section l: instructions, conditions, and notices …  · web viewsection l: instructions,...

52
NNJ12364358R Section L SECTION L: INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1 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(s): Federal Acquisition Regulation (FAR) clauses: http://www.acqnet.gov/far/ NASA FAR Supplement (NFS) clauses: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm (End of provision) I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSE NUMBER DATE TITLE FAR 52.211-14 (APR 2008) NOTICE OF PRIORITY RATING FOR NATIONAL DEFENCE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE. FAR 52.214-34 (APR 1991) SUBMISSION OF OFFERORS IN THE ENGLISH LANGUAGE FAR 52.214-35 (APR 1991) SUBMISSION OF OFFERORS IN U.S. CURRENCY FAR 52.215-22 (OCT 2009) LIMITATIONS ON PASS-THROUGH CHARGES--IDENTIFICATION OF SUBCONTRACT EFFORT FAR 52.222-46 (FEB 1993) EVALUATION OF COMPENSATION FOR L-1

Upload: vodan

Post on 22-Feb-2019

213 views

Category:

Documents


0 download

TRANSCRIPT

NNJ12364358R Section L

SECTION L: INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

L.1 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(s):

Federal Acquisition Regulation (FAR) clauses: http://www.acqnet.gov/far/NASA FAR Supplement (NFS) clauses: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

(End of provision)

I.  FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

CLAUSE NUMBER DATE TITLE

FAR 52.211-14 (APR 2008) NOTICE OF PRIORITY RATING FOR NATIONAL DEFENCE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE.

FAR 52.214-34 (APR 1991) SUBMISSION OF OFFERORS IN THE ENGLISH LANGUAGE

FAR 52.214-35 (APR 1991) SUBMISSION OF OFFERORS IN U.S. CURRENCY

FAR 52.215-22 (OCT 2009) LIMITATIONS ON PASS-THROUGH CHARGES--IDENTIFICATION OF SUBCONTRACT EFFORT

FAR 52.222-46 (FEB 1993) EVALUATION OF COMPENSATION FOR PROFESSIONAL EMPLOYEES

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

CLAUSE NUMBER

DATE TITLE

NFS 1852.245-80

(JAN 2011) GOVERNMENT PROPERTY MANAGEMENT INFORMATION (C) DOES NOT APPLY

L-1

NNJ12364358R Section L

NFS 1852.245-82

(JAN 2011) OCCUPANCY MANAGEMENT REQUIREMENTS

(End of provision)

L.2 52.215-1 Instructions to Offerors—Competitive Acquisition. (JAN 2004)

(a) Definitions. As used in this provision—

“Discussions” are negotiations that occur after establishment of the competitive range that may, at the Contracting Officer’s discretion, result in the offeror being allowed to revise its proposal.

“In writing,” “writing,” or “written” means any worded or numbered expression that can be read, reproduced, and later communicated, and includes electronically transmitted and stored information.

“Proposal modification” is a change made to a proposal before the solicitation’s closing date and time, or made in response to an amendment, or made to correct a mistake at any time before award.

“Proposal revision” is a change to a proposal made after the solicitation closing date, at the request of or as allowed by a Contracting Officer as the result of negotiations.

“Time,” if stated as a number of days, is calculated using calendar days, unless otherwise specified, and will include Saturdays, Sundays, and legal holidays. However, if the last day falls on a Saturday, Sunday, or legal holiday, then the period shall include the next working day.

(b) Amendments to solicitations. If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s).

(c) Submission, modification, revision, and withdrawal of proposals.

(1) Unless other methods (e.g., electronic commerce or facsimile) are permitted in the solicitation, proposals and modifications to proposals shall be submitted in paper media in sealed envelopes or packages (i) addressed to the office specified in the solicitation, and (ii) showing the time and date specified for receipt, the solicitation number, and the name and address of the offeror. Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the information in paragraphs (c)(1)(i) and (c)(1)(ii) of this provision.

(2) The first page of the proposal must show—

(i) The solicitation number;

(ii) The name, address, and telephone and facsimile numbers of the offeror (and electronic address if available);

(iii) 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 price

L-2

NNJ12364358R Section L

set opposite each item;

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

(v) Name, 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 that evidence has been previously furnished to the issuing office.

(3) Submission, modification, revision, and withdrawal of proposals.

(i) Offerors are responsible for submitting proposals, and any modifications or revisions, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that proposal or revision is due.

(ii)(A) Any proposal, modification, or revision received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and—

(1) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals; or

(2) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or

(3) It is the only proposal received.

(B) However, a late modification of an otherwise successful proposal that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.

(iii) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.

(iv) If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

(v) Proposals may be withdrawn by written notice received at any time before award. Oral proposals in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile proposals, proposals may be withdrawn via facsimile received at any time before award, subject to the conditions specified in the provision at 52.215-5, Facsimile Proposals. Proposals may be withdrawn in person by an offeror or an authorized representative, if the identity of the person requesting withdrawal is

L-3

NNJ12364358R Section L

established and the person signs a receipt for the proposal before award.

(4) Unless otherwise specified in the solicitation, the offeror may propose to provide any item or combination of items.

(5) Offerors shall submit proposals in response to this solicitation in English, unless otherwise permitted by the solicitation, and in U.S. dollars, unless the provision at FAR 52.225-17, Evaluation of Foreign Currency Offers, is included in the solicitation.

(6) Offerors may submit modifications to their proposals at any time before the solicitation closing date and time, and may submit modifications in response to an amendment, or to correct a mistake at any time before award.

(7) Offerors may submit revised proposals only if requested or allowed by the Contracting Officer.

(8) Proposals may be withdrawn at any time before award. Withdrawals are effective upon receipt of notice by the Contracting Officer.

(d) Offer expiration date. Proposals in response to this solicitation will be valid for the number of days specified on the solicitation cover sheet (unless a different period is proposed by the offeror).

(e) Restriction on disclosure and use of data. Offerors that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall—

(1) Mark the title page with the following legend:

This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed—in whole or in part—for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of—or in connection with—the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and

(2) Mark each sheet of data it wishes to restrict with the following legend:

Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.

(f) Contract award.

(1) The Government intends to award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors and subfactors in the solicitation.

(2) The Government may reject any or all proposals if such action is in the Government’s interest.

(3) The Government may waive informalities and minor irregularities in proposals received.

L-4

NNJ12364358R Section L

(4) The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror’s initial proposal should contain the offeror’s best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.

(5) The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit cost or prices offered, unless the offeror specifies otherwise in the proposal.

(6) The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government’s best interest to do so.

(7) Exchanges with offerors after receipt of a proposal do not constitute a rejection or counteroffer by the Government.

(8) The Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or subline items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government.

(9) If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk.

(10) A written award or acceptance of proposal mailed or otherwise furnished to the successful offeror within the time specified in the proposal shall result in a binding contract without further action by either party.

(11) If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:

(i) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.

(ii) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.

(iii) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.

(iv) A summary of the rationale for award.

(v) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

(vi) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities

L-5

NNJ12364358R Section L

were followed by the agency. (End of provision)

L.3 52.215-20 Requirements for Cost or Pricing Data or Information Other Thank 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 Section C, Volume III – Cost Proposal

(End of provision)

L.4 52.216-1 Type of Contract (APR 1984)

The Government contemplates award of a Cost Plus Fixed Fee (CPFF) Contract as a result of this solicitation.

(End of provision)

L.5 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.6 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):

FAR Clauses:http://www.acqnet.gov/far/

NASA FAR Supplement Clauses:

L-6

NNJ12364358R Section L

http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm(End of provision)

L.7 Pre-Proposal Conference.

(a) A Pre-Proposal Conference will be held as indicated below:

Date: February 17, 2012

Time: 9:30 A.M. – 11:00 A.M. CST (Meeting Number: 999 603 063, Meeting Password: MSC*2012)To join the online meeting, 1) go to: https://nasa.webex.com/nasa/j.php?ED=187202932&UID=0&PW=NNGFkM2QwMDlh&RT=MiM3 2. Enter your name and email address. 3. Enter the meeting password: MSC*2012 4. Click "Join Now". To join the audio conference only: (Dial-in:  866-918-0044, Passcode: 684161) For assistance, go to https://nasa.webex.com/nasa/mc , on the left navigation bar, click "Support".

(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 Pre-Proposal Conference charts will be posted to the MSC website at: http://procurement.jsc.nasa.gov/msc/.

(End of provision)

L. 8 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).

L-7

NNJ12364358R Section L

(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.9 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."

(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 $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.10 1852.233-70 Protests to NASA (OCT 2002)

Potential bidders or Offerors 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 H, Washington, DC 20546-0001.

(End of provision)

L.11 JPI 52.215-109 Proposal Marketing and Delivery (AUG 2011)

(a) Methods of Proposal Delivery

L-8

NNJ12364358R Section L

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 33 of the solicitation.

(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 (See Block 9 of the Standard Form 33 “Solicitation, Offer, and Award”).”

(c) Delivery Address

Proposals must be delivered to the address/location specified on the Standard Form 33 of the solicitation.

Proposals submitted by commercial delivery service or hand carried packages must be delivered to:

NASA Johnson Space CenterCentral Receiving, Bldg 420Attn: BR/Kathryn McLaurin2101 NASA ParkwayHouston, TX 77050-3696

JSC Central Receiving can only be accessed through JSC Gate 4, which is located off Space Center Boulevard. Offerors are cautioned that the delivery process may require an hour or more for packages to be screened through security and subsequently transported and delivered by theOfferor at the designated building while being accompanied by an employee of the U.S.Government. Receipt of the proposal shall not be considered complete until the proposal hascleared the screening process described above and received by a civil servant. JSC Central Receiving is closed on weekends therefore proposals are unable to be accepted on weekends and Federal holidays. The Offeror is encouraged to notify the MSC Contract Specialist at [email protected] one day in advance of the proposal submission.

Please note that starting October 1, 2011 all mail deliveries from the US Post Office will now be at 1 p.m. on Tuesdays and Thursdays for Building 420. Building 420 will continue to receive packages daily from commercial mail or hand delivery services. Therefore, the Offeror is encouraged to plan accordingly depending on its chosen proposal delivery method.

(End of provision)

L-9

NNJ12364358R Section L

L. 12 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 MSC Technical Library which is available online at the following url:

http://procurement.jsc.nasa.gov/msc/authorize.htm

(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 MSC 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.13 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: Kathryn McLaurin, Contract SpecialistPhone: (281) 244-6963e-mail: [email protected]

L-10

NNJ12364358R Section L

Address: Lyndon B. Johnson Space Center Mail Code BH/Kathryn McLaurin 2101 NASA Parkway Houston, TX 77058-3696

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

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

QUESTIONS REGARDING THIS SOLICITATION MUST BE PRESENTED IN WRITING and shall be submitted electronically to the above e-mail address by February 24, 2012 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.14 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.15 Period Covered by Procurement

This solicitation covers a period of a 45-day Phase-In, and 4 years and 10 months. For contracting purposes:

Anticipated Dates Duration Contractual Coverage10/17/12 – 11/30/12 45 Days Phase-In12/01/12 – 9/30/14 22 Months Base Period10/1/14 – 9/30/16 24 Months Option 110/01/16 – 9/30/17 12 Months Option 2

The option periods identified above will be exercised only if the requirements of FAR 17.207(c) Exercise of options have first been met. The Government is not obligated to exercise any option if it determines for any reason that doing so is not in its best interest.

(End of provision)

L-11

NNJ12364358R Section L

L.16 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. 16.1 Introduction

L. 16.2 Proposal Arrangement, Page Limitations, Copies, and Due Dates

L. 16.3 Combination Of Technically Acceptable And Performance Price Tradeoff

L. 16.4 Other Proposal Requirements

L. 16.5 Model Contract

L. 16.1 Introduction

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 MSC Statement of Work (SOW). Generally, the proposal shall:

(a) Demonstrate understanding of the overall and specific requirements of the proposed contract;

(b) Convey the company’s capabilities for transforming understanding into accomplishment;

(c) Provide in detail, the plans and methods for so doing; and

(d) Provide, as requested below, the cost/price associated with doing so.

The proposal shall be detailed and complete enough to clearly and fully demonstrate that the Offeror understands the requirements and the inherent risks associated with the objectives of this procurement. It is inadequate to simply state that the Offeror understands and will comply with the requirements, or to paraphrase the requirements, such as: “standard procedures will be employed to…” and “well-known techniques will be used for…” The Technical Acceptability proposal shall comprehensively explain how you propose to comply with the applicable specifications, as well as the techniques and procedures you propose to implement.

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 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 all the work under this contract. However, elaborate brochures or documentation, detailed artwork, or other superfluous embellishments are unnecessary and are not desired, unless specifically requested in a scenario response.

L-12

NNJ12364358R Section L

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

L.16.2 Proposal Arrangement, Page Limitations, Copies, and Due Date

Offerors shall submit their proposals within the page limitations and arranged as set forth below.

Table L-1: 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

03/19/121:30 PM

CST

JSC (See L.14.3)

I Technical Acceptability 40 Pages

6 Hard copy, 4

CD-ROM

Management and Staffing Plan (DRD 01)

Included in Limit MS Word

Phase-In Plan (DRD 03) 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 11)

Not Included in Limit MS Word

03/19/121:30 PM

CST

JSC (See L.14.3)

II Past Performance 25 Pages

6 Hard copy, 4

CD-ROM

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

L-13

NNJ12364358R Section L

Date and

Time Due

Delivery Location

Volume No.

Title Page Limits Electronic Format

Copies

03/19/121:30 PM

CST

JSC (See L.14.3)

III Cost/Price Proposal

6 Hard copy, 4

CD-ROM

Templates Not Limited MS Excel

Cost Narrative Not Limited MS Word

03/19/121:30 PM

CST

JSC (See L.14.4)

IV Other Proposal Requirements

6 Hard copy, 4

CD-ROM

Subcontracting Arrangement Information

Not Limited MS Word

Organizational Conflict of Interest Avoidance Plan (DRD 04)

Not Limited MS Word

03/19/121:30 PM

CST

JSC (See L.14.8)

V Model Contract

4 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

Offerors interested in submitting proposals shall consider the entire RFP and shall propose to all requirements as described in the RFP.

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 IV Cost/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

L-14

NNJ12364358R Section L

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 10 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.

Final Revisions: If final proposal revisions are requested, separate page limitations, if applicable, will be specified in the Government’s request for that submission. Excess Pages: 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.

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 and point of contact information. The same identifying data should be placed on the spine of each binder (except for point of contact information). 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. 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). No less than 10 point font shall be used for figures and tables. 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. All copies of each volume shall contain identical information and formatting.

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. 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 disk 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.

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

L-15

NNJ12364358R Section L

submitted as a separate electronic file.

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.

L.16.3 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 cost/price. The Government seeks to select an offeror whose proposal represents the best value after evaluation (See provision M.4.3, Performance Price Tradeoff (PPT) for evaluation procedures). The baseline requirements are considered as basic government needs in determining technical acceptability. Technical acceptability, past performance, and cost/price are discussed in detail below.

I. Technical Acceptability (Volume I)

Paragraphs A through E is the proposal instructions for the Technical Acceptability Volume. The Offeror shall describe or provide the following:

A. Management and Staffing Plan

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

B. Phase-In Plan

The Offeror shall provide a Phase-In Plan that adequately addresses all aspects of MSC-DRD-03 located in Section J.

C. Technical Approach

The offeror shall provide a Technical Approach which discusses how you plan to accomplish the work from a technical and schedule standpoint. Provide sufficient discussion to fully demonstrate understanding of the associated technical requirements. Explain the Basis of Estimate (BOE) by providing supporting rationale for all labor resources (FTEs and skill mix) proposed. Include a discussion regarding how the proposed FTEs were estimated. In addition, explain any proposed efficiencies or cost savings in sufficient detail to allow for a comprehensive analysis. Labor and Non-Labor Resources should be identified in sufficient detail to permit an assessment of the adequacy of the types and amounts of manpower skills and non-labor resources proposed. Discuss the activities to be performed, the types and frequency of products to be provided, the significant interaction or data sharing amount the applicable SOW functions. The Offeror is to assume that adequate processes and software for each system are already in place. The Technical Resources Summary Template (TRST) Completion Form and Technical Resources Template Completion Form (TRT) are templates for the submittal of the Offeror's proposed resources requirement and are included in Cost/Price Proposal (Volume III). The Offeror shall complete the TRST and submit a printed copy of this template in Volume I. The TRST shall reconcile to the cost/price volume, and a printed copy of the template shall also be submitted as part of the Cost/Price proposal (Volume III).

L-16

NNJ12364358R Section L

Standard Labor Categories (SLC’s)

The offeror will develop their cost 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 MSC requirements. Accordingly offerors 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 under the “other” SLC.

SLC Decription

Serves as the Contractor's primary contract manager and shall be the Contractor's authorized interface with the Government Contracting Officer (CO), Contracting Officer's Technical Representative (COTR), Government management personnel, and customer agency representatives. Responsible for formulating and enforcing work standards; assigning contractor schedules; reviewing work discrepancies; supervising contractor personnel; and communicating policies, purposes, and goals of the organization to subordinates. Responsible for the overall contract performance including subcontractors. Relies on extensive experience and judgment to plan and accomplish goals.

Education & Years of Experience: Typically requires a bachelor's degree and minimum of 5 years experience in managing Government contracts and also a minimum of 10 years experience (5 years of Government contract management can be part of these 10 years) in one or more of the following areas: computer support and applications services, strategic or organizational planning, business process improvement, configuration management, and project facilitation tasks.

Leads professional-level systems analysts engaged in the activities of solving computer problems and enabling computer technology to meet the needs of the organization. Might lead Systems Analysts in performing system studies to assist organization to realize maximum benefit from investments in equipment, personnel, and business processes. May assign, coordinate, and review work of systems analyst personnel. Position is distinguished from a supervisor as position does not have full responsibility for recruiting, hiring, promotions, transfers, and disciplinary actions. Responsible for applying concepts or modernization, innovation, consolidation, and cost reduction to assigned taske. Relies on experience and judgement to plan and accomplish goals. A certain degree of creativity and latitude is expected.

Education & Years of Experience: Typically requires a bachelor’s degree in computer science, information systems, or a related field and at least five years of related experience. Certification or training specific to the job task is preferred.

Analyzes business processes, functions, and procedures to determine the most effective business systems software to meet the needs of the organization. Establishes systems specifications and objectives, based on business requirements and cost effectiveness, and provides recommendations to management personnel. Participates in systems development and design, including software programming and table, report, and panel design. Formulates test plans and coordinates and performs software testing. Typically requires a four-year degree in computer science, information systems, or a related field. Has application knowledge of commonly used concepts, practices and procedures within the information technology fields. A certain degree of creativity and latitude is expected; however, follows organizational procedures to complete tasks with no supervision.

Education & Years of Experience: Typically requires a four-year degree in computer science, information systems, or a related field and at least three to four years of related experience.

Responsible for providing troubleshooting and technical assistance regarding organizational IT hardware and systems. Providessupport “in the field” and via a help desk. Follows organizational procedures to complete tasks. Relies on experience and judgmentto accomplish goals. Anticipates problems and takes preventative action that may occur during operations. Operates computerhardware systems to process business, scientific, engineering, or other data, according to operating instructions. A certain degree ofcreativity and latitude is expected. Typically reports to program manager.

Education & Years of Experience: Typically requires an associate's degree and at least five to seven years of related experience ORrequires a bachelor’s degree and at least three to four years of related experience. Technical certification preferred but not required

1Program Manager

2Systems

Analyst III

Systems Analyst II

3

4Computer

Operator III

L-17

NNJ12364358R Section L

Responsible for appraisal and coordination of the creation, storage of, and retrieval of configuration management records and documents. Administers, maintains, develops and implements policies and procedures for ensuring security and integrity of quality records managed and maintained under the contract. Has application knowledge of commonly used concepts, practices and procedures within the configuration management field. Follows organizational procedures to complete tasks with no supervision. Relies on experience and judgment to accomplish goals. Performs a variety of tasks. A certain degree of creativity and latitude is expected. May be a group lead with the responsibility to ensure employees in functional areas follow established procedures and generate finished work products on time. Typically reports to program manager.Education & Years of Experience: Typically requires a high school diploma or equivalent and at least seven to nine years ofexperience in the field or a related area OR requires an associate's degree and at least five to seven years of related experience ORrequires a bachelor’s degree and at least three to four years of related experience.

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 configuration management field. 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. Typically reports to a lead or program manager.

Education & Years of Experience: Requires a high school diploma or equivalent and at least three to five years of experience in the field or a related area OR requires an associate's degree and at least three years of related experience. Assists Librarian in compiling records, sorting and shelving books, and issuing and receiving library materials, such as books, films, slides, recordings, and CD-ROMS. May sort books, publications, and other items according to classification code and returns them to shelves, files, or other designated storage area. Locates books and publications for patrons. Maintains files. Repairs books and places plastic covers on new books and materials. Answers inquiries of paraprofessional nature on telephone and in person and refers people requiring professional assistance to Librarian. Works under direct supervision. Reports to a lead or program manager. Education & Years of Experience: Requires a high school diploma. Typically no experience is required. 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.Typically reports to program manager.

Education & Years of Experience: Typically requires a bachelor’s degree and at least 1-3 years of related experience

Plans, directs, and coordinates, through staff of skilled, semiskilled, and unskilled trade personnel, activities concerned with the operation, repair, maintenance, and construction of facilities, equipment, buildings, and grounds to minimize interruption and improve efficiency. Plans such matters as design and development of plant facilities, formulation of operating rules, regulations, and procedures. Formulates procedures for use in event of accidents, fires, or other emergencies. Inspects plant facilities or reviews inspection reports, to determine repairs, replacement, or improvements required. Hires, trains, and supervises building service personnel.Assigns workers to duties such as maintenance, repair, or renovation and may obtain bids for additional work from outside contractors.

Education & Years of Experience: A combination of over two years of directly related training and/or experience is typically required for carrying out the responsibilities for this job.

Configuration Management

Library Admin7

Resource Analyst

8

Facility Services Specialist

9

Configuration Management Specialist III

5

Configuration Management Specialist I

6

EXAMPLES OF MAPPING SKILLS INTO SLCs

The skills below are provided only as examples of how certain labor categories proposed by the offeror may fit into the SLCs identified by the Government.

Information Technology Engineer

L-18

NNJ12364358R Section L

Database Administrator, LAN Civil, Mechanical, Electrical, Aerospace, Administrator, Computer Administrator Chemical, Environmental,

Hardware/Software, Computer Programmer, Safety, Quality

Business Specialist Administration SpecialistBuyer, Procurement Clerk, Accounting Secretarial, Clerical, Cataloger,Clerk, Budget Analyst, Financial Analyst, Clerk/Courier, Customer Service Clerk,Accountant Inventory Control Clerk, Supply Clerk

TechnicianTool/Model Maker, Drafter, Welder, Machinist,Sewer, Soft Goods Mfg.

Government Resource Estimate (GRE)

A labor Government Resource Estimate (GRE) has been developed and is included below in the Completion Form tables (1 and 1a). Also, a non-labor resources GRE has also been developed for Completion Form and is included below in Table 2. The GRE is the Government’s estimate of the labor resources (skill mix and full time equivalents) required to perform this effort, without incorporation of any one offeror’s specific management or technical approach. The GRE depicts the overall direct labor staffing and non-labor resources estimate for the entire completion-form SOW and is based on historical usage factors. The GRE provided below is not intended to influence the offeror’s proposed estimates; however, it is provided to assist offerors in determining the general magnitude of this procurement. Offerors shall develop their own estimates that support their unique proposed management and technical approaches and shall provide supporting rationale in narrative form.

The GRE is not to be considered a Government “plug number.” Offerors should note that once the contract is awarded, fee will not be adjusted if the GRE is used for estimating actual cost incurred after award differs. The GRE FTE estimates include all direct labor required to perform the entire SOW with the exception of traditional G&A type personnel such as: sales, human resources, finance, legal, procurement, or other corporate-level executives.

Table 1 below represents an estimate of the overall staffing GRE for the entire SOW broken down by Standard Labor Category (SLC). Table 1a represents the cumulative staffing GRE by WBS element.

Table 1

Completion Form GRE

CY1 CY2 CY3 CY4 CY5Program Manger 0.3 0.3 0.3 0.3 0.3Systems Analyst III 3 3 3 3 3Systems Analyst II 1 1 1 1 1Computer Operator III 1 1 1 1 1Configuration Management Analyst III 1 1 1 1 1Configuration Management Specialist 1 1 1 1 1Configuration Management Library Admin. 1 1 1 1 1Resource Analyst 1 1 1 1 1

L-19

NNJ12364358R Section L

Facilities Service Specialist 1 1 1 1 1Total 10.3 10.3 10.3 10.3 10.3

Table 1a

Completion Form GRE (By WBS Element)

WBS Element CY1 CY2 CY3 CY4 CY5

1 & 1.0 0.3 0.3 0.3 0.3 0.32.1 2 2 2 2 2

2.2.1 2.75 2.75 2.75 2.75 2.752.2.2 1 1 1 1 12.3 2.25 2.25 2.25 2.25 2.252.4 1 1 1 1 12.5 1 1 1 1 1

Completion Form Total 10.3 10.3 10.3 10.3 10.3

The Completion Form non-labor resources GRE is:

Completion Form/Cost Reimbursable CY 1-5 ($ in thousands)

NLR GRE (Table 2)

CY1 CY2 CY3 CY4 CY5 TotalNon-Labor Resource ($K) 3.570 3.748 3.935 4.132 4.339 19.726

It is important that offerors understand the NLR GRE does not include application of any indirect expenses such as material handling or general and administrative expenses, nor does it include fee.

Offeror’s shall note that fee will not be adjusted due to differences between the non-labor estimates and actual non-labor expenses post contract award. Therefore, offerors shall consider all risk associated with estimates used in developing their proposed fee arrangement. Use of the GRE for non-labor resources above is elective. Offerors are free to incorporate the GRE into their Cost/Price Volume or to propose non-labor resource costs as deemed appropriate to accomplish the SOW. No offsite costs are included in the GRE.

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 or number of trips required for travel). Explain all the non-

L-20

NNJ12364358R Section L

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 cost elements in a manner that is consistent with its disclosed and approved 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 costs are to be charged in accordance with the offerors approved estimating and accounting practices.

D. Total Compensation Plan

The Offeror shall provide a Total Compensation Plan that adequately addresses all aspects of DRD-MSC- 07 located in Section J and complete the total compensation templates (See Attachment L-05) 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 L.16.3.

E. Safety and Health Plan

The Offeror shall provide a Safety and Health Plan that adequately addresses all aspects of DRD-MSC- 11 located in Section J.

Appendix B. DRDs Due with Proposal

The offeror shall submit deliverables in response to the following DRDs:

DRD-MSC-01, Management and Staffing PlanDRD-MSC-03, Phase-in PlanDRD-MSC-04, Organizational Conflicts of Interest Avoidance PlanDRD-MSC-07, Total Compensation PlanDRD-MSC-11, Safety and Health Plan-Nonhazardous Services

II. Past Performance (Volume II)

(a) Provide information from organizations and companies for which your company, key personnel (Project Manager and any other proposed), and subcontractors have previously performed work in order for the Government to obtain appraisals of past performance. Offerors and any major subcontractors (subcontracts estimated contract value greater than $250,000 shall each provide information on three past or ongoing contracts (subject to the page limitation constraints). References with Government contracts are preferred but not required.

(b) The following information shall be provided:

Contract number 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

L-21

NNJ12364358R Section L

Place of Performance Period of Performance Contract Type Status of Contract (current, terminated (if so, why), successfully completed (include completion

date)) A discussion of integration successes, any unique schedule requirements, problems encountered and

initiatives in problem resolution, and overall performance including price issues

(c) Offerors shall submit rationale for relevancy, recency, and magnitude of the effort(s) as they relate specifically to this requirement. This submission shall clearly detail what portion of the SOW for which the prime, joint ventures (as applicable), and major subcontractors are responsible. 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 performance within 3 years from date of the solicitation will be considered recent. Offerors with no past performance experience shall so state. For a description of the characteristics or aspects the Government will consider in determining relevance, see Section M.3.5.

(d) Provide a resume (see Attachment L-01 Key Personnel Resume) for the Program Manager and any other Key Personnel proposed. The Program Manager’s experience shall include recent (within the prior five years) experience in managing integrated activities associated with Sections 2.1 and/or 2.2 of the SOW.

(e) In addition to the information above, Offerors and any major subcontractors, as defined above, shall each submit the Past Performance Questionnaire (Attachment L-02), to each of the three references. The Offeror is responsible for ensuring each of its references, including those from its major subcontractors, returns the copy of each questionnaire directly to the Contracting Officer in the manner identified in L.11, Proposal Marking and Delivery Instructions.

(f) 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.

(g) 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:

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

federal, state, or local agencies or authorities with explanatory remarks.

ii. Safety Data:o Copies of any and all OSHA citations with explanatory remarks. o 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

NNJ12364358R Section L

o 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.

o 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.

o 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.

(h) Past Performance Questionnaires

Separate from the General Past Performance narrative contained in Volume II, the Offeror shall provide references from organizations and companies for whom work has been performed.

For each company (including joint-ventures and, subcontractor as applicable) associated with this offer, excluding subcontracts below $250,000 per year, the Offeror shall provide their customer references with an Attachment L-02, Past Performance Questionnaire Template. This shall be done for three contracts completed within the past 3 years containing some or all of the functions defined in the SOW, if such experience exists. The Offeror shall request the customer references to fully complete the questionnaire in accordance with the instructions on the form and to return it in accordance with the return instructions on the form, The Offeror is responsible for ensuring that questionnaires are submitted in time.

III. Cost/Price Proposal (Volume III)

Instructions for Preparation of the Cost ProposalNote: The Offeror shall demonstrate in the cost/price proposal that an adequate accounting system is in place. If the Offeror cannot demonstrate an adequate accounting system before award, the contract cannot be awarded to that Offeror.

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

a. Account for all resources necessary 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 the basis of all projections, rates, ratios, percentages, and factors in sufficient detail to

facilitate the Source Evaluation Boards (SEB) understanding and ability to mathematically verify these estimating tools.

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

f. Include a narrative portion that explains all judgmental elements of cost projections and fee policies including any proposed cost ceilings and team fee sharing arrangements.

g. Include all templates required in this RFP.

L-23

NNJ12364358R Section L

The Offeror’s cost proposal shall be submitted in one volume labeled Volume III Cost/Price Proposal.

Requirement for Concurrent Cost Proposal Delivery to DCAA

A copy of the prime and all major subcontractor’s cost proposals (both electronic and hardcopy) are to be delivered to each respective cognizant Defense Contract Audit Agency (DCAA) field audit office concurrent with delivery to the Johnson Space Center. If you do not know your cognizant DCAA field audit office, the information is readily available on the world-wide-web at www.dcaa.mil. Once the web site is accessed, click on the “Audit Office Locator” link. Enter your company’s 5 digit Zip Code in the area provided and click on the adjacent “search” button. (It is important that you enter the 5 digit Zip Code for your company location where auditable books and records supporting amounts in your proposal physically reside.) Once the search is completed, the cognizant field audit office physical and E-Mail addresses and Voice and FAX telephone numbers will be displayed.

Prime and all Major subcontractor’s will Provide or Make Available (Upon Request) the Following Cost Proposal Data to DCAA

a. The computation of all indirect rates, explanation of how the indirect rates have been applied and detailed cost breakdown(s).

b. Indirect rates/cost trends, budgetary data and detailed explanations in support of the reasonableness of proposed rates as required in FAR Part 15.408, Subsection II, Cost Elements Part C of Table 15-2.

c. If historical indirect data is used as the basis of estimate(s), provide or make available the necessary trend data with detailed explanations supporting the rationale for the use of historical costs as the reasonable for out year(s) indirect rate(s) estimate(s).

d. Relevant historical data books and records forecasted amounts, other data (e.g., sales, forecast, budgets).e. If out year(s) indirect rates proposed are flat lined, provide a detailed explanation that supports the rationale

that rates are flat lined because rates are not expected to change in future periods.

EXCEL PRICING MODEL (EPM) FILE:

Format: In order to achieve standardization, the Excel Pricing Model includes three (3) workbooks/files. Although Three (3) workbooks are required, the first two (2) workbooks/files must be automated to the greatest extent possible:

1. Completion Form Workbook – (Fully Automated)2. Technical Workbook – (Fully Automated)3. Other Workbook-(Where feasible Automate)

The first workbook entitled “Completion Form Workbook” shall include the following templates: Prime Cost Summary Template (PCST), Major Subcontractor Cost Summary Template (SCST), Labor Pricing Template (LPT), and Overtime Pricing Template (OPT).

The second workbook entitled “Technical Workbook” shall include the following templates: Technical Resources Summary Template (TRST), and Technical Resource Templates (TRT).

The third workbook entitled “Other Workbook” shall include the following templates: Overhead Template(OHT), G&A Template(GAT), Conversion Factor Template(CFT), Phase-in Template(PIT),

L-24

NNJ12364358R Section L

Subcontracting Arrangement Information (SAIT), Cognizant Audit Office Template(CAOT), and the Total Compensation Templates (a), (b), (c), (d) and (e). Automating or linking the templates in the third workbook with the first two workbooks/files is not required.

The goal of the EPM automated workbooks is to provide a comprehensive working model of your proposed cost volume in an automated format. The pricing model shall be designed to facilitate changes to source data such as direct labor hours and/or rates, overhead and G&A rates etc. and be sophisticated enough to compute the total impact of various changes to both cost and price. It is important that your model facilitate this process to ensure fidelity and is error free. For example; the model must be able to compute the cost and price impact of:

1. Increasing (or decreasing) the number of Technician I full time equivalent staff (FTE)2. Increasing (or decreasing) the overhead rate(s).

Formulas: All formulas used in the workbooks must be clearly visible in the individual cells and verifiable. Whereas linking among the spreadsheets or workbooks may be necessary; the use of external links (source data not provided to NASA) of any kind is prohibited. The workbooks must contain no macros or hidden cells.

Locks: The EPM and all its associated workbooks shall not be locked/protected or secured by passwords.

CD Cost/Price Proposal Organization

The Government intends to use a personal computer with Microsoft Excel to aid in the evaluation of the cost proposal. In addition to the hardcopy requirements of the preceding section, each prime and major subcontractor with an annual value of $250K or more is required to submit their EPM and any other electronic cost data, including formulas, on CD only.

Each CD provided is to have an external label indicating:1. The name of the offeror,2. The RFP number, and3. 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.

As addressed above the CD structure includes 3 workbooks:

1. One fully automated workbook including all templates for Completion Form Workbook2. One fully automated workbook including all templates for Technical Workbook3. One non-fully automated workbook including all (other) templates such as overhead and G&A.

All electronic file/workbook names included in your proposal shall begin with the appropriate workbook acronym, hyphen, followed by the first three letters of your company name. For example: Assume your company name is ABC Company and you have completed the Completion Form workbook; the file/workbook name would be Completion Form-ABC.xls. Offerors shall use the Template acronyms below in naming individual worksheets/tabs within an Excel file/workbook:

Acronyms:

L-25

NNJ12364358R Section L

Completion Form Workbook- All required Completion Form TemplatesOther Workbook– All other required Templates such as Overhead, G&A etc.Technical Workbook – All required templates associated with resources

Completion Form Workbook TemplatesLPT – Labor Pricing Template OPT – Overtime Pricing TemplateSCST – Major Subcontractor Cost Summary Template PCST – Prime Cost Summary Template

Other Workbook TemplatesOHT – Overhead Template GAT – General & Administrative Expense Template CFT – Conversion Factor TemplatePIT – Phase in templateSAIT – Subcontracting Arrangement Information (a)CAOT – Cognizant Audit Office TemplateTC(a) – Compensation Template (a) Salaries & Wages – Non-ExemptTC(b) – Compensation Template (b) Salaries & Wages –ExemptTC(c) – Compensation Template (c) Fringe Benefit Analysis PackageTC(d) – Compensation Template (d) Personnel and Fringe Benefits PoliciesTC(e) – Compensation Template (e): Incumbency Assumptions

Technical Workbook TemplatesTRST – Technical Resources Summary TemplateTRT – Technical Resources Template

The cost proposal templates are designed to provide NASA with information necessary to perform a cost realism analysis. The specific templates required can be found in Attachments L-03 through L-05.

COMPLETION FORM WORKBOOK INSTRUCTIONS:

The offeror’s proposed labor resources (FTE’s) of the work for the prime’s entire team (Prime, Major & all subs) shall be accounted for and described in Volume I from a management and technical point of view, respectively. Subsequently, in Volume I Appendix A & Volume III, the offeror’s proposed FTE’s for the entire team (Prime, Major & and other Subs) must be summarized in the TRST. The FTE’s are converted to productive hours and priced out using the Labor Pricing Template (LPT).

Provide any Forward Pricing Rate Agreements (FPRA) used to price this proposal or provide completed Overhead and G&A templates that include estimated expenses and base for the period of performance used to develop the overhead and G&A rates to price this proposal.

Each major subcontractor must prepare a Major Subcontractor Cost Summary Template (SCST). The prime offeror combines prime’s entire team costs on the Prime’s Cost Summary Template (PCST).

The following flowchart illustrates in a simplified manner how the different templates relate to one another to create a complete representation of proposed Completion Form cost.

L-26

NNJ12364358R Section L

COMPLETION FORM PRICING FLOWCHART

COMPLETION FORM COST TEMPLATE INSTRUCTIONS:

Labor Pricing Template - LPT:

A separate template is required from the prime and all proposed major subcontractors. This template serves to identify all compensated (straight time) productive hours and costs. This template shall support and reconcile to the direct labor hours and costs shown on the Cost Summary Templates. A narrative basis of estimate is required to accompany this template. This narrative as a minimum shall address methods used to estimate direct labor rates and incumbent retention. There are four steps to completing this template:

1. Enter the percentage retention of the existing workforce per NASA standard labor category in the Incumbent Retention % column. The Offeror may propose any percentage per labor category that is based upon the proposed management and technical approach required for the performance work statement.

L-27

TRST FTEsDIRE

CTLABO

R$

DIRECT

LABOR$

DIRECT

LABOR$

RATES

RATES

RATES

PRIMELPT & OPT

SUB 1LPT & OPT

SUB 2LPT & OPT

O/H

O/H

O/H

G&A

G&A

G&A

PRIMEPCST

SUB 1SCST

SUB 2SCST

TOTAL SUBCONTRACT $

TOTAL COST

FTEs

FTEs

NNJ12364358R Section L

2. Enter your Straight-time hours by labor category (from the Standard Labor Category Table) on the straight hours portion of the template.

3. Enter the corresponding direct labor rates for each labor category on the straight rates portion of the template.

4. Multiply Straight-time hours by the corresponding direct labor rates to compute the straight time cost by labor category on the straight time cost portion of the template.

Overtime Pricing Template - OPT:

A separate overtime pricing template is only required if your approach includes utilizing overtime staffing to meet the completion form requirements. This template is required for all compensated overtime hours. [Note; any uncompensated overtime must be addressed in accordance with FAR Clause 52.237-10] The steps for completing this template are similar to the steps for completing the LPT. A supporting narrative shall include the rationale for calculations used to develop the overtime rates. For example, the non-exempt personnel were calculated using a rate equal to 150% of the proposed straight-time rate while the exempt personnel were calculated using a rate equal to XXX%. Indicate in the appropriate column whether the specific labor category is considered an exempt or non-exempt. The overtime hours included here will reconcile to the overtime hours included on the SCST or PCST.

Major Subcontractor Cost Summary Template (SCST):

A separate Subcontractor Cost Summary Template is required of each major subcontractor. This template serves as a summary of the proposed labor hours, cost, and fee by contract period. A reference column has been provided on the templates for the offeror to use to identify the supporting data for each cost element. The detailed data shall be clearly displayed so that the Government may understand the cost development and computations.

Prime Cost Summary Template (PCST):

This template serves as a summary of the proposed labor hours, cost, and fee by contract period and is required of the prime only. A reference column has been provided on the templates for the offeror to use to identify the supporting data for each cost element. The detailed data shall be clearly displayed so that the Government may understand the cost development and computations.

TECHNICAL WORKBOOK INSTRUCTIONS

(i) Hard copies of the Technical Resources Summary Templates are to be included in Volume I, Technical Acceptability. These templates may be printed on any reasonable size paper and are not included in the page count guidelines for Volume I. In addition, electronic versions of these templates shall be submitted in Microsoft Excel format. These electronic versions are to be included in your Technical workbook of your Electronic Pricing Model (EPM). The EPM requirements are further defined in the cost instructions below.

L-28

NNJ12364358R Section L

(ii) The Technical Resources Summary Template (TRST) Completion Form is required to summarize all proposed labor resources by SLC for CY 1-5. The TRST is an automated template which serves four functions:

[(A)] In the columns entitled “Proposed FTE’s” offerors shall include all proposed labor resources. These resources shall be an accumulation of all the resources justified by the offeror’s Basis of Estimate (BOEs) paragraph in the Technical Approach section of Volume I.

(A)[(B)] The template includes a column which will automatically calculate deltas between the proposed Resources Basis for contract year one, and the year to year proposed deltas over the period of performance. These deltas must be fully justified in accordance with the Offeror’s narrative FTE efficiencies or cost savings paragraph in the Technical Approach section of Volume I. Also the reference column provided must be used by the offerors to refer the NASA evaluators to the location in your proposal where you provide the explanation and analysis of the efficiency resulting in the resource delta.

(B)[(C)] The TRST functions as a link between the Technical Volume and the Cost Volume, therefore, also include a copy of this template in the Cost Volume.

(C)[(D)] The automated graphs that follow the templates are intended to provide NASA evaluators a graphical view of your proposed resources. They are fully automated and only require your validation to ensure accuracy.

(iv) Technical Resources Template (TRT) Completion Form is required to summarize and sort by SOW task all proposed labor resources. This template requires Labor Resources identification by SLC. The format is automated and only requires you to include source data (FTE-Full Time Equivalents) in the areas shaded in yellow.

(A) A column titled “Incumbent Retention%” is included for you to display the percent of the incumbent workforce you intend to retain by SLC. Resources should be allocated to their appropriate SOW areas as best as possible. The total FTEs proposed for each TRT must reconcile to the total proposed FTEs on the TRST for CY1.

OTHER TEMPLATES INSTRUCTIONS

Overhead Template (OHT)

The prime offeror and all major subcontractor(s) must provide their Forward Pricing Rate Agreement (FPRA) used to price indirect cost for this proposal or this template. This template shall provide insight into the composition of the burden pool for the proposed overhead rates. A separate template for each of the proposed burden pools is to be completed. In addition, provide overhead cost history for the prior three years and for the term of the contract. The basis for projections of overhead shall also be provided and an explanation in support of any significant changes in either expenses or base of application that exist from one year to the next. In the event the offeror’s fiscal year and anticipated contract year do not coincide, the offeror shall complete the rate reconciliation showing how the fiscal year overhead rates result in the proposed overhead rates for each contract year. The Government does not require or mandate that you propose indirect rate ceilings. However, if proposed, the template includes an area for overhead ceilings.

A few cost elements are included on the template that represents the type of cost detail the Government requires visibility into. If these cost elements are not applicable to any proposed indirect cost pool, leave blank.

G&A Template (GAT)

L-29

NNJ12364358R Section L

The prime contractor and all major subcontractor(s) must provide their Forward Pricing Rate Agreement (FPRA) used to price G&A cost for this proposal or this template. This template shall provide insight into the composition of the burden pool for the proposed General and Administrative (G&A) rate. Identify the estimated G&A expense and explain the method for its calculation. Provide G&A cost history including the actual expense pool and application base amounts for the prior three years. The basis for projections of G&A shall also be provided and an explanation in support of any significant changes in either expenses or base of application that exist from one year to the next. In the event the offeror’s fiscal year and anticipated contract year do not coincide, the offeror shall complete the rate reconciliation showing how the fiscal year G&A rate results in the proposed G&A rate for each contract year. The Government does not require or mandate that you propose indirect rate ceilings. However, if proposed, the template includes an area for G&A ceilings.

A few cost elements are included on the template, which represents the type of cost detail the Government requires visibility into. If these cost elements are not applicable to your proposed G&A cost pool, leave blank.

Conversion Factor Template

This template is required from the prime. It shall list the conversion factor by FTE to productive hours for the prime contractor and each major subcontractor(s).

Cognizant Audit Office Template (CAOT): This template is required for each prime contractor, teaming partner, joint venture partner, and major subcontractor that meets the major subcontractor threshold ($250K per year). This template is to be delivered at the same time as the Past Performance Volume and with the Cost Volume. This template is designed to capture relevant information concerning (1) the specific location (address or addresses for prime and major subcontractors) where auditable cost information physically resides that supports amounts proposed; (2) the person or persons (name, address, phone number, e-mail address etc) who can be contacted by DCAA to provide cost realism audit information for the prime contractor, (3) the person or persons (name, address, phone number, e-mail address etc) who can be contacted by DCAA to provide cost realism audit information for your company or partners (in a teaming, joint venture or partnership situation) and major subcontractor(s); and (4) the name and address of the cognizant DCAA field audit office to which electronic and hardcopy proposals were sent.

Phase-In Template (PIT)

Phase-In will be proposed as a Firm Fixed Price. The phase-in template is required of the prime only and is designed to show the total cost (include all subcontractor phase-in costs and fee). This template must be supported by a narrative basis of estimate (BOE). Include all skills and hours on this template and add rows if needed to account for all labor required. Use the SLC’s for skill mix if appropriate or include your labor mix on the template with a brief job description in the narrative. The BOE should include a discussion of labor skill mix and significant non-labor resources (materials/supplies, equipment, other, etc.) necessary for accomplishment of phase-in requirements. The phase-in template is to include ALL phase-in costs necessary for full contract implementation.

Subcontracting Arrangement Information – (SAI) (A)

This template is required from the prime only, or in the case of a joint venture, then from each member company. It is required to evaluate the small business primes level of in-house performance of the more complex and costly contract functions. This template must show the amount of work to be performed by the

L-30

NNJ12364358R Section L

small business prime and all subcontractors (Reference FAR 52.219-14, Limitation on Subcontracting) based on total proposed cost (excluding non-labor resources and fee). This template includes shaded in yellow that will automatically calculate the percentage of total team proposed dollars.

Total Compensation Templates Instructions

The following compensation templates are required 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)

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 FTE’s 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 (DOL94-2516 or CBA Teamsters, CBA-LM or CBA-RJV) 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 FTE’s 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 2-5” 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.

L-31

NNJ12364358R Section L

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)

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 (e): Incumbency Assumptions - Contract Year 1: TC(e)

This template is required of the offeror proposed as prime and all proposed subcontractors. This template provides visibility into any incumbency assumptions proposed by each offeror pertaining to incumbency labor rates and incumbency seniority rights for fringe benefit purposes. Offerors shall select only one option in each category.

In the area entitled, “Labor Rates,” the offeror shall pick one of the three options: 1) Proposing to pay current incumbent labor rates, 2) Proposing to not pay current incumbent labor rates or, 3) Other. The Government understands that non-incumbent offerors may be only able to estimate what the current incumbents are making; however, it simply wants to understand your intentions regarding pay for these employees if retained. The offeror will provide a narrative explanation supporting or explaining the reason for selecting any of the options, particularly if option, “Other” is selected. Explain how your proposed salary structure will allow you to capture the proposed percentage of the qualified incumbent workforce.

In the area entitled, “Seniority Rights,” the offeror shall pick one of the three options: 1) Proposing to maintain seniority rights for fringe purposes, 2) Proposing to not maintain seniority rights for fringe purposes or, 3) Other. The SEB understands that non-incumbent offerors may be only able to estimate the current incumbent’s seniority levels; however, the SEB simply wants to understand your intentions regarding seniority for these employees if retained. The offeror shall provide a narrative explanation supporting or explaining the reason for selecting any of the options, particularly if option, “Other” is selected. Explain how not maintaining seniority

L-32

NNJ12364358R Section L

rights for fringe benefit purposes will allow you to capture and maintain the proposed percentage of the incumbent workforce.

L.16.4 Other Proposal Requirements (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.

(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 anticipates providing at least $250,000 of contract value per year in support of the Statement of Work effort.

(b) If proposing an 8(a) joint venture, describe your status in achieving joint venture approval from the Small Business Administration, including:

L-33

NNJ12364358R Section L

(1) Who are the parties of the joint venture?

(2) To which district SBA office was your application submitted?

(3) If approved, what date was it approved and for what length of time is the agreement valid?

(4) If not yet approved, what steps have you taken toward achieving approval?

The following supplemental cost data, where appropriate, shall be submitted with the cost volume:

1. Financial Accounting Standard (FAS) 13 Analysis:

The offeror shall perform a FAS 13 analysis, as required by FAR 31.205-36 and FAR 31.205-11, in determining the classification of a lease as operating or capital. This applied to facilities and capital equipment.

2. Cost of Money for Facilities Capital:

The offeror may choose to include the cost of money for facilities capital as authorized by Cost Accounting Standard (CAS) 414 and FAR 31.205-10 in the proposal. 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 contract.

3. Fee:

The Government anticipates the contract will be a cost-plus fixed fee type contract. Provide a discussion of how your proposed fee was derived and why it is reasonable for the type of effort (address risk, contract type, technical complexity, schedule, etc.).

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-MCS-04, Organizational Conflict of Interest Avoidance Plan.

L.16.5 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, sign, and date the SF 33

Section B B.3 Fill in your proposed Estimated Cost and Fixed Fee

B.5 (a) - Fill in the firm-fixed price for phase-in activities.

L-34

NNJ12364358R Section L

Section C None

Section D None

Section E None

Section F Fill in your proposed Estimated Cost and Fixed Fee for Options 1 and 2.

Section GG.3 (c) (1) - Insert cognizant DCAA office, Supervisory Auditor, Address, Telephone Number, Fax Number, and E-Mail Address.

Section H H.3 (c) Insert name of key personnel and others, if applicable.

Section II.5 (a) - Insert cognizant SBA District Office, SBA Representative, Address, Telephone Number, Fax Number, and E-Mail Address.

Section J Offerors will submit the required documents.

(End of provision)

L.17 List of Attachments

L-01 - Key Personnel TemplateL-02 - Past Performance Questionnaire TemplateL-03 - Completion Form WorkbookL-04 - Technical WorkbookL-05 - Other Workbook

(End of provision)

[END OF SECTION]

L-35