDs shall be used by the offeror for proposal development. The offeror shall develop their cost estimates using their customary estimating system. The offeror shall map their internal labor categories to the GLCDs provided in this RFP and provide a discussion of the rationale used in the mapping process.

Direct labor shall be provided in the cost proposal (Attachment L-B, Form B1, Tabs B-1 thru B-5) by labor category for the PWS/WBS. A detailed staffing plan (WYEs by PWS and offeror/subcontractor), mapped to the PWS/WBS sections, shall be provided in Attachment L-B, Form B1, Tab H. The data in Tab H shall be consistent with the Staffing Approach BOE provided (see the instructions for Mission Suitability, Staffing and Total Compensation Approach subfactor). This contract effort is expected to be performed at the George C. Marshall Space Flight Center (MSFC), Huntsville, Alabama, the National Space Science and Technology Center (NSSTC), Huntsville, Alabama, and Michoud Assembly Facility (MAF), New Orleans, Louisiana. The offeror shall provide rates as applicable to the geographic area(s) as indicated in the cost spreadsheets in Attachment L-B.

(ii) The logic and reasonableness of the relationship between personnel qualifications, proposed labor rates, and fringe benefits will be carefully evaluated as a significant indicator of the offeror’s understanding of cost requirements. The proposal shall include a Total Compensation Plan (as addressed in the Mission Suitability instructions for Staffing and Total Compensation Approach, STC-3, Total Compensation Plan).

(iii) In order to facilitate evaluation of cost proposals, overtime shall be estimated at L-40

Page 41: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

1% of the total productive hours (MITS Attachment L-B, Form B1, Tab D) for each employee in the labor categories indicated in MITS Attachment L-B, Form B1, Tab C. Estimated overtime dollars shall be proposed in MITS Attachment L-B, Form B1, Tabs B-1 through B-5.

(iv) In accordance with FAR Provision 52.237-10, Identification of Uncompensated Overtime, the offeror shall identify any uncompensated overtime included in the direct labor rates and the overhead pool. The offeror’s policy on uncompensated overtime shall be provided in Attachment L-B, Form B1, Tab G. The offeror shall clearly describe the impact of uncompensated overtime on the direct labor rates provided in the cost forms in the cost narrative and shall quantify the impact of the use of uncompensated overtime on the direct labor rates (clearly identify the amount by which each labor category direct labor rate is reduced as a result of the offeror’s uncompensated overtime policy). The offeror is reminded that use of uncompensated overtime is not encouraged. The proposed use of uncompensated overtime for professional employees that reduces direct labor rates may result in probable cost adjustments, lower cost confidence, and be considered a lack of cost realism in the Mission Suitability evaluation.

(v) The offeror shall provide the methodology and rationale used to establish salary/wage ranges for each individual, including consideration of the following: the various skills and disciplines; the features of the compensation plan designed to enable the offeror to attract and retain qualified employees; applicability of CBAs, if any; and overtime payment policies. It is not in the Government’s best interests for incumbent employees’ salaries to be materially changed as a result of this solicitation and award.

(vi) Cost information for rate application shall be presented by both contractor fiscal year and contract year (Clause F.2, Period of Performance). In order to facilitate verification of the proposed rates and factors, if the contract year overlaps two contractor accounting (fiscal) years, the offeror shall provide a separate application of rates for each of the contractor accounting (fiscal) years, which are totaled to arrive at the contract year cost. Both the application of rates and totals must be clearly shown. Formats consistent with the offeror’s normal, disclosed, and/or approved estimating and accounting practices shall be used. The offeror’s established labor classifications, by individual labor position (including hours and rates), and all other cost categories (including overhead/burden rates), base amounts, and application of rates shall be clearly shown. Also a summary of total program cost by cost element shall be provided.

(vii) In accordance with sound business practices and applicable labor laws, the offeror and major subcontractors shall propose reasonable labor rate increases and shall utilize for labor rates not defined by Forward Pricing Rate Agreement (FPRA), the following NTE uniform rates of change for Calendar Years 2015 through 2020 as provided in Table L.24-2, Escalation Rates, (see also (ix) below).

L-41

Page 42: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

Table L.24-2, Escalation Rates

2015 2016 2017 2018 2019 2020

2.7% 3.0% 3.1% 3.0% 2.9% 2.8%

(viii) Some labor to be utilized in performance of this contract is covered by the Department of Labor (DOL) Service Contract Act (SCA) for Huntsville, AL (MSFC) and New Orleans, Louisiana, as well as a Collective Bargaining Agreement (CBA) for Huntsville, Alabama.

NOTE: The offeror shall specifically address how the proposed labor rates and anticipated escalation increases will be provided and processed per the applicable labor laws. The Government expects all labor (including SCA labor) will be escalated in the cost proposal.

(ix) Should an offeror determine the need for a different annual escalation rate, a written explanation and justification shall be provided in the supporting information of Volume II - Cost Factor and also summarized in exceptions to the RFP. This explanation shall include the rationale and methodology used for the annual escalation rate development, including escalation assumptions, sources of projections, and a clear description of the projected rate. These uniform rates of change for pricing purposes are for estimating purposes only; the Government realizes the prevailing escalation rates during contract performance shall be utilized and implemented on a case-by-case basis for the appropriate labor market segment and labor skill levels.

(x) If a Forward Pricing Rate Agreement (FPRA) is issued, all rates contained therein and agreed to shall be used in the development of the proposed costs. For all FPRA and Forward Pricing Rate Proposals (FPRP) utilized in an offeror’s Cost Volume, the offeror is to provide a statement identifying the agreement by report number, date issued, and the issuing agency’s office and phone number. A signed copy of the FPRA and/or FPRP is to be provided. The financial impact on indirect rates imposed by the award of this contract may require an offeror to deviate from their FPRA. Should an offeror deviate from the published FPRA, a written explanation and justification shall be provided in the supporting information, along with the rationale and methodology used for the varying rate development and a clear description of the projected rate.

(xi) The offeror (including major subcontractors) that does not have established FPRA/FPRP is required to provide a narrative rationale explaining all proposed indirect rates, any assumptions, and basis of applications, as part of this section. Additionally, all offerors shall complete and submit the forms in Attachment L-B, Form B1, Tab E, Schedule of Overhead, G&A and Other Indirect Rates, for

L-42

Page 43: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

each proposed indirect rate and complete and submit the forms in Attachment L-B, Form B1, Tab F, Fringe Benefits/Payroll Additives Rate Development, for all elements of cost for proposed fringe benefits.

(xii) In accordance with the FAR Part 30 the offeror, including major subcontractors, shall provide a copy of their most recent Cost Accounting Standards (CAS) Disclosure Statement, if applicable, and shall identify the Government Administrative Contracting Office (ACO) responsible for determination and date of adequacy determination. If the offeror is a Joint Venture, then this information shall be provided for each member. The offeror shall explain in detail any accounting practice where there is a disagreement between the offeror and the ACO; and provide a new Disclosure Statement in the event the offeror plans to establish a new cost/profit center for performance of this effort, or if the existing Disclosure Statement does not accommodate the requirements imposed by this RFP.

(xiii) Any business relationships between the offeror and all subcontractors, beyond the apparent prime/subcontractor relationship shall be disclosed and fully recognized. Any discounts and/or favored treatment because of a business relationship, by virtue of an agreement or otherwise, shall be disclosed and explained.

(xiv) In the event the offeror does not propose cost of money for facilities capital, FAR clause 52.215-17, Waiver of Facilities Capital Cost of Money, will be included in the resulting contract.

(xv) The total estimated cost of this contract shall include estimated costs for materials (direct materials, IT vendor maintenance, transmission services, software, equipment, Other Direct Costs (ODCs), purchased services), travel, and training. Table L.24-3 shows the Government’s best estimates of what these costs will be; and shall be utilized in the development of the offeror’s Cost Volume. The offeror shall adapt the values in Table L.24-3 to the cost periods of the 12-Month Base, Option 1, Option 2, Option 3, and Option 4, and Option 5 (Option to Extend Services) as prescribed in the Attachment L-B, Form B1, Tab A. The plug figures are provided below. The offeror or major subcontractor who intends to purchase the materials must include these values in their own EPM and must provide evidence in the narrative of an acceptable purchasing system. (See clause H.26, Government Approved Purchasing System Requirement, and provision L.24, Solicitation Specific Instructions to Offerors, Volume I- Mission Suitability Volume Instructions, TMA-2 Management Approach, element “i”.)

Table L.24-3, Estimated Other Direct Costs

Category12

Month Base ($)

Option 1 ($)

Option 2 ($)

Option 3 ($)

Option 4 ($)

Option 5 (6 Month Option

to Extend Services) ($)

Materials $9.5M $9.5M $9.5M $9.5M $9.5M $4.75M

Travel $65K $65K $65K $65K $65K $32.5KL-43

Page 44: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

Training $25K $25K $25K $25K $25K $12.5K

(6) Section 3 – Basis of Estimates Summary

The offeror and all major subcontractors shall provide a pricing narrative Basis of Estimate (BOE) and Excel spreadsheet showing mathematical calculations for all proposed cost elements by the third level PWS/WBS (e.g., 2.1.1 and 3.1.1) that explains in detail all pricing and estimating techniques, discloses the basis of all projections including a detailed explanation of learning curve application, rates, ratios, percentages, and cost estimating relationships, and explains all judgmental elements of cost projections. The offeror shall include a matrix providing traceability to the Mission Suitability Volume and other pertinent parts of this Cost Volume. The information provided under this part will be used to assess the reasonableness and realism of the offeror’s estimate and to develop the Government’s probable cost.

(7) Section 4 – Copies of Subcontractor Analysis

The offeror and all major subcontractors shall perform and submit a copy of a cost and/or price analysis of the subcontractor’s cost proposal as required by FAR 15.404-3(b). The Cost Volume shall provide details and a discussion on all adjustments made to the major subcontractor’s Cost Volume, including any adjustments based on technical findings, rate adjustments, and fee adjustments. The Cost Volume shall provide a discussion on the use, or non-use, of any adjustments based on the offeror’s history with the subcontractor.

(8) Section 5 – Fringe Policy Questionnaire

The Personnel and Fringe Benefit Questionnaire (Attachment L-B, Form B1, Tab G) shall be completed by the offeror and all major subcontractors.

(9) Section 6 – Financial Capability

Financial capability is an important element of success for the offeror. Therefore, the offeror and major subcontractors shall submit one copy of the audited financial statements and accompanying notes for the last 3 most recently completed fiscal years (for small businesses, Small Business Administration submittals, as well as unaudited financial statements are acceptable). In addition, the offeror shall provide data which shows the amount of established and/or available credit, the financial institution extending the line, and the dollar amount (if any) presently in use. If a line of credit is available, the offeror shall provide a copy of the letter with the name of the institution and the amount of credit extended to the offeror’s company for this proposed effort. If the offeror is a Joint Venture, this information shall be provided for the Joint Venture. If the offeror is, or will be, a newly formed business entity, a financial statement relating thereto shall accompany the offer showing the contribution that each participant is required to make with regard to the entity’s capital and equity, amount

L-44

Page 45: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

pledged or paid in to date by each of the principals, and the working capital availability. In addition, the offeror shall discuss the funding requirements, and limitation of liabilities, if any, of all participants. The offeror shall provide a summary of financial ratios including quick ratio, current ratio, summary of working capital, and debt to equity ratio for the 3 most recently completed fiscal years.

(10) Section 7 – Proposed Offeror/Subcontractor Information Summary

The offeror shall submit a completed Proposed Offeror/Subcontractor Information Summary – Table L.24-4 for the offeror, and all major subcontractors (regardless of the tier) having a mission services contract/subcontract value of $5,000,000 or greater to provide information for use by NASA in the public contract award notification.

Table L.24-4, Proposal Offeror/Subcontractor Information SummaryThe Offeror is to fill-in the italic areas in column 2 with the required information

Offeror or Major Subcontractor Name

Identify name of the offeror or major subcontractor (This is the offeror proposer).

Title: The title of the effort the offeror has subcontracted or the program name subcontracted.

Description: A brief non-technical description of the work, including identification of the program, project, and period of performance.

Program: Office of the Chief Information Officer (OCIO)Project: MSFC Information Technology Services (MITS)

Period of Performance: The length from start date, mm/dd/yyyy to completion date of the contracted effort.

Type of Action: New Contract

Contract Type:Identify the contract type, Cost Plus Fixed Fee (CPFF), Cost Plus Award Fee (CPAF), Firm Fixed Price (FFP), Time & Material (T&M), Cost Plus Incentive Fee (CPIF), etc.

Company: The name of the Prime, Major Subcontractor (This is a subordinate company to the prime or major sub.)

Address: Full USPS street address to include suite or apartment numbers.

Performance Location: City and State of the principal work performance location(s).

USPS 9 digit zip code: Enter the 9 digit United States Postal Service (USPS) zip code XXXXX-XXXX. The 9 digit zip code is a mandatory requirement.

Estimated Cost: $ Amount rounded to the $1,000.

Subcontractors: (>$5M):List all subcontractors and their business size status for each subcontract worth $5,000,000 or more for the total contract performance.

(11) Section 8 – Excel Pricing Model (EPM) Cost Forms Instructions

(i) The goal of the EPM is to construct a comprehensive summary model of an offeror’s proposed cost volume in an automated format. It is not intended to

L-45

Page 46: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

replace an offeror’s own pricing model, structure, and format required to be submitted as supporting information. Detailed instructions relative to individual templates are provided below.

(ii) The Government intends to use an IBM-compatible personal computer with Microsoft Excel 2010 to aid in the evaluation of the cost proposal. In addition to the hardcopy requirements of the preceding section, the offeror and each major subcontractor is required to submit the EPM and any other electronic price data, including formulas, on CD media. The submission of the proposed data on CD is required to be compliant with the RFP. Two (2) electronic copies of the cost proposed data shall be submitted with the proposal. Each CD provided is to have an external label affixed indicating:(A)The name of the offeror or major subcontractor.(B) The RFP number.(C) An indication of the files/workbooks or range of files/workbooks.

(iii) All formulas used in the templates shall be clearly visible in the individual cells and verifiable. Whereas linking among the spreadsheets is necessary, 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.

(iv) The electronic file/workbook names included in a proposal shall begin with the appropriate contract acronym (i.e. MITS), hyphen, followed by the first three letters of the offeror’s company name. For example: Assume the company name is ABC Company and the cost templates required by this RFP have been completed; the file/workbook name would be MITS-ABC Attachment L-B.xls. The offeror shall use the template below (Table L.24-5) in naming individual worksheets/tabs within an Excel file/workbook. These templates are required for each offeror, and proposed subcontractor that meets the major subcontractor threshold.

Table L.24-5, Cost Template Form NumbersIndex Index of Tabs, Instructions and Links to each Tab

Excel File – MITS-ABC Attachment L-B.xlsTab A Summary of Total CostTab B-1 thru B-5 Summary by PWSTab C Compensation Form-Salaries and WagesTab D Productive FactorTab E Schedule of Overhead, G&A and Other Indirect RatesTab F Fringe Benefits/Payroll Additives Rate DevelopmentTab G Personnel and Fringe Benefit QuestionnaireTab H Total WYE by PWS and by Offeror/SubcontractorTab I Phase-In Form (PIF)

L-46

Page 47: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

Index Index of Tabs, Instructions and Links to each TabTab J Compensation Form Incumbency Assumptions

(v) The offeror and major subcontractors shall map proposed labor classifications to the standard labor classifications used in the Department of Labor (DOL) Service Contract Act (SCA) Directory of Occupations for non-professional positions, and the Office of Personnel Management (OPM) Government Employee Classification guides for professional level employees. Section L, Attachment L-C (Government Labor Category Descriptions (GLCDs)) contains descriptions of standard RFP labor categories for both exempt and non-exempt positions. The offeror shall identify, by individual position, their unique classifications of labor that are considered equivalent to the labor categories provided in Attachment L-C and in Attachment L-D, Form D2, Job Description/Qualification Form (JD/Q). Using appropriate proportions of each unique labor classification, the offeror shall develop the labor category rates. The purpose of this process is to expedite evaluation, not to limit or prescribe the labor classifications proposed.

(vi) The Department of Labor (DOL) SCA Directory of Occupations labor classifications are available on the DOL website located at the following Universal Resource Locator (URL):

http://www.wdol.gov/library.aspx

The OPM Government employee classifications are available on the following websites:

http://www.opm.gov/fedclass/GS2200A.pdf

http://www.opm.gov/fedclass/html/gsseries.asp

(vii) RFP Government Labor Category Descriptions (GLCDs), Attachment L-C, shall be used by the offeror for proposal development. The offeror shall develop its own cost estimates using their established estimating system, compensation system, accounting system, and other systems that may apply. The offeror shall include labor classifications with their corresponding labor rates sufficient to identify the entire spectrum of personnel associated with management, supervision, and/or other unique labor categories of the offeror. The offeror shall map the GLCDs to their proposed labor categories.

(viii) To facilitate uniformity in evaluation, the offeror is requested to classify and propose cost elements in consonance with the specified format and furnish addenda which explain and reconcile the differences between the way the company normally classifies its costs and costs classified in accordance with the RFP cost forms.

(ix) The offeror shall complete all cost forms as shown in the list below and provide detailed, supporting data to explain the basis and rationale for each proposed

L-47

Page 48: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

element of cost. The required cost forms are provided in Microsoft Excel, MITS Cost Forms and Instructions. The forms are designed to provide NASA with information necessary to evaluate all offeror’s proposals on a uniform and consistent basis. The composition of some forms may require an offeror to classify some proposed elements of cost in a manner that differs from the offeror’s normal, disclosed, and/or approved estimating and accounting practices. Instructions for completing the provided forms are as follows:

Attachment L-B Form B1 (Completed by the Prime and all Major Subcontractors)

(A)Tab A: Summary of Total Cost – This worksheet is designed to summarize the total cost (fee included) for the entire contract effort. This tab brings together the proposed hours and dollars for the PWS. Areas in yellow require manual input. Additionally, the offeror is required to input the applicable burden percentages to be applied to the Government provided Materials, Travel, and Training values. The rationale for the composition of burden rates and basis of application is required.

NOTE: In proposing the cost for the potential 6-month option to extend services, associated with FAR 52.217-8, Option to Extend Services, the total proposed cost for the contract (mission services CLIN and all mission enhancement services CLINs of Option Period 4, CLINs 37 - 45) is duplicated and multiplied by 50% to account for the additional potential 6-month extension.

(B) Tabs B-1 through B-5: Summary by PWS – This sheet serves as the instrument by which the offeror inputs WYE by PWS and labor category. Once the WYE has been input in a cell, the sheet automatically calculates hours and dollars from other sheets completed within this workbook. Each B Tab represents a contract year.

(C)Tab C: Compensation Form-Salaries and Wages – This form is required for the Government to perform an evaluation of the offeror’s Total Compensation Plan. The offeror shall submit a completed compensation form for exempt and non-exempt labor categories. This form is required of the offeror and all major subcontractors. The offeror maps the Government provided labor categories to their own labor categories. This form includes escalation rates for each year in accordance with the RFP. The offeror shall manually input data where the cells are highlighted in yellow.

(D)Tab D: Productive Factor - Discloses the offeror’s and major subcontractor’s productive labor hours by Calendar Year (CY). This estimate shall be provided based on the typical productive and nonproductive hours per work year based on the offeror’s personnel and accounting policies and practices. Nonproductive time is all paid absences, e.g., vacations, holidays, sick leave, and other authorized paid absences. The offeror shall

L-48

Page 49: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

indicate the productive hours for all major subcontractors included in the proposal.

Table L.24-6, Hours Available Per Contract YearContract Period Hours

Base Period 1 02/01/2015 – 01/31/2016 2,080Option 1 02/01/2016 – 01/31/2017 2,096Option 2 02/01/2017 – 01/31/2018 2,088Option 3 02/01/2018 – 01/31/2019 2,088Option 4 02/01/2019 – 01/31/2020 2,088

(E) Tab E: Schedule of Overhead, G&A, and Other Indirect Rates - This form is designed to detail each overhead pool (labor overhead, material handling, and/or subcontract handling), G&A, and any other applicable indirect rates. This template shall provide insight into the composition of the burden pool(s) for the proposed overhead rates. As supporting data, there are templates below the summary data that specify a breakout of specific cost accounts that are included in the individual cost pools. On the supporting data templates, provide cost history for the prior 2 years and for the term of the contract. The basis for projections of indirect rates shall also be provided with an explanation that demonstrates the impact that the award of this procurement will have on the expense pool and allocation base. The template also provides a formula to convert the offeror’s accounting fiscal year to contract year.

(F) Tab F: Fringe Benefits/Payroll Additives Rate Development - This form is designed to detail the fringe benefit cost (Group Health, Dental, Retirement, Sick Leave, etc.), and the payroll additives that are required by law. Section B of this form sums payroll additives by individual rate additive such as Federal Insurance Compensation Act (FICA) calculations, workman’s compensation application, unemployment tax, and any other additive the offeror considers applicable by location. Part A combines the payroll additive rate developed in Part B with the individual elements of fringe to obtain a fringe rate by year for each location. Part C designates fringe cost by labor category. This information is required to ensure that the offeror is meeting the minimum fringe per hour designed by the SCA. The offeror shall demonstrate that the estimates for fringe benefits shown in this form are incorporated into their proposed contract cost in accordance with their normal accounting and estimating practices for each contract year.

(G)Tab G: Personnel and Fringe Benefit Questionnaire - This form is required of the offeror and all major subcontractors. This form provides visibility by employee category, into personnel policies and fringe benefits, consistent with the offeror's Total Compensation Plan.

L-49

Page 50: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

(H)Tab H: Total WYE by PWS and by Offeror/Subcontractor - This form requires input by the offeror designating the intended mix of subcontractor to prime for each labor category by PWS.

(I) Tab I: Phase-In Form (PIF) – This form provides a complete cost estimate of all Phase-In costs, by the elements of cost specified on the PIF and in accordance with the offeror’s normal estimating procedures. Proposed Phase-In will be for a period NTE 60 calendar days which shall be performed prior to the contract period of performance as defined in Section F, Clause F.2, Period of Performance. The offeror shall provide additional detail supporting the development of the proposed Phase-In costs as deemed necessary. The RFP limits the Phase-In price of the separate purchase order to a total of no more than $150,000.

(J) Tab J: Compensation Form Incumbency Assumptions – This form is required of the offeror and all major subcontractors. This form provides visibility into any incumbency assumptions proposed by each offeror pertaining to incumbency labor rates, incumbency seniority rights, and the incumbency fringe benefits. The offeror shall select only one option in each category. All offerors and major subcontractors shall provide a brief narrative and any supporting documentation explaining the proposed rationale.

Attachment L-B Form B2 (Completed by the Prime and all Major Subcontractors)

All Tabs: Attachment L-B, Form B2 (All Tabs) is used to account for all labor, burdens, and fee necessary to support additional MSFC customers through the management and support of additional Computing Systems and End User Systems, reflected as increases to the services described in PWS sections 5.1, Computing Services, and 5.2, End User Services. (See clauses B.2, Supplies and/or Services to be Provided, B.3 Matrix of Contract Line Items (CLINS), and F.4, Options for Increased Mission Enhancement Services).

(12) Section 9 – Offeror Pricing Model (OPM)

The offeror shall submit its OPM based on their adequate accounting practices and the Cost Volume shall include cost element reconciliation to the EPM. As stated above if an offeror or major subcontractor does not have an adequate Government-approved accounting system, that entity may use the EPM as its OPM. In this case, the submission of the EPM only will satisfy the requirement for submission of both EPM and OPM. Any reference made to OPM is intended to include both the offeror and its major subcontractors. Further, should there be discrepancies between the OPM and the EPM data, the EPM takes precedence. Any discrepancies between the OPM and EPM shall be clearly explained.

(13) Section 10 - Fee

L-50

Page 51: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

The offeror shall provide a description of proposed fee structure. If a fee sharing pool arrangement is proposed, include a discussion of the arrangement and the distribution of fee earned. The contract will be a Cost Plus Potential Fixed Performance Fee type. Under this arrangement, evaluations of overall performance will be based on established fee evaluation criteria in Attachments J-4, Performance Requirements Summary, and J-5, Surveillance and Cost Plus Potential Fixed Performance Fee Plan. There is no base fee for this contract. Fee will not be paid for materials, travel, and training.

VOLUME III - PAST PERFORMANCE FACTOR PROPOSAL INSTRUCTIONS

This must be a separate volume. An offeror’s past performance record indicates the relevant quantitative and qualitative aspects of performing services or delivering products similar to the requirements of this acquisition. The information requested below is anticipated to be sufficient for purposes of the evaluation of past performance. However, the offeror may submit additional information at their discretion if they consider such information necessary to establish a record of relevant past performance (within the established page and reference contract limitations). (Refer to FAR 15.305(a)(2) and NFS 1815.304-70).

The full contents of this volume shall follow the organization of the sections which follow, and the content shall be described in those sections. The information requested in paragraphs (b) and (c) is not contract-specific and may be provided separately within the Past Performance Volume, within the page limit specified.

(a) The offeror shall provide, at a minimum, the following descriptions and information as part of its Past Performance Volume to facilitate the evaluation of company and past performance as a whole based on experience in meeting the requirements of Attachment J-1, Performance Work Statement (PWS). The combined total of the offeror’s and proposed subcontractors’ past prime/subcontract experience shall be limited to no more than eight reference contracts/subcontracts (of which at least two shall be for the prime) for which performance occurred within the last 5 years. Contracts identified that have been completed more than 5 years ago will be considered less relevant or not relevant.

If the offeror is an existing Joint Venture, then the offeror shall provide at least three of the eight reference contracts required above for the Joint Venture. If the Joint Venture is newly established for this effort and therefore cannot provide past performance contracts in the name of Joint Venture, then past performance from members of the Joint Venture will be considered. The SDVOSB Joint Venture managing partner shall provide at least two relevant past performance references. The offeror may also provide other past performance references considered to be relevant within the eight reference limit.

The offeror shall consider the following similarities to the MITS effort in making the assessment of relevance:

(1) Size (e.g., dollar value per year, total dollar value and number of WYEs)(2) Content(3) Complexity of the contract; and (4) to a lesser extent Contract type (e.g., CPAF, CPIF, FFP)

The offeror shall furnish the following information for all past performance references:L-51

Page 52: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

(1) General contract information-

(a) Customer’s name, address, email, and telephone number of both the lead contractual and technical personnel. Please verify the telephone numbers provided are current and correct.

(b) Contract number, type, and total original and present or final contract value.

(c) Date of contract, place(s) of performance, and delivery dates or period of performance.

(d) Method of acquisition: Competitive or Noncompetitive.(e) Nature of award: Initial or Follow-on.(f) Number of subcontractors.

(2) Description of contract work and comparability to the proposed effort. It is not sufficient to state that it is comparable in size, content, complexity, and type. Rationale shall be provided to demonstrate that the work is comparable with this procurement. In addition to this information, the offeror shall register this past performance in the matrix provided in Table L.24-7, Sample PWS Past Performance Matrix, in accordance with the instructions provided below.

(3) Description of any major technical problems and how they were overcome. List any major deviations or waivers to technical requirements that were granted by the customer.

(4) Description of risk factors and methods used to mitigate risks.

(5) Identification of contractual performance incentives and performance relative to the incentives.

(6) Description of how the latest technology was utilized throughout the life of the contract.

(7) Description of cost management history. Identify and explain any cost over-runs or under-runs. Discuss the accuracy, timeliness, and completeness of cost estimates, reports, and billings.

(8) Description of schedule performance with explanation of any failure(s) to meet schedule requirements.

(9) Average number of personnel on the contract per year and voluntary turnover history for exempt and non-exempt employees (or other major categorization used by the offeror).

(10) Description of management attention and commitment to safety and health, any safety related issues, and associated corrective actions.

(11) Description of any awards or recognition provided by the customer for performance of the effort.

(12) Identification of any Union Collective Bargaining Agreements (CBAs) associated with this contract or, if none, dates of any organization attempts if any, and identification of any issues/resolutions such as number of grievances,

L-52

Page 53: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

arbitration cases, National Labor Relations Board (NLRB) cases and outcomes, strikes, or pickets.

(b) In order to match past performance information with the relevant sections of the PWS, the offeror shall provide a summary of applicable past performance information in matrix form as described by the Table L.24-7, Sample PWS Past Performance Matrix, below. In the first column of this matrix, insert the Contract Identifier – either a contract number, customer name, or other unique identifier that clearly identifies the contract and matches it with the past performance information submitted pursuant to the above instructions. In the other columns of the matrix, indicate the relationship between this PWS and the referenced contract by indicating (1) the capacity in which the referenced contract was performed (i.e., “P” if performed as a prime contractor, “S1” if performed as a first-tier subcontractor, “S2” if performed as a second-tier subcontractor, etc.) and (2) the approximate percentage of the referenced contract value associated with the MITS PWS.

Table L.24-7, Sample PWS Past Performance MatrixContract Identifier MITS Performance Work Statement (PWS)

PWS Sec.XX

PWS Sec.XX

PWS Sec. XX

PWS Sec. XX

PWS Sec. XX

PWS Sec. XX

PWS Sec. XX

PWS Sec. XX

USAF/ F41608-98-D-0012

P(25%)

P(10%)

P(15%)

P(5%)

NASA/NAS5-00325 P(10%)

P(12%)

P(8%)

P(5%)

EPA/S-08536 S1(15%)

S1(10%)

S1(10%)

DOJ/M-12345 S2(5%)

S2(7%)

S2(6%)

S2(10%)

XYZ Corp. S1(5%)

S1(12%)

S1(4%)

S1(12%)

S1(8%)

(c) For the offeror and all proposed major subcontractors, provide for the past 5 years (1) a listing of all contracts terminated for default, and (2) a listing of all contracts whose scope was reduced because of performance or cost problems. Include the contract number and the name, address, and telephone number of the terminating or contracting officer.

(d) Past Performance References: A Past Performance Questionnaire is provided as Past Performance Interview/Questionnaire (Attachment L-D, Form D3) to this solicitation. The offeror (including major subcontractors when applicable) shall complete the offeror fill-in sections of the questionnaire and forward this questionnaire to their contracting and technical representatives for final completion. The offeror shall include a summary of all representative customers to whom it has provided Past Performance Interview/Questionnaire Forms and advise those customers of the past performance questionnaire due date and delivery location. This summary shall match the responses (limited to no more than eight identified in (a) of this provision). The offeror shall request the customer references to fully complete the questionnaire and return it to the point of contact referenced in the provision entitled Communications Regarding This Solicitation by the time that Volume III submittals are due. Ensuring that questionnaires are completed and provided to the proposal delivery address is

L-53

Page 54: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

the sole responsibility of the offeror. The offeror may permit its customers to transmit the Questionnaire responses via email, directly to the Contracting Officer. However, the Government cannot guarantee security of email submissions. Additional instructions for completing the Past Performance Questionnaires are contained on the form. In addition to offeror provided references, the Past Performance Information Retrieval System (PPIRS) and any references known or available to the Source Evaluation Board (SEB) will be checked as deemed necessary.

(End of Provision)

VOLUME IV - COMPLETED REPRESENTATIONS AND CERTIFICATIONS, MODEL CONTRACT AND SIGNED SF-33

(a) Standard Form – SF 33 Offeror fill-ins and Section K. A Standard Form 33 has been provided in this solicitation. The completed and signed SF33, all pages with the required fill-ins, and all of completed Section K must be submitted with Volume IV, Model Contract. Volume IV shall be submitted in its entirety, to include all pages provided in the solicitation for Sections B through J, including all Section J attachments. The balance of the solicitation (i.e., Sections L and M) need not be returned. The offeror shall also complete the following:

Table L.24-8, Offeror Fill-insSection/Attachment Clause/Attachment Fill-in Required (if Applicable)A- SF33 Sections 12-18B B.4 (a) and (b) Contract ValuesB B.7 Premiums for Scheduled OvertimeH H.8(c) Key Personnel and FacilitiesJ

Attachment J-1-AContractor Innovations, Approaches, Advance Agreements, and Corporate Capital Investments

J Attachment J-9 DD Form 254, Contract Security Classification and Specification

K Representations, Certifications, and Other Statements of Offeror

In the event the Government elects to award a contract from initial proposals without discussions, the signed SF33 and completed Volume IV, Model Contract, will form the executed contract.

(b) Additional information to be furnished as part of Volume IV-

(1) Major Subcontractor List

At the beginning of the Contract Volume IV, the offeror shall provide a summary listing (by name and address) of all joint venture partners, major subcontractors, and vendors that have been identified by name throughout the offeror's proposal, the contract value associated with each entity, and the percentage of total work assigned to each entity.

(2) Responsibility Information L-54

Page 55: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

Provide information addressing all of the elements under FAR 9.104 to demonstrate responsibility.

(3) Proposal Validity Period

It is requested that offerors indicate, in Block 12 of the SF 33, a proposal validity period of not less than 365 days. However, in accordance with FAR 52.215-1, Instructions to Offerors--Competitive Acquisitions, a different (longer) validity period may be proposed.

(4) Joint Venture Agreement

A signed copy of the Joint Venture agreement shall be provided as part of Volume IV, Model Contract. A Joint Venture template is provided for use as Attachment L-D, Form D4.

(5) A copy of the Veterans Administration Service-Disabled Veteran-Owned Small Business Center for Verification and Evaluation (CVE) certification (only if the SDVOSB offeror or SDVOSB Joint Venture managing member already possesses this certification)

OR

A copy of the DD Form 214 Certificate of Release or Discharge from Active Duty and the Veterans Administration Letter of Disability

(End of Provision)

L.25 REQUIRED FORMS

(a) The form checked below is attached to the end of this solicitation and shall be submitted prior to award of any contract resulting from this solicitation, upon request from the responsible contracting office.

___FAR 15.406-2 - Certificate of Current Cost or Pricing Data

(3) The forms checked below are required to be submitted in the performance of any contract awarded as a result of this solicitation. Forms are available in Part 53 of the FAR or NASA FAR Supplement. An information copy of a form may be obtained from the responsible contracting office. See FAR 52.253-1 and 53.105(b) for information on the use of computer generated forms. See FAR 53.107(b) for information on obtaining multiple copies of forms.

___ Individual Subcontracting Report (ISR) and/or the Summary Subcontract Report (SSR)

___ SF 298 - Report Documentation Page

_X_ SF 1034 - Public Voucher for Purchases and Services Other Than Personal

L-55

Page 56: prod.nais.nasa.gov  · Web viewSECTION L. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. Listing of . Provisions. Incorporated by Reference. L.2. Communications Regarding

NNM14494731RAmendment 005

_X_ SF 1408 – Preaward Survey of Prospective Contractor Accounting System

___ SF 1413 - Statement and Acknowledgment

___ SF 1414 - Consent of Surety

___ SF 3881 - ACH Vendor/Miscellaneous Payment Enrollment Form

_X_ NASA Form 533M - Monthly Contractor Financial Management Report

___ NASA Form 533Q - Quarterly Contractor Financial Management Report

_X_ NASA Form 778 - Contractor's Release

_X_ NASA Form 780 - Contractor's Assignment of Refunds, Rebates, Credits and Other Amounts

_X_ NASA Form 1018 - NASA Property in the Custody of Contractors

_X_ DD Form 214 - Certificate of Release or Discharge from Active Duty

_X_ DD Form 250 - Material Inspection and Receiving Report

_X_ DD Form 1419 - DOD Industrial Plant Equipment Requisition, if applicable.

_X_ MSFC Form 4554, Transfer and Shipping Document (MSFC replacement for DD Form 1149)

*ISR and SSR must be submitted using the Electronic Subcontracting Report System (eSRS) at http://www.esrs.gov. See FAR 19.704. SF 294 and SF 295 previously used for reporting are obsolete.

(End of Provision)

[END OF SECTION]

L-56