section l: instructions, conditions, and notices …  · web view(a) the offeror shall submit a...

46
NNJ13476977R Section L SECTION L: INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1 FAR 52.252-1, Solicitation Provisions Incorporated By Reference (Feb 1998) 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): http://www.acquisition.gov/far/ http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm (End of provision) NOTICE: The following contract provisions pertinent to this section are hereby incorporated by reference: I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSE NUMBER DATE TITLE 52.204-7 DEC 2012 Central Contractor Registration 52.211-14 APR 2008 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use 52.214-34 APR 1991 Submission of Offerors in the English language 52.214-35 APR 1991 Submission of Offerors in U.S. Currency 52.215-1 JAN 2004 Instructions to Offerors 52.215-22 OCT 2009 Limitations on Pass-Through Charges--Identification of Subcontract Effort 52.222-24 FEB 1999 Preaward On-site Equal L-1

Upload: dodang

Post on 15-Jun-2019

213 views

Category:

Documents


0 download

TRANSCRIPT

NNJ13476977R Section L

SECTION L: INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

L.1 FAR 52.252-1, Solicitation Provisions Incorporated By Reference (Feb 1998)

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):

http://www.acquisition.gov/far/http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

(End of provision)

NOTICE: The following contract provisions pertinent to this section are hereby incorporated by reference:

I.  FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

CLAUSE NUMBER DATE TITLE52.204-7 DEC 2012 Central Contractor Registration

52.211-14 APR 2008Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use

52.214-34 APR 1991 Submission of Offerors in the English language52.214-35 APR 1991 Submission of Offerors in U.S. Currency52.215-1 JAN 2004 Instructions to Offerors

52.215-22 OCT 2009 Limitations on Pass-Through Charges--Identification of Subcontract Effort

52.222-24 FEB 1999 Preaward On-site Equal Opportunity Compliance Evaluation

52.222-46 FEB 1993 Evaluation of Compensation for Professional Employees

52.237-1 APR 1984 Site Visit52.237-10 OCT 1997 Identification of Uncompensated Overtime

II. NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) CLAUSES

CLAUSE NUMBER DATE TITLE

1852.233-70 OCT 2002 Protests to NASA1852.245-82 JAN 2011 Occupancy Management Requirements

(End of provision)

L-1

NNJ13476977R Section L

L.2 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (OCT 2010) (ALT IV) (OCT 2010)

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

(b) Provide information described below:See Provision L.14.3.3, Volume III – Price Proposal

(End of provision)

L.3 52.216-1 Type of Contract (APR 1984)

The Government contemplates award of an Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price Contract as a result of this solicitation.

(End of provision)

L.4 52.233-2 Service of Protest (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 Johnson Space Center

Attn: Cynthia Maclean, Contracting Officer/Mail Code BR

2101 NASA Parkway

Houston, TX 77058-3696

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

(End of provision)

L.5 52.252-5 Authorized Deviations in Provisions (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 FAR Supplement Regulation (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.6 Preproposal Conference

(a) A Preproposal Conference will be held as indicated below:

Date: July 22, 2013

L-2

NNJ13476977R Section L

Time: TBD

(b) Participation is neither required nor a prerequisite for proposal/bid submission and will not be considered in the evaluation (c) A copy of the Preproposal Conference charts will be posted to the ATIC website at: http://procurement.jsc.nasa.gov/ATIC.

(End of provision)

L. 7 1852.223-73 Safety and Health Plan (NOV 2004)

(a) The Offeror shall submit a detailed safety and occupational health plan as part of its proposal (see NPR 8715.3, NASA Safety Manual, Appendices). The plan shall include a detailed discussion of the policies, procedures, and techniques that will be used to ensure the safety and occupational health of Contractor employees and to ensure the safety of all working conditions throughout the performance of the contract.

(b) When applicable, the plan shall address the policies, procedures, and techniques that will be used to ensure the safety and occupational health of the public, astronauts and pilots, the NASA workforce (including Contractor employees working on NASA contracts), and high-value equipment and property.

(c) The plan shall similarly address subcontractor employee safety and occupational health for those proposed subcontracts that contain one or more of the following conditions:

(1) The work will be conducted completely or partly on premises owned or controlled by the Government.

(2) The work includes construction, alteration, or repair of facilities in excess of the simplified acquisition threshold.

(3) The work, regardless of place of performance, involves hazards that could endanger the public, astronauts and pilots, the NASA workforce (including Contractor employees working on NASA contracts), or high value equipment or property, and the hazards are not adequately addressed by Occupational Safety and Health Administration (OSHA) or Department of Transportation (DOT) regulations (if applicable).

(4) When the assessed risk and consequences of a failure to properly manage and control the hazards warrants use of the clause.

(d) This plan, as approved by the Contracting Officer, will be included in any resulting contract.

(End of provision)

L.8 1852.231- 71 Determination of Compensation Reasonableness (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."

L-3

NNJ13476977R Section L

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

(b) 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 $500,000 and (2) the cumulative value of all their service subcontracts under the proposed prime contract in excess of 10 percent 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)

L.9 JSC 52.215-109 Proposal Marketing and Delivery (AUG 2012)

(a) Methods of Proposal Delivery

Proposals shall be delivered to the designated proposal receiving office by one of the following methods:

U.S. Postal Service Commercial Delivery ServiceDelivery by company employee or other individual agent

Regardless of the method of delivery chosen, the Offeror is responsible for delivery of the proposal to the designated receiving office no later than the date and time stated on the Standard Form.

(b) External Marking of Proposal Package(s)

All proposal packages must be closed, sealed, and marked in large letters “PROPOSAL – DELIVER UNOPENED”. Proposals packages must include the solicitation number, the contracting officer’s name, mail code/stop, and the Offeror’s name and address clearly marked on the outside of the package.

The Offeror shall include a notice on the cover of the proposal package as follows:“NOTICE: THIS PROPOSAL MUST BE DELIVERED TO THE SPECIFIED ADDRESS NO LATER THAN (OFFEROR—ENTER DATE AND TIME).”

(c) Delivery Address

Proposals must be delivered to:

NASA Johnson Space Center Attention: Cynthia Maclean

Central Receiving, Bldg 4202101 NASA ParkwayHouston, TX 77058-3696

JSC Central Receiving can only be accessed through JSC Gate 4, which is located off Space Center Boulevard. The Offeror is strongly encouraged to notify the Contracting Officer one day in advance of

L-4

NNJ13476977R Section L

the proposal submission. Proposals will be considered to be timely if the proposal package arrives in Building 420 by the due date and time.

(End of provision)

L. 10 Availability of Specifications (a) For the purpose of this RFP, the Technical Reference Library (TRL) contains the official versions of applicable and reference documentation. No other version of the documentation should be used.

(b) All technical documentation which is incorporated directly by reference in this solicitation may be obtained from the ATIC Technical Library which is available online at the following url:

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

(c) In order to obtain a User-ID and password to access the documents above, please e-mail the following information to the Contract Specialist at [email protected].

Request for access to the Technical Library Requestor’s Name Full Company Name Company Address Company Security Point of Contact Phone Number Foreign Company (Yes/No) CAGE Code

(d) All Copy-Righted technical documentation which is incorporated directly by reference in this solicitation cannot be placed on the ATIC TRL. If the Offeror desires to have these copy-righted documents to prepare their proposal they must be obtained, at the bidder's expense, from the organization that develops, establishes and/or publishes those documents.

(e) Upon request, the Contracting Officer will furnish to the Offeror NASA technical documents not incorporated by reference.

(End of provision)

L.11 Communication Regarding This Solicitation

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

Name: Cynthia Maclean, Contracting OfficerPhone: (281) 244-5903e-mail: [email protected]: Lyndon B. Johnson Space Center

Mail Code BR/Cynthia Maclean 2101 NASA Parkway Houston, TX 77058-3696

L-5

NNJ13476977R Section L

QUESTIONS REGARDING THIS SOLICITATION MUST BE PRESENTED IN WRITING and shall be submitted electronically to the above e-mail address by August 1, 2013 in order that answers may be obtained and disseminated in a timely manner, since it is not expected that a proposal submission date can be extended. Oral questions are not desirable due to the possibility of misunderstanding or misinterpretation. Questions shall not be directed to the technical activity personnel.

(End of provision)

L.12 Offeror Acceptance Period

Proposals submitted in response to this solicitation shall remain firm for at least 180 days after the date specified for receipt by the Government and shall contain a statement to this effect.

(End of provision)

L.13 Period Covered by Procurement

This solicitation covers a period of a 45-day Phase-In, and 5 years. For contracting purposes:

Anticipated Dates Duration Contractual Coverage02/15/14 – 03/31/14 45 Days Phase-In04/01/14 – 03/31/19 5 Years Base Period

(End of provision)

L.14 Instructions for Proposal Preparation

This section provides detailed instructions to Offerors to be used in the preparation of proposals. It is organized as follows:

Paragraph Paragraph Title

L. 14.1 Introduction

L. 14.2 Proposal Arrangement, Page Limitations, Copies, and Due Dates

L. 14.3 Performance Price Tradeoff Proposal Instructions

L.14.3.1 Technical Acceptability Factor

L.14.3.2 Past Performance Factor

L.14.3.3 Price Factor

L. 14.4 Eligibility Considerations

L. 14.5 Model Contract

L.14.1 Introduction

L-6

NNJ13476977R Section L

This acquisition is being conducted as a competitive Total Small Business set-aside. In providing these instructions, the Government’s intention is to solicit information that will permit a competitive evaluation of the Offeror’s proposal. The information solicited will demonstrate the Offeror’s competence and capability to successfully complete the requirements specified in the ATIC Statement of Work (SOW). Generally, the proposal shall:

(a) Demonstrate understanding of the overall and specific requirements of the proposed Contract; convey the company’s capabilities for transforming understanding into accomplishment; provide in detail, the plans and methods for so doing; and provide, as requested below, the cost/price associated with so doing.

(b) The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and substantiation of all information. The proposal should not simply rephrase or restate the Government’s requirements, but rather shall provide convincing rationale to address how the Offeror intends to meet these requirements.

(c) Elaborate brochures or documentation, detailed artwork, or other superfluous embellishments are unnecessary and are not desired, unless specifically requested in a scenario response.

(d) Offerors are requested to provide information responsive to the items set forth below. This information is considered essential for the Government to conduct a fair and uniform evaluation of proposals in accordance with the evaluation factors and sub-factors provided in Section M. The items listed are not, however, all-inclusive and you should include in your proposals any further discussion you believe to be necessary or useful in demonstrating your ability to perform the work under this Contract.

(e) For a more complete understanding of this part of Section L, refer to Section M. The instructions in this part of Section L are directly related to the evaluation factors set forth in Section M.

Table L-1 Cross Reference from Section L to Section M

Title Section ID

Title Section ID

Technical Acceptability Factor - Volume 1

L.14.3.1 Technical Acceptability Factor M.3.1

TA1A Management and Staffing Plan L.14.3.1 A Management and Staffing Plan M.3.1 A

TA1B Contract Phase-In Plan L.14.3.1 B Contract Phase-In Plan M.3.1 B

TA1C Technical Implementation Approach

L.14.3.1 C Technical Implementation Approach

M.3.1 C

TA1D Total Compensation Plan L.14.3.1 D Total Compensation Plan M.3.1 D

TA1E Safety and Health Plan L.14.3.1 E Safety and Health Plan M.3.1 E

Past Performance Factor -Volume II L.14.3.2 Past Performance Factor M.3.2

Price Factor -Volume III L.14.3.3 Cost and Price Factor M.3.3

L-7

NNJ13476977R Section L

Title Section ID

Title Section ID

Eligibility Considerations - Volume IV L.14.4 Eligibility Considerations M.3.4

Model Contract - Volume V L.14.5 Model Contract M.3.5

L.14.2 Proposal Arrangement, Page Limitations, Copies, and Due Date

The entire proposal is due by 08/14/13 at 1:30 p.m. Central Time. The delivery location is specified in L.9, Proposal Marking and Delivery. Late proposals will not be accepted in accordance with FAR 52.215-1, “Instructions to Offerors – Competitive Acquisition”.

(a) Proposal Arrangement: Offerors shall arrange their proposals as set forth below in Table L-2.

Table L-2: Overview of Proposal Volumes, Page Limitations, Proposal Copies, and Due Dates

Date and

Time Due

Delivery Location

Volume No.

Title Page Limits Electronic Format

Copies

08/14/131:30 PM

CST

JSC (See L.9)

I Technical Acceptability 55 Pages

6 Hard copy, 4

CD-ROM

Management and Staffing Plan (DRD 01)

Included in Limit MS Word

Phase-In Plan (DRD 02) Included in Limit MS Word

Technical Approach Included in Limit MS Word

Total Compensation Plan (DRD 07)

Not Included in Limit MS Word

Safety and Health Plan (DRD 09)

Not Included in Limit MS Word

08/14/131:30 PM

CST

JSC (See L.9)

II Past Performance 30 Pages

6 Hard copy, 4

CD-ROM

L-8

NNJ13476977R Section L

Date and

Time Due

Delivery Location

Volume No.

Title Page Limits Electronic Format

Copies

Key Personnel ResumeMax 2 Pages per key person, Included in

LimitMS Word

Past Performance Information Included in Limit MS Word

OSHA Forms 300 and 300A Not Included in Limit

08/14/131:30 PM

CST

JSC (See L.9)

III Price Proposal

6 Hard copy, 4

CD-ROM

Templates Not Limited MS Excel

Price Narrative Not Limited MS Word

08/14/131:30 PM

CST

JSC (See L.9)

IV Other Proposal Requirements

6 Hard copy, 4

CD-ROM

Subcontracting Arrangement Information

Not Limited MS Word

Organizational Conflict of Interest Avoidance Plan (DRD 03)

Not Limited MS Word

08/14/131:30 PM

CST

JSC (See L.9) V Model Contract

4 Hard copy, 2 Originals, 2 CD-ROM

Sections A-J, with all fill-ins completed and signed SF 33, and Section K, Representations and Certifications, with all fill-ins completed

Not Limited MS Word

L-9

NNJ13476977R Section L

(c) The proposal text shall be printed on non-glossy white 8 ½ x 11-inch paper with at least one-inch margins on all sides. The metric standard format most closely approximating the described standard 8 ½ x 11-inch size may also be used. Except for Volume III Price Proposal, all volumes shall be prepared and submitted using a non-compressed Arial font with single-spaced 12 point text printed on both sides of the sheet. A single column format per page is acceptable. Multiple column formats per page are not acceptable. Each side of the sheet, tab, or divider containing proposal material will be counted as a page. All pages shall be numbered sequentially within each volume. Offerors shall clearly mark and identify each of the pages subject to the page limitations.

Title pages, table of contents, cross-reference matrices, glossaries, acronym lists, page tabs, and section dividers that do not contain information that can be construed as proposal information will not be counted as part of the page limitations.

Tables, charts, graphs, plans, figures, diagrams and schematics shall be used wherever practicable to depict organizations, systems, layout, and implementation schedules. These displays shall contain font sizes no smaller than non-compressed 12 point, be uncomplicated, legible, and appropriate for the subject matter.

Foldout pages may only be used for large tables, charts, graphs, plans, figures, diagrams and schematics, not for pages of text. Foldouts shall be counted as two pages against the page limitations, shall be printed on one side only, shall not exceed 11 x 17-inches with at least one-inch margins on all sides, and shall fold entirely within the volume.

Volumes shall be separately bound in 3-ring binders that permit the volume to lie flat when open. Staples shall not be used. A cover sheet shall be included on each binder, clearly marked with date of offer, volume number, title, copy number, solicitation number and the Offeror’s name. The same identifying data should be placed on the spine of each binder. Information should not be incorporated by reference. A suitable table of contents shall be provided with each volume for ready reference to sections, tables, and figures. Pages shall be formatted in a standard page style, without the use of columns. All pages in each volume shall be numbered sequentially with Arabic numerals for contents subject to page limitations or with lower case Roman numerals for contents not subject to page limitations (e.g., title pages, tables of contents, and acronym lists). Offerors shall tab each subsection within each volume for ease of reference. Tabs and dividers are not included in the page count limitations. Mark one complete proposal “Original” for retention by the Contracting Officer.

(d) If final revisions are requested, separate page limitations will be specified in the Government's request for that submission.

(e) Pages submitted in excess of the limitations specified in this provision will not be evaluated by the Government and will be returned to the Offeror. For example, Volume I has a page limit of 55 pages with Arial 12 point font and one-inch margins. The following are examples of non-conformances: (1) If an Offeror submits this Volume I with 60 pages, the final 5 pages will be returned and will not be evaluated; (2) If an Offeror submits this Volume I with 60 pages, two of which contain tables with 10 point font, the final 3 pages of Volume I and the two pages of tables with 10 point font [if those two pages of tables in 10 point font were not removed as a result of excess pages] will be returned to the Offeror and will not be evaluated; (3) If an Offeror submits pages for this Volume I with less than one-

L-10

NNJ13476977R Section L

inch margins, those pages with the smaller margins will be returned to the Offeror and will not be evaluated; and (4) If an Offeror submits pages for this Volume I using a different font type than Arial with single-spaced 12 point text, then those pages containing the different font type will be returned to the Offeror and will not be evaluated. Pages containing non-conforming information will not be adjusted by the Government to conform to the RFP requirements, will not be evaluated by the Government, and will be returned to the Offeror in their entirety.

(f) Each Offeror is required to submit its proposal in two formats, one conventional hard copy bound format in the quantities specified above, and one in an electronic format in the quantities specified above. The electronic submission must be compatible with the software and hardware specification described below. Electronic media must be labeled or tagged with the RFP Number, Company Name, Date Prepared, an indication of the files or range of files contained on the disks marked and in accordance with FAR 52.215-1(e), Restriction on Disclosure and Use of Data, and FAR 3.104-5, Disclosure, Protection, and Marking of Contractor Bid or Proposal Information and Source Selection Information.

(g) Electronic copies of the proposal shall be prepared and submitted in Microsoft Office® 2003 or 2007 applications (Word and Excel). Further, the Microsoft Excel spreadsheets shall be submitted in Microsoft Excel format, and not in a scanned Microsoft Word or Adobe PDF file. To the extent of any inconsistency between data provided electronically and proposal hard copies, the hard copy data will be considered to be the intended data. For electronic submissions, each volume of the proposal should be submitted as a separate electronic file. If a volume extends to multiple disks, the Offeror shall clearly indicate the sequence number. The Offeror shall not embed sound or video files into the proposal files. Minimize the use of scanned images and keep embedded graphics as simple as possible.

(h) A cover sheet should be contained as the first page of each book, clearly marked with volume number, title, solicitation identification, and the Offeror’s name. Be sure to apply all appropriate markings, including those prescribed in accordance with FAR 52.215-1(e), Restriction on Disclosure and Use of Data, and FAR 3.104-5, Disclosure, Protection, and Marking of Contractor Bid or Proposal Information and Source Selection Information.

(i) Provide a Cross Reference List that tracks the page and paragraph numbers of the Offer’s proposal to the page and paragraph numbers in the Government’s instructions. A Cross Reference List shall be submitted in each Volume for that particular volume.

(End of provision)

L.14.3 Performance Price Tradeoff (PPT) Proposal Instructions.

This procurement will be conducted using a combination of technically acceptable baseline requirements (Technically Acceptable/Technically Unacceptable), past performance, and price. The Government seeks to select an Offeror whose proposal represents the best value after evaluation (See provision M.3, Performance Price Tradeoff (PPT) Evaluation for evaluation procedures). The baseline requirements are considered as basic Government needs in determining technical acceptability. Technical acceptability, past performance, and price are discussed in detail below.

L-11

NNJ13476977R Section L

L.14.3.1 Technical Acceptability Sub-Factor - Volume I

The proposal must demonstrate that the offered services meet the requirements. The Offeror shall describe or provide the following in Volume I:

A. Management and Staffing Plan

The Offeror shall provide a Management and Staffing Plan that adequately addresses all aspects of ATIC-DRD-01 located in Section J.

B. Phase-In Plan

The Offeror shall provide a Phase-In Plan that adequately addresses all aspects of ATIC-DRD-02 located in Section J.

C. Technical Implementation Approach

The Offerors are required to demonstrate their understanding of the requirements and the specific labor resources needed to successfully perform the requirements of this Contract of the Representative Task Orders in Attachment L-04. Since the paragraphs and Tables described in these instructions are also intended to facilitate the technical evaluation of the Offeror’s Price proposal, Offerors should carefully follow these instructions.

The Offeror’s response to this section should be consistent with the proposed Management Approach. Likewise, the Full Time Equivalent (FTEs) listed on the Technical Resources Summary Templates (TRSTs) must agree with the resources in the Volume III, Price. FTEs are defined as the proposed productive hours needed to comprise one average full time employee. This may be one employee or several part time employees. Productive Hours are defined as the total available hours for productive work in a year, excluding overtime, less paid time off.

The Offeror shall provide detailed responses to the Representative Fixed Price IDIQ Task Orders listed in Table L-3. The Representative FFP IDIQ Task Orders give Offerors an opportunity to demonstrate their understanding of the requirements. The Government may award these Task Orders at contract start.

Table L-3: Specific Technical Understanding and Resources

Requirements, Fixed Price IDIQ Task Orders

Task Orders SOW Title

Reference

Attachment

TO 1 2.0, 3.0, 4.0, 5.0, 6.0, 7.0, 8.0, 9.0,

Operations Technology Facility (OTF) Support

L-04-TO1

L-12

NNJ13476977R Section L

11.0

TO 22.0, 3.0, 8.0, 9.0,

10.0, 11.0 MOD Project Support (MPS) L-04-TO2

TO 3

2.0, 3.0, 4.0, 5.0, 6.0, 7.0, 8.0, 9.0.

11.0

Athena L-04-TO3

The Offeror shall provide for each Task Order: (a) the specific technical understanding of the requirements; (b) the basis of estimate proposed; and (c) provide an estimate in the form of a technical resources summary template TRST. This information shall be provided in accordance with paragraphs (a), (b), and (c) below.

a) Technical Understanding of RequirementsDetail the technical approaches for providing products and services defined in the Fixed Price IDIQ Task Orders in Table L-3 and provide all assumptions and rationale used. Provide sufficient discussion to fully demonstrate understanding of the technical requirements for all Task Orders. Discuss all needed functions including enabling and facility support requirements, and cite the appropriate reference to the SOW of the contract to demonstrate the Offeror’s approach and rationale in executing the Task Order requirements.

For the task orders describe the processes used to accurately identify, monitor, and control technical risks associated with each specific Task Order. Identify those specific technical risks that the Offeror believes should be addressed relative to performance of work under all applicable sections of the SOW for that Task Order and discuss plans to mitigate or accept each risk.

b) Basis of Estimate (BOE)Explain the BOE by providing supporting rationale for all labor resources (FTEs and skill mix) proposed. Include a discussion regarding how the proposed FTEs were estimated. Also, include a discussion associated with any assumptions made regarding the requirements that led to the proposed resources such as: "we assume that a verification plan for the deliverables already exists and all we are responsible for is the maintenance of the plan." Include sufficient narrative discussion to convince the Government that the proposed resources are realistic for the proposed technical and management approach.

Offerors are required to identify and include all non-labor costs for the Fixed Price IDIQ Task Order. A narrative BOE shall be provided that depicts the Offeror’s demonstrated understanding of the required non-labor resources required to satisfy the Task Orders.

c) Resources

L-13

NNJ13476977R Section L

The resources shall agree with the narrative discussion in paragraphs (a), and (b) above. The resource details shall be contained in the Technical Resources Summary Template (TRST) described below and will reconcile with the price proposal as indicated in the price proposal instructions for the pricing model.

The Offeror shall complete the TRST, within Attachment L-03, (Price and Other Cost Workbook template) and submit a printed copy of the TRST as an appendix and attach to the end of Volume I. This appendix shall not be included in the page count limitation of Volume I. The TRST shall agree with the BOEs. The TRST shall reconcile to the price volume. The rollup summary table shall reconcile with the details and shall reconcile with the price proposal as indicated in the price proposal instructions for the pricing model. Note that the TRST templates are also submitted as part of Volume III, Price.

The TRST shall not include narrative Technical Understanding of Requirements or BOE or Efficiencies data; and that if the Government determines this data is included in the TRST, the data will not be evaluated and the applicable TRST will be returned to the Offeror.”

Offerors shall assume 25 office seats (See G.7(c) INSTALLATION-ACCOUNTABLE GOVERNMENT PROPERTY), distributed among the JSC facilities, are available for the ATIC contractor.

Standard Labor Categories (SLC’s)

The Offeror will develop their price estimates using their estimating system. The Offeror will map their labor categories to the SLC’s using the guidelines provided below. SLC’s are intended to broadly group proposed labor into a manageable number of categories. These guidelines do not address all the possible specific skills, or requirements that any one occupation or profession may require. It is the Offeror’s responsibility to acquire an understanding of the work required to successfully meet the ATIC requirements. Accordingly Offeror must propose the resources required to successfully meet these requirements. Offerors are allowed to include additional labor categories that do not easily map into the SLC’s below. However, the Offeror must provide job descriptions similar to the descriptions below.

ATIC SLCProgram Manager: Serves as the Contractor's primary contract manager, and shall be the contractor's authorized interface with the Government Contracting Officer (CO), the Contracting Officer's Representative (COR), Government management personnel and customer agency representatives. Responsible for the overall Contract performance including subcontractors, which includes formulating and enforcing work standards, supervising contractor personnel and communicating policies, purposes and goals of the organization to subordinates. Relies on experience and judgment to accomplish goals. Typically reports to company CEO or senior executive.Education / Experience: A Bachelor's degree and at least 10 years of experience related to engineering or information system development. At least 5 years of experience in managing contracts. Project Management Professional Certification is preferred.Configuration Management Specialist I: Responsible for appraisal and coordination of the creation, storage of, and retrieval of configuration management records and documents. Familiar with standard concepts, practices and procedures within the business process and information management. Relies on instructions and pre-established guidelines to perform the functions of the job in a highly skilled and timely manner with minimal to no supervision. Maintains various logs and relays general information regarding status of configuration management products. Interfaces with customers to accept incoming work and distribute completed work.Education / Experience: A high school diploma or equivalent and at least 3 years of experience in the field or a related area OR requires an Associate's degree and at least 3 years of related experience.Configuration Management Specialist II: Conducts organizational studies, prepares processes; identifies continuous improvement techniques and applies to processes. Collects data and feedback and analyzes information to promote more

L-14

NNJ13476977R Section L

effective processes. Identifies better business practices and promotes innovative solutions to problems.Education / Experience: A high school diploma or equivalent and at least 7 years of experience in the field or a related area OR requires an Associate's degree and at least 5 years of related experience OR requires a bachelor's degree and at least 3 years of related experience.Configuration Management Specialist III: Conducts organizational studies, prepares processes; identifies continuous improvement techniques and applies to processes. Collects data and feedback and analyzes information to promote more effective processes. Identifies better business practices and promotes innovative solutions to problems.Education / Experience: Bachelor's degree and at least 15 years of experience.Configuration Management IV: Conducts organizational studies, prepares processes; identifies continuous improvement techniques and applies to processes. Collects data and feedback and analyzes information to promote more effective processes. Identifies better business practices and promotes innovative solutions to problems.Education / Experience: Bachelor's degree and at least 20 years of experience.Resource Analyst I: Assist in the analysis of past and present financial data of organization and helps estimates future revenues and expenditures, applies principles of finance. Documents financial analysis projects. Aids organization with financial functions, such as assessing, auditing, planning, budgeting, taxes, consolidation, cost control, and project control. Assist in the analysis of records of present and past operations, trends and costs, estimated and realized revenues, administrative commitments, and obligations, incurred to project future revenues and expenses. Assists in preparation of special studies, analyses, and recommendation in areas such as budgets, forecasts, financial plans, Government requirements, statistical reports, and business forecasts. May assist in financial analysis of legislative projects to develop capital improvement budget.Education / Experience: Bachelor's degree preferred but not required. Must have at least 1 year of experience.Resource Analyst II: Analyzes past and present financial data of organization and estimates future revenues and expenditures, applying principles of finance. Runs and documents financial analysis projects. Aids organization with financial functions, such as assessing, auditing, planning, budgeting, taxes, consolidation, cost control, and project control. Analyzes records of present and past operations, trends and costs, estimated and realized revenues, administrative commitments, and obligations, incurred to project future revenues and expenses. Assists in preparation of special studies, analyses, and recommendation in areas such as budgets, forecasts, financial plans, Government requirements, statistical reports, and business forecasts. May assist in financial analysis of legislative projects to develop capital improvement budget.Education / Experience: Bachelor's degree and at least 10 years of experience.Graphic Specialist I: Designs and creates graphics to meet specific program or project needs. Ability to design websites using HTML, Photoshop, and Flash.Education / Experience: Bachelor's degree in Graphic Design or related area and at least 1 year of experience. Experience with print design or computer animation is desirable.Graphic Specialist II: Designs and creates graphics to meet specific program or project needs. Ability to design websites using HTML, Photoshop, Flash. Builds 3D models and animation using Maya. Strong verbal and written communication.Education / Experience: Bachelor's degree in Graphic Design or related area and at least 5 years of experienceGraphic Specialist III: Possesses in-depth knowledge of current graphic design software to produce graphic art and visual materials for promotions, films, packaging, and informative material through a variety of media outlets. Generates and manipulates graphic images, animations, text and video into consolidated and seamless multimedia programs. Must retain abreast of technological advances in the field and be able to identify areas of use in the organization. Must be familiar with standard concepts, practices, and procedures within a particular field, and perform a variety of tasks. Leads a team to complete projects. A great deal of creativity and latitude is expected.Education / Experience: Bachelor's degree in Graphic Design or related area and at least 15 years of experience.Systems Administrator I: Performs professional work in systems administration and computer network configuration. Possesses basic knowledge in desktop and mobile computers.Education / Experience: Associate's degree in computer administration and at least 1 year of experienceSystems Administrator II: Performs professional work in systems administration and computer network configuration. Possesses in-depth knowledge in desktop and server software applications. Requires strong problem solving skill.Education / Experience: Bachelor's degree in engineering or computer science or related field and at least 3 years of experience.Systems Administrator III: Possesses in-depth knowledge of current system administrative tools to manage complex computer systems. Lead a team of system administrators to support information technology infrastructure and software projects. Requires strong problem solving, leadership and project management skill.Education / Experience: Bachelor's degree in engineering or computer science or related field and at least 10 years of

L-15

NNJ13476977R Section L

experience.Software Engineer I:Converts project specifications and statements of problems and procedures to detailed logical flow charts for coding into computer language. Develops and writes computer programs to store, locate and retrieve specific documents. Possesses the ability to verify the quality of software products, test computer software. Applies appropriate standards, processes, and tools to software development.Education / Experience: Entry level experience with Bachelor’s degree in computer science or related field.Software Engineer II: Converts project specifications and statements of problems and procedures to detailed logical flow charts for coding into computer language. Develops and writes computer programs to store, locate and retrieve specific documents. Possesses the ability to verify the quality of software products, test computer software, and experienced in applying appropriate standards, processes, and tools to software development.Education / Experience: Bachelor’s degree in computer science or related field and at least 5 years of experience.Software Engineer III: Designs, develops and tests computer software using a disciplined approach. Uses appropriate standards, process and tools throughout the entire software development cycle. Verifies the quality of software products. Perform system studies. Documents requirements, design, test scripts and reports for software. Leads a team of software engineers to solve information system problems.Education / Experience: Bachelor’s degree in computer science or related field and at least 10 years of experience.Software Engineer IV:Designs, develops and tests computer software using a disciplined approach. Uses appropriate standards, process and tools throughout the entire software development cycle. Verifies the quality of software products. Documents requirements, design, test scripts and reports for software. Knowledgeable in a specific domain of an industry. Performs system studies and analyzes system performance. Lead a team of software engineers to solve information system problems.Education / Experience: Bachelor’s degree in computer science or related field and at least 15 years of experience.Software Engineer V:Acts in leadership capacity in software development. Develops technical solutions to solve complex problems with innovation. Applies the best practices in software engineering. Expert in database, software tools and software technology. Leads a team of software engineers. Capable of working multiple software projects if required. Contacts customers, subcontractors and software vendors to exchange technical data and to discuss project status. Serves as a center of competence in information technology in the organization. Expects to work on multiple concurrent projects. Mentors engineers in a team.Education / Experience: Bachelor’s degree in computer science or related field and at least 20 years of experience.Computer Engineer I:Performs computer engineering and software development. Tests and documents the design. Participates in peer reviews. Follows a defined computer engineering development process.Education / Experience: Bachelor’s degree in computer engineering or related field and entry level experience.Computer Engineer II:Performs computer engineering and software development. Analyzes business processes, functions, and procedures to develop the best software. Establishes systems specifications and objectives. Participates in systems development and design, including software programming and user interface design. Formulates test plans and coordinates and performs software testing. Has application knowledge of commonly used concepts, practices and procedures within the information technology fields. Analyzes engineering problems and develops solutions. Makes recommendation after performing system analysis.Education / Experience: Bachelor’s in computer engineering or related field and at least 3 years of professional experience.Computer Engineer III:Performs computer engineering and software development. Leads engineers in the activities of solving computer problems and enabling computer technology to meet the needs of the organization. Assigns, coordinates, and reviews work of engineering personnel. Responsible for applying concepts or modernization, innovation, consolidation, and cost reduction to assigned tasks. A certain degree of creativity and latitude is expected.Education / Experience: Bachelor’s in computer engineering or related field and at least 6 years of professional

L-16

NNJ13476977R Section L

experience.Computer Engineer IV: Performs computer engineering and software development. Applies full understanding of computer engineering discipline and industry best practices plus innovation to effectively design, implement, and support software products. Gives technical guidance to other engineers in the team. Analyzes engineering problems and develops innovative solutions. Leads engineers in performing system trade studies to maximize investments in equipment, personnel, and business processes.Education / Experience: Bachelor’s in computer engineering or related field and at least 9 years of professional experience.Principal Engineer I: Collects customer requirements. Designs, builds and test the engineering project. Performs problem solving. Implements solution using advanced software technology.Education / Experience: An advanced degree in engineering or related field and entry level experience.Principal Engineer II: Solves complex technical problems. Performs professional work in advanced software development. Proficient in solving problems using software solutions.Education / Experience: An advanced degree in engineering or related field and at least 3 years of experience.Principal Engineer III: Solves complex technical problems. Demonstrates capabilities to seek and resolve technology challenges across different engineering discipline. Evaluates new technologies and makes recommendation to senior management. Performs professional work in advanced software development.Education / Experience: Advanced degree in engineering or related field and at least 6 years of experience.Web Designer I: Designs user friendly and appealing websites. Proficient in web designer tools. Works with clients to understand and meet the objectives and goals of the website. Test the website. Participate in peer review of the website design and development.Education / Experience: Bachelor’s in web design or related field and at least 2 years of experience.

Government Resource Estimate (GRE)

A GRE has been developed and is included below in the IDIQ Tables (L-4 and L-5). Also, a non-labor resources GRE has been developed and is included below in Table L-6. The GRE is shown in Table L-5 and depicts the overall direct labor staffing for the entire SOW. The GRE is based on historical usage factors which may not be representative of 100% of usage for future work. It also depicts portions of the Government’s estimated requirements for work required by the Representative Task orders. For example, if a task order does not require training, materials, or travel, do not utilize the GRE to price that task order. The GRE is provided for Offerors to scope and develop their management and technical approach and rationale and for development of indirect rates.

The IDIQ GRE provided is not intended to influence the Offeror’s proposal estimates; however, it is provided to assist Offerors in determining the general overall scope to support development of indirect rates and for development of their management and technical approaches, and to assist in the calculation of percentages for small business utilization. Offerors shall develop their own estimates that support their unique proposal management and technical approaches and shall provide supporting rationale in narrative form.

Because of the uncertainties involved with IDIQ work, Offerors are cautioned that this estimate is not a guarantee of future work. Offerors are directed to Clause B.3, Minimum and Maximum IDIQ Contract Value, regarding the guaranteed minimum order for IDIQ.

The table below depicts the cumulative GRE for the three task orders.

L-17

NNJ13476977R Section L

Table L-4: IDIQ TOs GRE (rolled up)

Task Orders SOW TitleFull Time

Equivalents

TO 1

2.0, 3.0, 4.0, 5.0, 6.0, 7.0, 8.0, 9.0,

11.0

Operations Technology Facility (OTF) Support 6.6

TO 22.0, 3.0, 8.0, 9.0,

10.0, 11.0 MOD Project Support (MPS) 12.1

TO 3

2.0, 3.0, 4.0, 5.0, 6.0, 7.0, 8.0, 9.0.

11.0

Athena 4.2

Grand Total 22.9

Table L-5: Cumulative IDIQ GRE FTE by Skill Mix

(Historical SLCs with Current GRE for Contract Year 1)

NASA (JSC) RFP Labor CategoryProgram Manager .1Configuration Management Specialist I 1.0Configuration Management Specialist IIConfiguration Management Specialist IIIConfiguration Management IV 1.0Resource Analyst IResource Analyst II 1.0Graphic Specialist I 2.0Graphic Specialist IIGraphic Specialist III 2.0Systems Administrator I 1.0Systems Administrator II 1.0Systems Administrator III 2.0Software Engineer I .4Software Engineer II 1.0Software Engineer IIISoftware Engineer IV 7.5

L-18

NNJ13476977R Section L

Software Engineer V 3.5Computer Engineer IComputer Engineer IIComputer Engineer IIIComputer Engineer IV 1.0Principal Engineer IPrincipal Engineer IIPrincipal Engineer III .05Web Designer I .05

Total FTEs 24.6

Table L-6: Non-Labor Resources GRE CY 1 ($K)

Task Orders Travel Materials/Equipment Training

TO 1 $3K $152K $0K

TO 2 $5K $0K $6K

TO 3 $10K $97K $2K

Grand Total $18K $249K $8K

Travel includes operational travel (e.g., travelling to remote locations to acquire video or for mission support) and travel in support of Government-required training.

Material/Equipment estimates include IT and multimedia equipment, multimedia supplies, shipping materials, exhibit materials and hardware, etc.

Training includes training deemed by the Government to support operational requirements on NASA-unique systems (e.g., maintain certifications of personnel). It does not include training to bring contractor personnel up to the level of competence required at contract start (e.g., knowledge of and proficiency with standard COTS products).

It is important that Offerors understand the GRE for non-labor resources (NLRs) does not include application of any indirect expenses such as material handling or general and administrative expenses, nor does it include profit.

The GRE for NLRs is intended to assist you in determining the magnitude of the NLR requirement. This is not to be considered a Government “plug number.” Use of the GRE for non-labor resources above is elective. Offerors are free to incorporate the GRE into their Price Volume or to propose non-labor resource costs as deemed appropriate to accomplish the Task Orders. No offsite costs are included in the GRE.

L-19

NNJ13476977R Section L

The Government is not providing a GRE for off-site facilities or off-site workstations. As a result, Offerors are required to provide the adequate supporting documentation in support of these cost estimates. Additionally, if the Offeror elects NOT to utilize the GRE amounts provided for materials/equipment, vehicles and travel, the following documentation is also required for these estimates:

Documentation Necessary for Non-Labor Resources Other Than GRE Amounts

Offerors shall provide adequate supporting rationale for the quantity of non-labor resources proposed (e.g., square foot requirements for facilities). Explain all the non-labor resources identified that will be indirectly charged to the contract through an indirect rate based on your disclosed accounting practices and contract requirements.

The Offeror shall propose price elements in a manner that is consistent with its disclosed established estimating and accounting practices. For example, certain non-labor resources (for example facilities) are frequently treated as an indirect expense and included in overhead or G&A. In situations like this, Offerors shall provide a complete description and rationale for all non-labor resources along with a statement communicating how these prices are accounted for in accordance with the Offeror’s estimating and accounting practices.

D. Total Compensation Plan

The Offeror shall provide a Total Compensation Plan that adequately addresses all aspects of DRD -ATIC- 07 located in Section J and complete the total compensation templates (See Attachment L-03) consistent with FAR 52.222-46, Evaluation of Compensation for Professional Employees, and NFS 1852.231-71, Determination of Compensation Reasonableness. Specific instructions to complete the total compensation templates can be found in 14.3.3 Price Factor - Volume III.

E. Safety and Health Plan

The Offeror shall provide a Safety and Health Plan that adequately addresses all aspects of DRD-ATIC- 09 located in Section J.

L.14.3.2 Past Performance Factor- Volume II

(1) Provide information from organizations and companies from which your company has previously performed work, in order for the Government to obtain appraisals of past performance. Offerors, including joint ventures, major subcontractors (subcontracts estimated annual value greater than $500,000) and the proposed program manager shall each provide information on up to 3 past contracts (subject to the page limitation constraints). References with Government contracts are preferred, but not required.

(2) Offerors shall consider the relevancy and recency of the effort(s) as they relate specifically to this requirement. Offerors are advised that the Government’s evaluation of submitted contracts for past performance will include an evaluation of how recently performance has occurred. Only contracts with

L-20

NNJ13476977R Section L

performance within 3 years from date of the solicitation will be considered recent. Offerors with no past performance experience shall so state.

(3) The following information shall be provided:

Contract number Contract value (If other than the prime, provide the overall contract value and the subcontract

contract value) Employing Agency/Company Name Point of Contact (including address, telephone and fax numbers, and e-mail addresses) If a Government Agency, include both the Contracting Officer and Contracting Officer’s

Technical Representative points of contact Contract Description Place of Performance Period of Performance Contract Type Status of Contract [current, terminated (if so, why), successfully completed (include completion

date)] Consent Letters executed by each subcontractor, teaming partner, proposed program manager,

and/or joint venture partner, authorizing the release of past performance information so the offeror can respond to such information. See sample consent letter at Attachment L-05.

Submit information on contracts that you consider relevant in demonstrating your ability to perform the proposed effort. The submission shall include rationale supporting your assertion of relevancy. This submission shall clearly detail what portions of the Statement of Work, the prime, joint venture, subcontractors and proposed program manager are responsible for and/or proposing to do as they relate to the relevant contract being proposed. To help the government further determine the relevancy of your past performance, please address questions in Attachment L-06. For a description of the characteristics or aspects the Government will consider in determining relevance, see Section M.3.2. If the Past Performance volume includes data on any parent or affiliated company that is not a proposed team member, then provide a narrative to address the specific resources (workforce, management, facilities, or other resources) of the parent or affiliated company, and the degree to which these resources will be provided or relied upon for contract performance, such that this parent or affiliated company will have meaningful involvement in contract performance.

Explain which divisions, business units, segments, or other organizations of your company are proposed to perform the effort. Provide information regarding the relationship and types of resources shared (workforce, management, facilities, or other resources) between any divisions, business units, groups, segments, or other organizations in your company which are proposed to perform the effort. Provide an organizational chart displaying the relationships between divisions, business units, groups, segments, or other organizations which are proposed to perform the effort. Complete the incorporated matrix as part of your response.  In the event of a conflict between the narrative and the relevancy matrix, the narrative will take precedence as the Offeror’s intended response.

L-21

NNJ13476977R Section L

(4) In addition to the information above, Offerors, any major subcontractors, as defined above and proposed program manager, shall each submit the Past Performance Questionnaire, Attachment L-02, to all of the point of contacts references required in paragraph (3) above. The Offeror is responsible for ensuring that each of its references, including those from its major subcontractors and proposed program manager, is directed to return two copies of each questionnaire directly to the Contracting Officer in a sealed envelope, by fax, or e-mail to the contact identified in Section L.9 Proposal Marking Instructions.

Provide a resume (see Attachment L-01 Key Personnel Resume) for the Program Manager proposed. The Program Manager’s experience shall include recent (within the prior five years) experience in managing integrated activities associated with Sections 3.0, 4.0, 5.0, and 6.0 of the SOW.

Where an Offeror chooses to request, from a civil servant employee at JSC, that a past performance questionnaire be submitted on its behalf for its proposed key personnel, please be advised that a Limited Communications Notice (LCN) has been issued in conjunction with this solicitation.  The LCN directs that all civil service personnel at JSC shall refrain from communicating with industry on any matters related to this competitive procurement; as a result, while the civil servants may respond to the past performance questionnaire they will be unable to provide status to the Offeror, or communication in any other fashion with the Offeror, about that past performance request.

(5) You may include up to one page of introductory material about the experience and performance of your company and subcontractors (if applicable). You may submit additional reference information on experience and past performance for consideration. This shall be subject to the page limitation constraints.

(6) Offerors shall provide the following performance data with explanatory remarks on contracts performed in the last three years. Offerors shall identify the applicable North American Industrial Classification System (NAICS) Code for each contract and shall include points of contact for each contract. If a joint venture or prime-subcontractor relationship is proposed, the same information shall be provided for each company proposed. Explanatory statements shall be included as appropriate. For all work performed during the past three years, Offerors shall provide the following:

Environmental Data: Copies of any and all environmental non-compliance correspondence and citations from

federal, state, or local agencies or authorities with explanatory remarks. Safety Data: Copies of any and all OSHA citations with explanatory remarks. Records of the company's OSHA recordable injuries and illnesses. These records shall include,

for each worksite, as a minimum, 1 copy of each year’s OSHA logs (Forms 300 and 300A) as required by Title 29 of the Code of Federal Regulations, Section 1904.5(d) including the applicable NAICS code, the number of employees at the worksite and the calculated OSHA recordable frequency rate.

L-22

NNJ13476977R Section L

A list of all insurance carriers providing workers compensation coverage (or equivalent), including dates of coverage. Include points of contact and phone numbers. Offerors shall authorize the listed insurance carriers to respond to Government inquiries recording the Offeror’s past safety performance.

Calculations supporting the Offeror’s workers’ compensation experience modifier, including the state formula used for the computation, along with the loss ratio for each of the past three years (where the loss ratio is defined as the ratio of losses to premium). Show all figures used for computation.

A letter from the insurance carrier summarizing the Offeror’s liability and lawsuit history related to safety and health performance for the past three years including a history of changes to the experience modifier rate. If an Offeror self insures, provide and certify the same information (except the experience modifier rate history) with the signature of the responsible corporate officer or official.

L.14.3.3 Price Factor - Volume III

Instructions for Preparation of the Price Proposal

Certified cost and pricing data are not required; however, other than certified cost and pricing data are required. To ensure that the Government is able to perform a fair assessment of the proposed price, each Offeror is required to submit a price proposal that is suitable for evaluation. A price volume that is suitable for evaluation shall:

a. Account for all resources proposed to complete requirements of this RFP.b. Provide traceability to the technical/management proposal(s).c. Explain in detail all pricing and estimating techniques.d. Disclose and provide in a narrative the basis of all projections, judgmental elements of projections,

rates, ratios, percentages, factors, profit rate and policies, in sufficient detail to facilitate the SEB’s understanding and ability to determine reasonableness of the proposed price..

e. Comply with applicable Federal Acquisition Regulation (FAR), NASA FAR Supplement (NFS), and governing statutory requirements.

The Offeror’s price proposal shall be submitted in one volume labeled Volume III Price Proposal. To develop the price for Contract Years 2 through 5, the Offeror shall straight-line the proposed labor resources (hours) from Contract Year 1 to each of the future years. Non-labor resources, if any, shall be proposed for Contract Year 1 only. Do not propose any non-labor resources for Contract Years 2 through 5. The proposal shall include the following:

The price by year (Contract Years 1 through 5) for each Task Order (TO 1 – TO 3), and the total price per TO for the entire period of performance.

The total combined prices for all 3 TOs for each of Contract Years 1 through 5.

The summary total price for all 3 TOs for the entire period of performance.

The proposed profit rate.

CD Price Proposal Organization

L-23

NNJ13476977R Section L

The Government intends to use a personal computer with Microsoft Excel to aid in the evaluation of the price proposal. In addition to the hardcopy requirements of the preceding section, each prime and major subcontractor is required to submit their EPM and any other electronic price data on CD only.

Each CD provided is to have an external label indicating:

a. The name of the Offeror,b. The RFP number, andc. The files/workbooks or range of files/workbooks contained on the CD.

Labeling CD case only does not fulfill this requirement. The CD itself must be labeled. The use of a permanent marker to label the CDs by hand is acceptable.

The CD structure includes one workbook which will include the Technical Resource Summary Template, (TRST), the Subcontracting Arrangement Information Template (SAI) and the Total Compensation Templates TC(a) through TC(e).

All electronic worksheet names included in the Offeror’s proposal shall begin with the appropriate worksheet acronym, followed by a hyphen, then by the first three letters of the Offeror’s company name. For example: assume the Offeror’s company name is ABC Company and the Offeror have completed the TRST worksheet. The worksheet name would be TRST-ABC. Offerors shall use the acronyms below in naming individual worksheets within the Excel file/workbook:

Workbook Acronyms:

TRST – Technical Resources Summary Template

SAI – Subcontracting Arrangement Information

TC(a) – Compensation Template (a) Salaries & Wages – Non-Exempt

TC(b) – Compensation Template (b) Salaries & Wages –Exempt

TC(c) – Compensation Template (c) Fringe Benefit Analysis Package

TC(d) – Compensation Template (d) Personnel and Fringe Benefits Policies

TC(e) – Compensation Template (e): Incumbency Assumptions

L-24

NNJ13476977R Section L

The following instructions for completing the TRST template apply to the prime Offeror

Technical Resource Summary Template (TRST)

The TRST is used to summarize all proposed labor resources for Contract Year 1 only for each Task Order.

The following are instructions for the individual columns.

NASA (JSC) Standard Labor Categories (SLC)These are the SLCs identified by NASA for this solicitation. Note: An Offeror may not necessary propose FTEs for every SLC.

Incumbent Retention %Include in this column the percentage of incumbent labor for each SLC that the Offeror intends to retain for this contract.

Percentage Incumbents at Current Direct Labor RatesInclude in this column the percentage of the retained incumbents that the Offeror intends to pay current labor rates. For example: An Offeror may intend to retain 100 percent of the incumbent’s labor for Resource Analyst I, but intends to pay the incumbent’s rates to only 75 percent of the retained incumbents.

Task Order 1 through Task Order 3These columns contain the Offeror’s proposed FTEs for each Task Order by SLCs.

Total Calendar Year 1This column contains the total FTEs for all Task Orders by SLCs.

Skill Mix RatiosThis column calculates the ratio of the total FTEs by SLC to the total of all FTEs.

Subcontracting Arrangement Information (SAI)

This template is required of the prime Offeror only, or in the case of a joint venture, from each member company. The template shall provide the total cost and percentage of work to be performed by the prime Offeror (or members of the joint venture) and all subcontractors based on the total proposed cost, excluding non-labor resources and fees. The template is required to evaluate the prime Offeror’s level of in-house performance and its compliance with the requirements of FAR 52.219-14, Limitation on Subcontracting. A major subcontractor is defined as one with an estimated annual contract value of $500K or more. Subcontractors with an estimated annual contract value of less than $500K are considered a minor subcontractor.

Total Compensation Templates Instructions

The following compensation templates are required to be submitted by the prime Offeror and all the major subcontractors in order for the Government to perform an evaluation of your labor relations. These templates will reconcile with the cost templates described above, wherever applicable.

1. Compensation Template (a): SALARIES AND WAGES NON-EXEMPT - CONTRACT YEAR 1: TC(a)

L-25

NNJ13476977R Section L

The Offeror shall submit a completed Compensation Template (a) for non-exempt personnel for contract year 1. This template is required of the Offeror proposed as prime and all proposed major subcontractors. In the “LABOR CATEGORY - Offeror’s” column, list all proposed labor classifications (included in the cost proposal), by titles from the Offeror's estimating system. Each of the Offeror’s Labor Categories shall be mapped to the Government Standard Labor Category. The DOL WD category shall be mapped to the LABOR CATEGORY – Offeror’s. The “Incumbent Actual Labor Rate” column is only applicable to incumbent contractors or sub-contractors. Incumbent contractors or sub-contractors are to include the actual average current direct labor rate for each SLC. The “FTE” Column shall include all proposed FTEs per SLC. Depending on whether the category is DOL or CBA covered, include the wage rate in the appropriate column. The "Contract Year 1 Actual Proposed Labor Rate" is the Offeror’s actual proposed composite labor rate (Completion Form and IDIQ) starting in Contract Year 1. The “Escalation rates for year 2-5” column shall include your annual escalation percentage. A source column has been provided on the template for the Offeror to use to identify the supporting data for each labor category, which shall include the source data (for example, DOL, CBA, etc.) for non-exempt personnel. An example is included on the template for illustration purposes only.

2. Compensation Template (b): SALARIES AND WAGES EXEMPT – CONTRACT YEAR 1: TC(b)

The Offeror shall submit a completed Compensation Template (b) for exempt personnel for contract years 1. This template is required of the Offeror proposed as prime and all proposed major subcontractors. In the “LABOR CATEGORY - Offeror’s” column, list all labor classifications included in the proposal, by titles from the Offeror’s estimating system. Each of the Offeror’s Labor Categories shall be mapped to the Government Standard Labor Category. The “Incumbent Actual Labor Rate” column is only applicable to incumbent contractors or sub-contractors. Incumbent contractors or sub-contractors are to include the actual average current direct labor rate for each SLC. The “FTE” Column shall include all proposed FTEs per SLC. The "Contract Year 1 Actual Proposed Labor Rate" is the Offeror’s actual proposed composite labor rate (Completion Form and IDIQ) starting in Contract Year 1. The “Escalation rates for year 2-7” column shall include your annual escalation percentage. The “Actual Proposed Annual Salary” is the salary of the proposed labor category. A source column has been provided on the template for the Offeror to use to identify the supporting data for each labor category, which shall include the source data (Actual or Wage Survey) for exempt personnel. An example is included on the template for illustration purposes only.

3. Compensation Template (c): FRINGE BENEFITS ANALYSIS OF COMPENSATION PACKAGE - Contract Year 1: TC(c)

A separate Template (c) shall be completed for Exempt, Non-Exempt Nonunion, and Non-Exempt Union direct labor. This template is required of the Offeror proposed as prime and all proposed major subcontractors. It should be noted that the minimum hourly fringe benefits rate cannot be less than the DOL specified minimum rate listed in the RFP under Section J for non-exempt employees. The column entitled, “Cost of Fringe Benefit” shall include the cost, not rate, associated with the fringes specified (i.e. life insurance, disability insurance, etc.) that are proposed on this contract for each of the related personnel type (exempt, non-exempt union/non-union). The next column entitled, “Percent of Direct Labor Cost” shall include the percentage of each of the related specified fringe costs as a percent of direct labor cost. The third column shall include hourly rates based on the average cost per labor hour proposed per specified fringe.

4. Compensation Template (d): Personnel And Fringe Benefits Policies Contract Year 1: TC(d)

L-26

NNJ13476977R Section L

This template is required of the Offeror proposed as prime and all proposed major subcontractors. This template provides visibility, by employee category, into personnel policies and fringe benefits, which shall be in effect at the time of contract award. Although only brief explanations are desired, sufficient information is required to allow an evaluation and estimate of all potential costs, which will arise upon award of the contract. Comments are required pertaining to all items listed below under the proper column, whether or not the policy is written. The established practice of the Offeror and applicability to this proposal shall be provided. If any item below is not applicable, so state. Items pertinent to the Offeror, which are not identified must be included if cost recovery is anticipated.

5. Compensation Template TC(e): Incumbency Assumptions Contract Year 1: TC(e)

This template is required of the prime Offerer and all subcontractors (major and minor). This template provides visibility into each team member’s incumbency assumptions pertaining to incumbency labor rates and incumbency seniority rights for fringe benefit purposes.

In the area entitled “Incumbent Retention”, the Offeror (prime contractor and major and minor subcontractors) shall identify the percentage of all positions that would be staffed with incumbent labor, and the percentage that would be staffed by non-incumbent labor. The Offeror shall provide an explanation of its proposed retention percentage.

In the area entitled, “Labor Rates”, the Offeror shall identify the percentage of incumbents that would be paid current incumbent labor rates , and the percentage of incumbents that would be paid other than the incumbent’s direct labor rates. The Government understands that non-incumbent Offerors may only be able to estimate the current incumbents’ labor rates; however, the Government simply wants to understand the Offeror’s intentions regarding pay for the retained employees. The Offeror shall provide an explanation of how the proposed salary structure will facilitate the retention of the proposed percentage of the qualified incumbent workforce.

In the area entitled, “Seniority Rights”, the Offeror shall identify the percentage of incumbents that would retain seniority rights for fringe benefits purposes, and the percentage of incumbents that would not retain their current seniority rights. The Government understands that non-incumbent Offerors may only be able to estimate the current incumbents’ seniority levels; however, the Government simply wants to understand the Offeror’s intentions regarding seniority rights for retained employees. The Offeror shall also provide an explanation of how the proposed salary structure will facilitate the retention of the proposed percentage of the qualified incumbent workforce.

L.14.4 Eligibility Considerations (Volume IV)

Additional information is required to determine responsibility in accordance with FAR 9.104-1, General standards (Items A and B below). Other Proposal Information shall be divided into the following two major sections:

A. Subcontractor Arrangement Information

(a) If a subcontracting arrangement is proposed, Offerors shall include specific detail in the following areas so that the Government can determine that the prime contractor making the offer will be performing the primary and vital requirements for the contract.

L-27

NNJ13476977R Section L

(1) Who will manage the contract?

(2) Which party possesses background and expertise necessary for contract performance?

(3) Which party pursued the contract?

(4) What is the degree of collaboration in preparation and submission of competitive proposal?

(5) Are there discreet tasks to be performed by each of the teaming partners, or is there instead commingling of personnel and resources?

(6) What is the relative amount of work to be performed by each teaming partner?

(7) Which party will perform the more complex and costly contract functions?

(8) What is the business size of the other parties?

(9) Which of the parties possess the qualifications relevant to the contract requirements?

(10) Describe how the Offeror will ensure compliance with FAR 52.219-14, Limitations on Subcontracting. For the purposes of this RFP, JSC defines “costs of contract performance incurred for personnel” to mean direct labor, labor overhead (including payroll taxes and benefits), and G&A. “Employees on the concern” means actual direct employees identified on the Offeror’s payroll records for which social security taxes are matched. JSC considers “cost of contract performance” to include all costs throughout contract completion (the full contract period of performance).

Note: Major Subcontractor is defined by this provision as a company that the Offeror proposes to provide at least $500,000 of contract value per year in support of the Statement of Work effort.

(b)  If an 8(a) joint venture is proposed, Offeror shall submit a Small Business Administration (SBA) signed and approved joint venture agreement with submission of the proposal. If SBA has not approved the joint venture agreement at the time of proposal submission, the Offeror shall describe its status in achieving joint venture approval from the Small Business Administration, including:

i. What companies are included in the joint venture?ii. To which district SBA office was the application submitted?

iii. If not yet approved, what steps have you taken toward achieving approval (include applicable dates of each activity)?

(c) SBA must approve a joint venture agreement prior to the award of an 8(a) contract on behalf of the joint venture.  Award of the contract will only be made to an approved 8(a) company or 8(a) Joint Venture.

B. Organizational Conflict of Interest (OCI) Information

The Offeror shall submit a detailed OCI Avoidance Plan as part of its proposal in accordance with DRD-ATIC-03, Organizational Conflict of Interest Avoidance Plan.

L-28

NNJ13476977R Section L

C. Responsibility Information

Offerors may provide any additional information, not already addressed under another proposal volume, that is considered to be necessary to demonstrate status as a responsible Offeror under FAR 9.104, Standards.

(End of provision)

L.14.5 Model Contract (Volume V)

I. Instructions for Preparation of the Model Contract

Offerors shall also submit with its proposal, in Volume V the Model Contract, two signed Originals, 4 hard copies and 2 electronic copies of the model contract per the instructions below.

Contract Section

Areas of Model Contract Offerors are Required to Complete

Section A

Complete blocks 12 through 18, provide an original signature on each copy, and date the SF 33

Offerors shall indicate, in Block 12 of the SF 33, a proposal validity period of ___ days. However, in accordance with paragraph (d) of FAR provision 52.215-1, “Instructions to Offerors--Competitive Acquisitions,” a different validity period may be proposed by the Offeror. Complete, sign, and date the SF 33

Section BB.4 Fill in your proposed rates for Rates Tables for Establishing Delivery Orders

B.6 - Fill in the firm-fixed price for phase-in activities.

Section C None

Section D None

Section E None

Section F None

Section G None

Section H H.4 (c) Insert name of key personnel and others, if applicable.

Section I None

Section J Offerors will submit the required documents.

Section K Annual representations and certifications shall be completed electronically

L-29

NNJ13476977R Section L

and submitted with this volume in accordance with provision K.2, Annual Representations and Certifications (FAR 52.204-8).

(End of provision)

L.15 Capability Maturity Model Integration Rating

This solicitation includes work for deployment of Class A software, which in accordance with NASA Procedural Requirement (NPR) 7150.2A requires development by an organization that holds an unexpired Capability Maturity Model Integration for Development (CMMI-Dev) Maturity Level 3 (ML3) rating.  Multiple organizations can team up to perform the development of Class A software, provided they either (1) each possess an unexpired CMMI-Dev ML3 rating and follow the processes for which they obtained the rating, or (2) team members that do not possess an unexpired CMMI-Dev ML3 rating follow the processes of a team member that does possess the CMMI-Dev ML3 rating.

The contractor shall maintain the CMMI-Dev ML3 rating for the duration of the contract.

L.16 List of Attachments

L-01 - Key Personnel TemplateL-02 - Past Performance Questionnaire TemplateL-03 – Price and other WorkbookL-04 – Representative Task Orders

(End of provision)

[END OF SECTION]

L-30