+ All Categories
Home > Documents > Section L  · Web viewSECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. LISTING...

Section L  · Web viewSECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. L.1. LISTING...

Date post: 29-Nov-2018
Category:
Upload: lehuong
View: 213 times
Download: 0 times
Share this document with a friend
87
TEST - NNJ11HA02C Section L SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1 LISTING OF PROVISIONS INCORPORATED BY REFERENCE Clause(s) at the beginning of this Section are incorporated by reference, with the same force and effect as if they were given in full text. Clauses incorporated by reference which require a fill-in by the Government include the text of the affected paragraph(s) only. This does not limit the Clause to the affected paragraph(s). The Contractor is responsible for understanding and complying with the entire Clause. The following contract Clauses pertinent to this section are hereby incorporated by reference: I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSE NUMBER DATE TITLE 52.211-14 APR 2008 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS AND EMERGENCY PROGRAM USE Any Contract awarded as a result of this solicitation will be a DPAS rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. 52.214-34 APR 1991 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE Page L-1
Transcript

TEST - NNJ11HA02C Section L

SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

L.1 LISTING OF PROVISIONS INCORPORATED BY REFERENCE

Clause(s) at the beginning of this Section are incorporated by reference, with the same force and effect as if they were given in full text. Clauses incorporated by reference which require a fill-in by the Government include the text of the affected paragraph(s) only. This does not limit the Clause to the affected paragraph(s). The Contractor is responsible for understanding and complying with the entire Clause.

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

I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

CLAUSE NUMBER DATE TITLE

52.211-14 APR 2008 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY

PREPAREDNESS AND EMERGENCY PROGRAM USE

Any Contract awarded as a result of this solicitation will be a DPAS rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation.

52.214-34 APR 1991 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE

52.214-35 APR 1991 SUBMISSION OF OFFERS IN THE U.S. CURRENCY

52.215-1 JAN 2004 INSTRUCTIONS TO OFFERORS-COMPETITIVE ACQUISITION

52.215-22 OCT 2009 LIMITATIONS ON PASS-THROUGH CHARGES – IDENTIFICATION OF

SUBCONTRACT EFFORT

Page L-1

TEST - NNJ11HA02C Section L

52.222-24 FEB 1999 PRE-AWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE

EVALUATION

52.222-46 FEB 1993 EVALUATION OF COMPENSATION FOR PROFESSIONAL EMPLOYEES

52.232-38 MAY 1999 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH

OFFER

52.237-1 APR 1984 SITE VISIT

52.237-10 OCT 1997 IDENTIFICATION OF UNCOMPENSATED OVERTIME

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

CLAUSE NUMBER DATE TITLE

1852.227-71 APR 1984 REQUESTS FOR WAIVER OF RIGHTS TO INVENTIONS END OF CLAUSES

INCORPORATED BY REFERENCE

L.2 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA (FAR 52.215-20) ALTERNATE IV (OCT 1997)

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

(b) Provide information described below:

(i) See Provision L.19.6 Volume IV – Cost Proposal

(End of provision)

L.3 TYPE OF CONTRACT (FAR 52.216-1) (APR 1984)

The Government contemplates issuing an Award Fee Indefinite Delivery, Indefinite Quantity (IDIQ) contract with CR and FP task/delivery orders. Upon award the Government intends to issue both Cost Reimbursable (CR) and Fixed Price (FP) task orders to execute the requirements listed in the Statement of Work (SOW). All costs associated with the phase-in of this Contract are firm-fixed price.

(End of provision)

Page L-2

TEST - NNJ11HA02C Section L

L.4 SERVICE OF A PROTEST (FAR 52.233-2) (SEP 2006)

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

Hand Carried

Call Jesse Brennan at 575.524.5727 prior to arrival

U.S. Mail Address

NASA White Sands Test FacilityTEST Solicitation NNJ10336472RATTENTION: Irene GarciaP.O. Box 20Las Cruces, NM 88004-0020

Shipping Address (other than U.S. Mail):

NASA White Sands Test FacilityTEST Solicitation NNJ10336472RATTENTION: Irene Garcia12600 NASA RoadLas Cruces, NM 88012

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

(End of provision)

L.5 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FAR   52.252-1) (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

Page L-3

TEST - NNJ11HA02C Section L

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 addresses:

Federal Acquisition Regulation (FAR) Clauses: http://www.acquisition.gov/Far/

NASA FAR Supplement (NFS) Clauses: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

(End of provision)

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

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

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

(End of provision)

L.7 PRE-PROPOSAL/ PRE-BID CONFERENCE (NFS 1852.215-77) (DEC 1988)

(a) A pre-proposal/pre-bid conference will be held on: June 23-25, 2010.

(b) Attendance at the pre-proposal/pre-bid conference is recommended; however, attendance is neither required nor a prerequisite for proposal/bid submission and will not be considered in the evaluation.

(End of provision)

L.8 PROPOSAL PAGE LIMITATIONS NFS (1852.215-81) (FEB 1998)

(a) The page limitations for each of the sections of the proposal submitted in response to this solicitation are defined in Section L.19.2, “Proposal Arrangement, Page Limitations, Copies and Due Dates”.

(b) A page is defined as one side of a 20lb bond sheet, 8 1/2" x 11", with at least 1-inch margins on all sides, using not smaller than 12 point (non-compressed) Arial type, with the exception of tables, charts, graphics and figures, which may use no smaller than 10 point Arial (non-compressed) font. Foldouts count as an equivalent number of 8 1/2" x 11" pages. The metric standard format most closely approximating the described standard 8 1/2" x 11" size may also be used.

Page L-4

TEST - NNJ11HA02C Section L

(c) Title pages, cover sheets, tables of contents, acronym listings (or a glossary of abbreviations), and requested cross reference lists are excluded from the page counts specified in paragraph (a) of this provision. In addition, the Cost section of your proposal is not page limited. However, this section is to be strictly limited to cost and price information. Information that can be construed as belonging in one of the other sections of the proposal will be so construed and counted against that section's page limitation.

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

(e) Pages submitted in excess of the limitations specified in this provision will not be evaluated by the Government and will be returned to the Offeror.

(f) Offerors are highly encouraged to provide only the relevant information necessary to understand their proposal. Filling the page count with extraneous and/or repetitive information is highly discouraged.

(End of provision)

L.9 SAFETY AND HEALTH PLAN (NFS 1852.223-73) (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.

Page L-5

TEST - NNJ11HA02C Section L

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

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

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

(End of provision)

L.10 INSURANCE – IMMUNITY FROM TORT LIABILITY (NFS 1852.228-80) (SEPT 2000)

If the Offeror is partially or totally immune from tort liability to third persons as a State agency or as a charitable institution, the Offeror will include in its offer a representation to that effect. When the successful Offeror represented in its offer that it is immune from tort liability, the following Clause(s) will be included in the resulting Contract:

(a) When the Offeror represents that it is partially immune from tort liability to third persons as a State agency or as a charitable institution, the Clause at FAR 52.228-7, Insurance — Liability To Third Persons, and the associated NFS Clause 1852.228-81, Insurance — Partial Immunity From Tort Liability, will be included in the Contract.

(b) When the Offeror represents that it is totally immune from tort liability to third persons as a State agency or as a charitable institution. The Clause at NFS 1852.228-82, Insurance — Total Immunity From Tort Liability, will be included in the Contract.

(End of provision)

L.11 DETERMINATION OF COMPENSATION REASONABLENESS (NFS 1852.231-71) (MAR   1994)

(a) The proposal shall include a total compensation plan. This plan shall address all proposed labor categories, including those personnel subject to Union agreements, the Service Contract Act, and those exempt from both of the above. The total compensation plan shall include the salaries/wages, fringe benefits and leave programs proposed for each of these categories of labor. The plan also shall include a discussion of the consistency of the plan

Page L-6

TEST - NNJ11HA02C Section L

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.12 PROTESTS TO NASA (NFS 1852.233-70) (OCT 2002)

Potential bidders or Offerors may submit a protest under 48 CFR Part 33 and FAR Part 33 (Protests, Disputes, & Appeals) 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.13 GOVERNMENT PROPERTY MANAGEMENT INFORMATION (NFS 1852.245-80) (SEP 2007) (DEVIATION)

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

(b) The Offeror shall provide the date of its last Government property control system analysis along with its overall status, a summary of findings and

Page L-7

TEST - NNJ11HA02C Section L

recommendations, the status of any recommended corrective actions, the name of the Government activity that performed the analysis, and the latest available contact information for that activity.

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

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

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

(f) The Offeror shall identify, in list form, any equipment that it intends to acquire and directly charge to the Government under this Contract. The list shall include a description, manufacturer, model number (when available), quantity required, and estimated unit cost.

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

Page L-8

TEST - NNJ11HA02C Section L

(h) Existing available Government property listed in the provision at NFS 1852.245-81 is provided "as is". NASA makes no warranty regarding its performance or condition. The Offeror uses this property at its own risk and should make its own assessment of the property’s suitability for use. The equitable adjustment provisions of the FAR Clause at 52.245-1, Government Property, are not applicable to this property. The Offeror must obtain the Contracting Officer's written approval before acquiring replacement property when it intends to charge the cost directly to the Contract.

(i) Existing Government property was made available for review prior to final RFP release.

(End of provision)

L.13.1 LIST OF AVAILABLE GOVERNMENT PROPERTY (NFS 1852.245-81) (SEP   2007) (DEVIATION)

(a) The Government will make the following Government property available for use in performance of the Contract resulting from this solicitation, on a no-charge-for-use basis in accordance with FAR 52.245-1, Government Property. The Offeror shall notify the Government, as part of its proposal, of its intention to use or not use the property.

ItemDescription

AcquisitionDate

AcquisitionCost

Quantity If Equipment

See Attachment J.4 List of Installation-Accountable Property and Vehicles

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

ItemDescriptio

n

Acquisition

Date

Acquisition

Cost

Quantity

If Equipment

Page L-9

TEST - NNJ11HA02C Section L

N/A Manufacturer

Model

Serial Numbe

r

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

(End of provision)

L.14 PROPOSAL MARKING AND DELIVERY (JSC 52.215-109) (JUN 2007)

(a) Due to heightened security measures in force at the Johnson Space Center (JSC) and at the White Sands Test Facility (WSTF), and to ensure timely proposal submission, the following procedures shall be followed.

(b) Offerors shall deliver proposals to both WSTF and JSC. WSTF is the designated Government Office for purposes of establishing the designated government office as specified in provision FAR 52.215-1, “Instructions to Offerors-Competitive Acquisitions”.

(c) The following instructions for submission of proposals are designed to ensure proposal data is adequately protected against potential improper disclosure while concurrently ensuring the physical security of JSC and WSTF. The delivery process may require an hour or more for packages to be screened through security and subsequently transported and delivered by the Offeror at the designated building while being accompanied by an employee of the U. S. Government (civil service point of contact). After 3 p.m., local time, incoming packages cannot be screened until the following business day. Any attempt by an Offeror to deliver a proposal on a weekend or on a Federal holiday shall be coordinated through the Contracting Officer at least 48 hours prior to the planned delivery date. While the Offeror may use a commercial provider for delivery services, the Offeror shall ensure that its proposal is delivered in a manner that fully complies with the requirements of this solicitation provision and any other proposal delivery instructions in this RFP. Failure to comply could delay the proposal delivery or allow it to be handled by unauthorized or non-Government personnel. Proposals must be hand delivered to comply with security requirements and to ensure that your proposal data is not compromised. Offerors are advised that proposals sent by commercial carrier or through the U.S. Postal Service are subject to being opened and inspected by non-Government personnel. As used herein, the term “non-Government

Page L-10

TEST - NNJ11HA02C Section L

personnel” refers to all personnel not employed directly by the U.S. Government, and includes employees of Government Contractors.

(d) To expedite delivery, each box containing proposal information shall be clearly marked with the following information:

“PROPOSAL DATA – SEB SENSITIVE -- DO NOT OPEN

Submitted by: [Offeror’s Identity and address] in response to TEST - Solicitation NNJ10336472R

Box ___ of ___.

WSTF Civil Service Points of Contact:

Irene M. Garcia, Contracting Officer 281.792.7693

Harold D. Beeson, SEB Chair 281.792.7692

JSC Civil Service Points of Contact:

Perry Lamar Mueller, Contracting Officer 281.483.7158

(e) To deliver a proposal:

At WSTF:

Each Offeror shall notify the WSTF Contracting Officer at least one day in advance of the proposal submission to schedule a time for receipt of proposals. The following information shall be provided to the Contracting Officer regarding proposal delivery:

1. Name of person(s) delivering proposal,

2. Affiliation of person(s) delivering proposal,

3. Contact number for person(s) delivering proposal

Offerors can access the site by first entering WSTF at the main gate. It is the Offeror’s responsibility to review and comply with the instructions of the “WSTF Visitors Guide” which has been posted to the TRL (Technical Resource Library) to ensure a smooth proposal delivery. The main gate can be reached by traveling north on NASA Road from Highway 70. Upon entering the site, Offerors will encounter a security guard. Offerors shall advise the guard that they are delivering a proposal and the guard will notify a civil service point of contact. Since all incoming freight is screened, to avoid delays Offerors are encouraged to limit vehicle contents to the proposal being delivered. Anyone delivering a proposal, including persons

Page L-11

TEST - NNJ11HA02C Section L

having authorized access to WSTF may be subject to searches and/or delays. This should be factored in to the Offeror’s arrival time so that proposals are not received late.

At JSC:

Each Offeror shall notify the JSC Point of Contact one day in advance of the proposal submission to schedule a time for receipt of proposals.

Offerors can access JSC by entering JSC at Gate 4. Offerors are advised that entry through any other gate could result in excessive delays or searches of vehicle contents by non-Governmental personnel. Anyone delivering a proposal, including persons having authorized access to JSC, may be subjected to searches or delays when attempting to enter through a gate other than Gate 4. Gate 4 can be reached by traveling east on Bay Area Boulevard from Interstate Highway 45. Turn right off of Bay Area Boulevard onto Space Center Boulevard and enter JSC at the first entrance on the right. Gate 4 is open from 6:00 a.m. local time. Upon entering JSC, Offerors will encounter a security guard posted at Gate 4. Offerors shall advise the guard posted at Gate 4 that they are delivering a proposal and will receive instructions to proceed to a security checkpoint (Post 12). Since all incoming freight is screened, to avoid delays, Offerors are encouraged to limit vehicle contents to the proposal being delivered.

(f) Upon arriving at security (WSTF Main Gate/JSC Security Checkpoint Post 12) each Offeror shall verify with the guard that an authorized civil service point of contact has been requested to escort the Offeror for the remainder of the delivery process. The authorized civil service point of contact will be notified by the security guard. The time when the Offeror arrives with the proposals will determine the official proposal submission time and the civil service point of contact will acknowledge the time. The cutoff time for proposal submission is 1:30 p.m., local time at the point of destination on the due date designated in paragraph (b) of this provision. Upon arrival of the civil service point of contact, the packages will be taken for screening before being loaded back onto the Offeror’s vehicle for delivery at the designated building. Offerors are responsible for transporting proposals from the security gate to the designated building and may be requested to offload the proposal material upon arrival at the designated building.

(g) 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 the delivery to White Sands Test Facility. If the Offeror does not know the

Page L-12

TEST - NNJ11HA02C Section L

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 the Offeror’s company’s 5 digit Zip Code in the area provided and click on the adjacent “search” button. (It is important that the Offeror enter the 5 digit Zip Code for the Offeror’s company location where auditable books and records supporting amounts in the Offeror’s proposal physically reside.) Once the search is completed, the cognizant field audit office physical and E-mail address and Voice and FAX telephone numbers will be displayed.

(End of provision)

L.15 NOTICE OF POTENTIAL ORGANIZATIONAL CONFLICTS OF INTEREST (OCI)

(a) Notice: The attention of prospective Offerors is invited to FAR Subpart 9.5 --Organizational Conflicts of Interest. The Contracting Officer shall not award a contract until NASA determines any conflict of interest is reasonably resolved. The Contracting Officer has the sole authority to determine whether an OCI exists and to determine whether the OCI is reasonably resolved.

(b) Description of Potential Conflict: See Clause H.2 Limitation of Future Contracting, paragraph (b).

(c) Responsibility of Offeror: Applying the principles of FAR Subpart 9.5, each Offeror shall assess whether there is an OCI associated with the proposal it submits. The Offeror must explain the actions it intends to use to resolve any OCI finds in the Government’s assessment and its own assessment. If its proposed resolution involves a proposed limitation on future contracting, the Offeror shall include the Clause at NFS 1852.209-71 entitled “Limitation on Future Contracting” in its proposal and if the proposed resolution involves use of mitigation techniques, the Offeror shall include an Organizational Conflict of Interest Mitigation Plan in its proposal.

(d) Representation: By submission of its proposal, the Offeror represents, to the best of its knowledge and belief, that (1) there are no relevant facts that could give rise to an OCI, as defined in FAR Part 2, Definition of Words and Terms; or (2) the Offeror has disclosed all relevant information regarding any actual or potential OCI. Offerors are encouraged to inform the Contracting Officer of any potential OCI, including those involving contracts with other Government organizations, before preparing their proposal to determine whether the Government will require resolution of those conflicts. If the

Page L-13

TEST - NNJ11HA02C Section L

successful Offeror was aware, or should have been aware, of an OCI before award of this Contract and did not fully disclose that conflict to the Contracting Officer, the Government may terminate the Contract for default.

(End of provision)

L.16 PROPOSAL ACCEPTANCE PERIOD

Proposals submitted in response to this solicitation shall remain firm for at least 350 calendar days after the date specified for receipt by the Government and shall contain a statement to this effect. In addition, Offerors shall insert “350” into the appropriate block of the Standard Form 33, Solicitation, Acceptance, and Award.

(End of provision)

L.17 COMMUNICATIONS REGARDING THIS SOLICITATION

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

[email protected]

QUESTIONS REGARDING THIS SOLICITATION MUST BE PRESENTED IN WRITING and shall be submitted electronically to the above e-mail address by August 18, 2010 at 1:30 PM MDT 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.18 ACCOUNTING FOR LEASE COSTS

This solicitation covers a 2-month phase in period and a basic period of 3 years, with options for up to an additional 2 years (two 1-year options) of performance. In providing for offsite facilities, it is possible that the Contractor may lease space and that any resulting lease agreement may be for the entire life of the Contract. In this regard, Offerors should be aware that Financial Accounting Standards (FAS) apply to Government Contracts through their incorporation into the Federal Acquisition Regulation (see FAR 31.205-36, Rental Costs). Of particular interest in this context is Statement of Financial Accounting Standards (SFAS) No. 13, “Accounting for Leases.” The amount of lease costs that will be allowable under the Contract will depend, in part, on whether the lease is considered to be “operating” (wherein lease costs would be allowable if otherwise allocable and

Page L-14

TEST - NNJ11HA02C Section L

reasonable) or “capital” (in which case, allowable lease costs would be limited to what the cost would have been if the Contractor had acquired the facility and depreciated it).

Whether a lease is properly characterized as an operating lease or a capital lease depends upon criteria established by SFAS-13, which states, in pertinent part, that a lease is a capital lease if (1) the lease transfers ownership of the property to the lessee; (2) the lease contains a bargain purchase option; (3) the lease term is equal to 75 percent or more of the estimated economic life of the leased property; or (4) the present value of minimum lease payments equals 90 percent or more of the fair market value of the leased property. It should be noted that SFAS-13 provides that the determination as to whether a lease is operating or capital is to be made at the inception of the lease. An analysis is also required at the time an option is exercised if it is considered a “new agreement” in accordance with the provisions of FAS 13.

Under SFAS-13 criteria 3 and 4 above, the issue as to whether a lease is capital or operating may depend not only upon the apparent lease term expressed in the lease, but also upon whether termination of the lease before the expiration of the term is “reasonably possible” or a “remote contingency.” SFAS-5 (applicable to SFAS-13) defines “reasonably possible” as “the chance of the future event or events occurring is more than remote but less than likely.” The definition of “remote contingency” is “the chance of the future event, or events, occurring is slight.”

The Offeror shall submit copies of any proposed lease, along with a statement of whether it considers the lease to be capital or operating, for purposes of reimbursement under the Contract. The Offeror should also include an analysis detailing the cost impact of treating the lease as an operating lease and the cost impact of treating the lease as a capital lease. The Offeror shall also, whether it considers the lease to be operating or capital, submit the rationale therefore, with sufficient substantiation to enable the Government to conclude that the Offeror’s categorization and proposed cost of the lease is correct. The Offeror should explain where these costs are included in the cost proposal elements.

(End of provision)

L.19 INSTRUCTIONS FOR PROPOSAL PREPARATION

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

L.19.1 Introduction

Page L-15

TEST - NNJ11HA02C Section L

L.19.2 Proposal Development and Page Limitation

L.19.3 Volumes I – Mission Suitability

L.19.4 Volume II – Plans and Other Data

L.19.5 Volume III – Past Performance

L.19.6 Volume IV – Cost/Price Proposal

L.19.7 Volume V – Model Contract

(End of provision)

L.19.1 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 TEST Statement of Work (SOW). Additional information describing the operational environment at WSTF is provided to the Offerors in Attachment L-10, WSTF Background Information. Generally, the proposal shall:

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

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

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

Offerors are requested to provide information responsive to the items set forth below. This information is considered essential for the Government to conduct a fair and uniform evaluation of proposals in accordance with the evaluation factors and sub-factors provided in Section M. The items listed are not, however, all-

Page L-16

TEST - NNJ11HA02C Section L

inclusive and you should include in your proposals any further discussion you believe to be necessary or useful in demonstrating your ability to perform the work under this Contract.

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

This procurement shall be conducted utilizing a combination of mission suitability, past performance and cost/price factors. The Government seeks to select an Offeror whose proposal represents the best value after evaluation.

An initial review will be conducted to determine acceptability of the proposals. All unacceptable proposals will be eliminated from further evaluation. The Government has the option, depending on the specific circumstances of the offers received, to utilize one of the following methods: (1) make selection and award without discussions (as provided for in FAR 52.215-1, “Instructions to Offerors – Competitive Acquisitions”); or (2) after discussions with all Offerors in the competitive range afford each Offeror an opportunity to revise its offer, and then make selection.

The proposals shall be organized into five volumes. The volume contents are discussed in detail below.

L.19.1.1 PERIOD COVERED BY PROCUREMENT

This solicitation covers a period of 5 years and the 60-day phase-in. For contracting purposes,

Anticipated Dates Duration Contractual Coverage

03/01/11 – 04/30/11 60 Days Phase-In

05/01/11 – 04/30/14 3 Years Base Period

05/01/14 – 04/30/15 1 Year Option 1

05/01/15 – 04/30/16 1 Year Option 2

The option periods identified above will be exercised only if the requirements of FAR 17.207, 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)

Page L-17

TEST - NNJ11HA02C Section L

L.19.2 PROPOSAL ARRANGEMENT, PAGE LIMITATIONS, COPIES, AND DUE DATES

(a) Proposal ArrangementOfferors shall arrange their proposals as set forth below.

Table L-1: Overview of Proposal Volumes and Page Limitations

Volume No. Title Page Limits Electronic Format

I Mission Suitability 170

Part 1 - Management

Management Approach (MA1-MA6) Included in 170. MS Word

Part 2 - Technical

Technical Approach with Associated Specific Technical Understanding and Resources (TA1-TA2) Note: Technical Resource Worksheets are not included in the page count

Included in 170

Note: Technical Resource Worksheets are not included in the page count

MS Word

Part 3 - Safety and Health

Safety and Health Approach (SH1 – SH3) Included in 170 MS Word

Part 4 - Small Business Utilization

Small Business Utilization Approach (SBU1-SBU3) Included in 170 MS Word

II Plans and Other Data 230

Appendix A Contract Work Breakdown Structure (WBS) and Dictionary

25* MS Word

Appendix B Contract Management Plan 30* MS Word

Appendix C Contract Risk Management Plan 10* MS Word

Appendix D Quality Plan 20* MS Word

Appendix E Organizational Conflict of Interest Avoidance Plan 5* MS Word

Appendix F Performance Assessment Plan 5* MS Word

Appendix G Maintenance Operations and Repair Plan 5* MS Word

Page L-18

TEST - NNJ11HA02C Section L

Volume No. Title Page Limits Electronic Format

Appendix H Key Personnel Resumes 3 pages per position**

MS Word

Appendix I Staffing and Critical Skills Plan 15* MS Word

Appendix J Labor Relations Plan 5* MS Word

Appendix K Total Compensation Plan 20* MS Word

Appendix L External Customer Plan 15* MS Word

Appendix M Contract Phase-in Plan 15* MS Word

Appendix N Government Property Management Plan 10* MS Word

Appendix O Safety and Health Plan 40* MS Word

Appendix P Environmental Compliance Plan 5* MS Word

Appendix Q Small Business Subcontracting Plan 5* MS Word

III Past Performance 85

Past Performance Description 15* MS Word

Past Performance Attachments Note: OSHA Forms 300 and 300A are not subject to page count limitations

70*

Note: OSHA Forms 300 and 300A are not subject to page count limitations

MS Word

IV Cost/Price Proposal Not Limited

Templates Not Limited MS Excel

Cost Narrative Not Limited MS Word

V Model Contract Not Limited

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

Not Limited

* The numbers of pages shown for these items are guidelines only. The Offeror may increase or decrease the number of pages in each submitted item, provided the total number of pages submitted for the volume does not exceed the page limitation shown above for each volume.

Page L-19

TEST - NNJ11HA02C Section L

** The page limit for Key Personnel is two pages for the resume and one page for the evidence of commitment, for each key position proposed. These pages are not included in the total volume page count.

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

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

(d) 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.

(e) Proposal Copies and Due Dates

Table L-2: Proposal Copies and Due Dates

Due Date Volume Title Time Due Delivery

Location Copies

Sept. 20,

2010

I Mission Suitability 1:30 p.m. Local at destination

WSTF and JSC (See L.14)

12 hard copy, 2 CD-ROM (WSTF) 2 hard copy, 1 CD-ROM (JSC)

Sept. 20,

2010

II Plans and Other Data 1:30 p.m. Local at destination

WSTF and JSC (See L.14)

12 hard copy, 2 CD-ROM (WSTF) 2 hard copy, 1 CD-ROM (JSC)

Sept. 8,

2010*

III Past Performance 1:30 p.m. Local at destination

WSTF and JSC (See L.14)

12 hard copy, 2 CD-ROM (WSTF) 2 hard copy, 1 CD-ROM (JSC)

Sept. IV Price Proposal 1:30 p.m. WSTF, JSC 12 hard copy, 2 CD-

Page L-20

TEST - NNJ11HA02C Section L

20, 2010

Local at destination

and DCAA (See L.14)

ROM (WSTF) 1 hard copy, 1 CD-ROM (JSC) and DCAA (see L.14)

Sept. 20,

2010

V Completed Model Contract and Signed SF33; Representations and Certifications with all fill-ins completed

1:30 p.m. Local at destination

WSTF and JSC (See L.14)

4 originals, 2 CD-ROM (WSTF) 1 original, 1 CD-ROM (JSC)

* Proposal Volume III, Past Performance, and the Cognizant Audit Office Template (CAOT) are requested early, but not officially due until Sept. 20, 2010.

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

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

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

Page L-21

TEST - NNJ11HA02C Section L

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

(End of provision)

L.19.3 Volume I – Mission Suitability

The proposal must demonstrate that the offered items(s)/services(s) meet the baseline requirement. The Offeror shall describe or provide the following in Volume I:

Part 1. Management Approach

Part 2. Technical Approach

Part 3. Safety & Health

Part 4. Small Business Utilization

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 Mission Suitability Proposal shall comprehensively explain how you propose to comply with the applicable specifications, as well as the techniques and procedures you propose to implement.

Information previously submitted, if any, will not be considered unless it is resubmitted as part of the proposal; it must not be incorporated by reference. Offerors must not assume that the Evaluation Team is aware of their company abilities, capabilities, plans, facilities, organization or any other pertinent fact that is important to the accomplishment of the work.

The Government reserves the right and intends to award the IDIQ Fixed Price Task Orders (Attachment L-2) as proposed. All other work will be authorized on IDIQ Task Orders negotiated between the Contractor, the Government, and the Offeror should plan adequate support for the task order process during Phase-In.

L19.3.1 Part 1 - Management Approach (MA)

The Offeror shall describe its approach to and rationale for meeting the management requirements of the SOW, focusing on the sub-factors below.

Page L-22

TEST - NNJ11HA02C Section L

Proposed innovations with objective measures must be included in the model contract and clearly identified in the response to this evaluation sub factor.

MA1. Overall Management Approach– The Offeror shall provide in Volume I their overall management approach for fulfilling all Contract requirements. The Offeror’s response shall include in Volume II, Plans and Other Data, the content defined in the following DRD’s:

Contract Management Plan (DRD-TEST-CM-02) Contract Work Breakdown Structure and Dictionary (DRD-TEST-CM-01) Contract Risk Management Plan (DRD-TEST-CM-03) Organizational Conflict of Interest Avoidance Plan (DRD-TEST-BP-01) Performance Assessment Plan (DRD-TEST-PM-01).

The Narrative in Volume I and DRD information in Volume II shall be integrated in such a way that information is complementary with a minimum of duplication.

In addition, the following is also required:1. Identify pertinent and available corporate resources including personnel,

facilities, equipment, which are either internal and/or external to the TEST Contract, and methods and risks associated in obtaining these resources.

2. Describe the Offeror’s management approach to supporting ISO 9001 (International Standard for a Quality Management System), AS 9100 (Aerospace Quality Management System Standard), and ISO 14001 (International Standard for an Environmental Management System) programs, processes, and certifications.

MA2. Requirements Management Approach - The Offeror shall fully describe its proposed project management approach and rationale, and project management functions, strategies, policies and procedures to:

Implement IDIQ task orders while ensuring cost containment, schedule adherence, safety, and customer satisfaction

Perform configuration management and data management processes

The Offeror’s response shall include the content defined in the following DRD’s:

Maintenance Operations and Repair Plan (DRD-TEST-MO-01).

Narrative and DRD information shall be integrated in such a way that information is complementary with a minimum of duplication.

MA3. Key Personnel Approach - The Offeror shall discuss its approach and rationale for identifying, selecting and filling Key Positions (including Key Positions of Teaming Partners and subcontractors). The Offeror shall provide the following, including rationale for the proposed approach:

Page L-23

TEST - NNJ11HA02C Section L

• The basis for selecting the proposed Key Positions, and the basis for selection of the individuals and a summary of their qualifications to fill those positions

• All Key Personnel Resumes (using the form in Attachment L-1) shall be included in Volume II, Plans and Other Data

If Key Personnel are currently being proposed for other contracts, or for other reasons are not planned to be 100% dedicated to this Contract, describe the level of commitment proposed. Please discuss your rationale for how the work can be effectively performed with a Key Person or Persons who are not fully committed to this Contract. Include in the discussion, scenarios that may lead to less than their full commitment to this Contract and any alternatives you propose. If the commitment of Key Personnel is contingent upon the outcome of another competition, alternate Key Personnel should be proposed, along with an Attachment L-1 resume and a description of their level of commitment.

MA4. Staffing Approach - The Offeror shall provide in Volume I an overview of its approach to attracting and retaining high caliber personnel capable of meeting SOW requirements at a high level of excellence and how it will hire, maintain and compensate its staff. This Offeror’s response shall include the content defined in the following DRD’s:

Staffing and Critical Skills Plan (DRD-TEST-CM-09) Total Compensation Plan (DRD-TEST-CM-08), the total compensation

plan must correspond with the data provided on the Total Compensation Templates (a), (b), (c), (d), and (e).

Labor Relations Plan (DRD-TEST-CM-07), presented in Volume II, Plans and Other Data.

Narrative and DRD information shall be integrated in such a way that information is complementary with a minimum of duplication.

MA5. External Customers – The Offeror shall summarize an approach for recruiting and integrating TEST Contract facility external customers outside of NASA, including government, academic and commercial entities. The Offeror shall explain how WSTF’s capabilities, existing processes and principals will be included in this strategy. The Offeror shall identify and discuss any industry standards or best practices that the Government should adopt to attract external customers. The Offeror shall identify any special terms and conditions that the Government would need to consider. The Offeror shall provide preliminary estimates of the types of customers they expect to recruit, along with the anticipated usage levels/timeframes and Returns to WSTF as defined in DRD-TEST-CM-05 by contract year. The Offeror shall discuss how their approach results in a net gain in new business for WSTF. In addition to the supplied narrative, the Offeror shall submit details in the External Customers Plan, (DRD-TEST-CM-05), and submit any special terms and conditions in its model contract.

Page L-24

TEST - NNJ11HA02C Section L

Note: The initial Government estimate of Returns to WSTF targeted for External Customer activities in the facilities is listed below. The Returns to WSTF as a result of External Customers will be realized during the performance of the contract and shall not be included in the cost volume of the Offeror’s final proposal.

Contract Year CY1 CY2 CY3 CY4 CY5

Reimbursement to WSTF ($k)

140 520 850 1150 1480

Contractor Labor (hrs) 7400 28000 46000 63000 80600

MA6. Contract Phase-in – The Offeror shall summarize a 60-day phase-in plan that identifies schedule, key milestones, and how the Offeror will attain readiness to assume all ongoing operations and development responsibilities in a safe and effective manner at contract start. The Offeror shall add supporting logic and rationale, as well as proposed metrics to determine transition progress. The Offeror shall submit details in the Contract Phase-In Plan (DRD-TEST-CM-04). Additionally, the Offeror shall submit a Contract Management Plan (DRD-TEST-CM-02) and a Government Property Management Plan (DRD-TEST-LS-07).

L19.3.2 Part 2 - Technical Approach (TA)

The Offeror shall describe its approach and rationale to meeting the technical requirements of the SOW, focusing on the sub factors below.

TA1. Technical Approach and Technical Risks – The Offeror shall describe their overall technical approach and rationale to accomplishing the technical requirements of the SOW including the following:

Describe the tools that will be used to plan, track, and organize the tasks required in the contract.

Show the Offeror’s demonstrated understanding of the scope of the work described by identifying technical risks associated with the work described as it relates to the overall WSTF mission, and generate a proposed plan to mitigate those risks.

Page L-25

TEST - NNJ11HA02C Section L

Identify or propose opportunities to incorporate current or emerging technologies and processes to streamline or enhance systems or processes currently in use without losing the ability to relate new test data to the existing body of information from similar testing in the past, particularly for the standard processes.

Describe how the Offeror intends to perform system maintenance and repair tasks without interfering with the test operations.

Describe any efficiencies and innovations that cover multiple areas (SOW or sample Task Orders) in this section. Proposed efficiencies and innovations including any associated Contract Clauses must be included in the model contract and clearly identified along with specific SOW references in the response to this evaluation factor.

The narrative shall be supported by additional information supplied in the Project Assessment Plan (DRD-TEST-PM-01), Contract Risk Management Plan (DRD-TEST-CM-03), Quality Plan (DRD-TEST-SQ-02), and the Maintenance Operations and Repair Plan (DRD-TEST-MO-01).

TA2. Specific Technical Understanding and Resources - The Offerors are required to demonstrate their understanding of the requirements and the specific labor resources needed to successfully perform the requirements of this Contract. Since the paragraphs and Tables described in these instructions are also intended to facilitate the technical evaluation of the Offeror’s Cost/Price proposal, Offerors should carefully follow these instructions.

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

The Offeror shall provide detailed responses to all of the Fixed Price IDIQ Task Orders listed in Table L-3. The Government will award the Fixed Price IDIQ Task Orders at contract start based on the Offeror’s proposed price. The Offeror shall also supply a detailed response to each of the Sample Cost Reimbursable IDIQ Task Orders listed in Table L-4. The Sample Cost Reimbursable IDIQ Task Orders are not intended to represent the full value of the Cost Reimbursable portion of the Contract but are intended to evaluate the Offeror’s technical understanding and cost realism of typical WSTF Work Content. The Cost Reimbursable IDIQ Sample Task Orders are hypothetical scenarios that give

Page L-26

TEST - NNJ11HA02C Section L

offerors an opportunity to demonstrate their understanding of the requirements. The Government does not intend to award the Cost Reimbursable IDIQ Sample Task Orders at contract start.

Table L-3: Specific Technical Understanding and Resources Requirements, Fixed Price IDIQ Task Orders

SOW SectionFixed Price Task Order

NumberTitle Reference

Attachment

2.1 1TAMGMT Contract Management L-2-1

2.2 1TABPRO Business Processes L-2-2

4.0 1TAEMER Emergency Services L-2-3

5.10.2 1TCMAIL Mail Services L-2-4

5.10.3 1TCSUPL Supply Management L-2-5

5.10.4 1TCEQUP Equipment Management L-2-6

5.10.5 1TCDISP Disposal Services L-2-7

5.10.6 1TCTRNS Transportation and Fleet Management L-2-8

5.10.7 1TCRECV Receiving Services L-2-9

5.10.8 1TCRPRO Real Property L-2-10

5.11 1TCBGaJ Buildings, Grounds and Janitorial L-2-11

5.12 1TCRADO Radios and Paging L-2-12

Table L-4: Specific Technical Understanding and Resources Requirements, Cost Reimbursable IDIQ Sample Task Orders

Task Order Task Order Number Title Reference Attachment

1 1TFJEDI Joint ECLSS Development Initiative L-3-1

2 1TDPROP Propulsion Test Project L-3-2

3 1TCCHLB Chemistry Laboratory Revitalization Project L-3-3

4 1TAMANT Systems Maintenance for 400 and 800 Areas

L-3-4

Page L-27

TEST - NNJ11HA02C Section L

The Offeror shall provide for each Task Order A) the specific technical understanding of the requirements; B) the basis of estimate including any efficiencies proposed; and C) provide an estimate in the form of a technical resources summary templates (TRSTCR and TRSTFP). This information shall be provided in accordance with paragraphs A, B, and C below.

A. Technical Understanding of Requirements

Detail the technical approaches for providing products and services defined in the Fixed Price IDIQ Task Orders in Table L-3 and for the Cost Reimbursable IDIQ Sample Task Orders in Table L-4, and provide all assumptions and rationale used. Provide sufficient discussion to fully demonstrate understanding of the technical requirements for all Task Orders. Discuss all needed functions including enabling and facility support requirements, and cite the appropriate reference to the SOW of the contract to demonstrate the Offeror’s approach and rationale in executing the Task Order requirements. If products or services are required from other WSTF contracts, the Offeror must identify those resources and how they will be incorporated into the work flow and managed; however, assume for the purposes of this section that those services are provided (i.e. Offerors don’t have to estimate the cost of those services). Any services that the Offeror proposes to procure from outside of WSTF must be identified and included in the estimated costs.

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

B. Basis of Estimate (BOE) & Efficiencies

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

Page L-28

TEST - NNJ11HA02C Section L

Orders, include with your narrative discussion a schedule and critical path for the proposed effort.

Offerors are required to identify and include all non-labor costs for the Fixed Price IDIQ Task Orders. Offerors are required to identify and estimate any non-labor resources dollars for the cost reimbursable IDIQ portion of this contract. A narrative BOE shall be provided that depicts the Offeror’s demonstrated understanding of the required non-labor resources required to satisfy the Cost Reimbursable Sample Task Orders.

For both Fixed Price IDIQ and Cost Reimbursable IDIQ Sample Task Orders explain any applicable efficiencies in sufficient detail to allow for a comprehensive analysis. If efficiencies are being proposed, ensure sufficient supporting information to perform a technical analysis is provided. Also, describe how any proposed methodologies, processes and techniques used to gain efficiencies would be implemented. Address risks and risk mitigation plans associated with savings or improvements. Make sure historical references to other contracts are relevant in size and complexity. Also explain in detail how the proposed efficiencies can actually be achieved. Efficiencies that affect multiple areas or go across an entire SOW will be addressed in detail in the Offeror’s response to TA1. Also, briefly mention the proposed efficiencies again in your response to this section. The efficiencies proposed in Volume I Part 2 will reconcile with efficiencies proposed on the Efficiencies Template (addressed in the Cost Volume instructions). Proposed efficiencies and innovations including any associated Contract Clauses must be included in the model contract and clearly identified along with a specific SOW reference in the response to this evaluation factor.

C.Resources

The resources shall agree with the narrative discussion in paragraphs A, and B above. The resource details shall be contained in the Technical Resources Summary Template Cost Reimbursable (TRSTCR) and Technical Resources Summary Template Fixed Price (TRSTFP) described below, for that Task Order, and will reconcile with the cost proposal as indicated in the cost proposal instructions for a pricing model.

Technical Resources Summary Templates (TRST)

The Offeror shall complete Attachment L-5, Technical Resources Summary Template Cost Reimbursable (TRSTCR) and Technical Resources Summary Template Fixed Price (TRSTFP), and submit a printed copy of the TRSTCR or TRSTFP with the response to the given task order. The TRSTCR and TRSTFP shall agree with the BOEs. The TRSTCR and TRSTFP shall

Page L-29

TEST - NNJ11HA02C Section L

reconcile to the cost volume. The rollup summary table shall reconcile with the details and shall reconcile with the cost proposal as indicated in the cost proposal instructions for a pricing model. Note that the TRSTCR and TRSTFP templates are also submitted as part of Volume IV, Cost/Price.

Standard Labor Categories (SLC)

The Offeror will develop their cost estimates using their estimating system. The Offeror will map their labor categories to the SLCs using the guidelines provided in Attachment L-4. SLCs 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 complexities of the work required to successfully meet the TEST 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 below, however; the Offeror must provide job descriptions similar to the guidelines provided in Attachment L-4.

Independent Government Estimate (IGE)

The Independent Government Estimate (IGE) is shown in Attachment L-6 and depicts the overall direct labor staffing for the entire SOW. The IGE is based on historical usage factors which may not be representative of 100% of usage for future work. It also depicts the Government’s estimated requirements for work required by the sample Task orders. The IGE is provided for Offerors to scope and develop their management and technical approach and rationale and for development of indirect rates.

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

Because of the uncertainties involved with IDIQ work, Offerors are cautioned that this estimate is not a guarantee of future work. Offerors are

Page L-30

TEST - NNJ11HA02C Section L

directed to Clause B2 IDIQ regarding the guaranteed minimum order for IDIQ.

Note that Attachment L-6 includes 3 tables. The first table represents the IGE for the fixed priced task orders, the second table represents the IGE for the cost reimbursable sample Task Orders and the third table represents the overall staffing IGE for the entire statement of work.

L.19.3.3 Part 3 - Safety and Health (SH)

The Offeror’s approach and rationale to meeting the safety and health requirements of the SOW shall discuss an in-depth understanding of safety and health policy, requirements, and operations. The Offeror shall address their proposed Safety and Health Program. Proposed innovations with objective measures must be included in the model contract and clearly identified in the response to this evaluation sub factor. Innovations and efficiencies that are proposed for addition to the Performance Incentive Fee Pool, including the specific objective metrics on which performance is to be measured, shall be included in J-1 Performance Evaluation Plan, Section V,A,1.

SH1. Safety and Health Plan - Provide a Safety and Health Plan as described in DRD-TEST-SQ-01. Emphasis should be placed on proactive programs to prevent injuries, illnesses and property damage in all of these areas. Include innovations which can be substantiated with objective metrics to reduce injuries, mishaps or overall safety risk in accomplishing the tasks described in DRD-TEST-SQ-01.

SH2. Institutional and Test Safety and Environmental Compliance – The Offeror shall describe their approach and rationale to assuring Safety and Health across WSTF. The approach and rationale shall provide sufficient detail to demonstrate an understanding of how the following contribute to the Offeror’s total performance: occupational health; industrial health; systems safety; operational and process safety; safety risk identification and assessment; quality assurance; mishap reporting; environmental compliance; and external and internal reporting. The Offeror shall address their approach to assuring the safety of other WSTF site support contractors. In addition to the narrative and the Safety and Health Plan, the Offeror shall submit details of environmental compliance in an Environmental Compliance Plan (DRD-TEST-EN-01)

SH3. Voluntary Protection Program (VPP) - OSHA VPP compliance shall be demonstrated. The Offeror shall briefly discuss the process and elements to ensure a robust Safety and Health Program consistent with OSHA VPP Star certification requirements.

Page L-31

TEST - NNJ11HA02C Section L

L19.3.4 Part 4 - Small Business Utilization (SBU)

All Offerors, except small businesses, must complete the portion of the instructions under Small Business Subcontracting specific to the Small Business Subcontracting Plan, (DRD-TEST-BP-02). Small businesses are not required to submit Small Business Subcontracting Plans; however, small businesses are required to indicate the amount of effort proposed to be done by a small business either at the prime level or at the first tier subcontract level.  

The instructions regarding SDB participation apply to all Offerors.    

SBU1. Small Business Subcontracting – Small Business Subcontracting Plan

Required by the FAR:

(a) This solicitation contains FAR Clause 52.219-9, “Small Business Subcontracting Plan and its Alternate II”.  The Plan described and required by the Clause, including the associated subcontracting percentage goals and subcontracting dollars, shall be submitted with your proposal via the Small Business Subcontracting Plan, (DRD-TEST-BP-02).

(b) The Contracting Officer’s determination of the appropriate subcontracting goals for this acquisition are as follows: 

Small Businesses (SB) 23.0%

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

8.0%

Women Owned Small Business Concerns (WOSB)

4.0%

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

0.3%

HUBZone Small Business Concerns (HBZ) 0.1%

Veteran Owned Small Business Concerns (VOSB)

4.5%

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

3.0%

*Although 15 U.S.C. 637(d) requires subcontracting plans to contain information about  SDB concerns, case law

Page L-32

TEST - NNJ11HA02C Section L

prevents the Government from giving evaluation credit to business types based on race or ethnicity unless those businesses are in under- represented industries.  The Section M evaluation for SDB participation ensures that the Government only evaluates participation of SDBs in industries that are designated by the Department of Commerce as underrepresented.  For purposes of the Small Business Subcontracting Plan, the proposed subcontracting goal for SDBs will be evaluated based upon the SDB’s status as a small business.

(c) The numbers above reflect the Contracting Officer’s assessment of the appropriate subcontracting goals to be achieved at the completion of contract performance. If it is anticipated that the proposed small business goals will not be met by the submission of the first Individual Subcontracting Report (ISR) for this effort as required by FAR 52.219-9, the Offeror shall discuss as part of their Small Business Subcontracting Plan their approach to include timeline for meeting the Small business goals and the associated rationale.

(d) The stated goals represent the minimum for the TEST contract. If the Offeror proposes goals higher than the Contracting Officer’s recommendation, the Offeror shall document the methodology behind determining those goals, and their approach to successfully managing the subcontractor and consistently meeting the higher proposed goals in the face of the uncertain environment facing WSTF. Offerors shall also address their approach for managing the subcontractor for both positive and negative performance. The Offeror shall also describe in detail their approach for managing and maintaining high goals with an uncertain and unpredictable workload and constant workload fluctuation.

(e) The Plan submitted with the proposal shall be incorporated in Section J as the Small Business Subcontracting Plan, (DRD-TEST-BP-02), of the resulting contract. The requirements in the Plan must flow down to first tier large business subcontracts expected to exceed $550,000 or $1,000,000 for construction of a public facility. Although these first tier large business subcontractors are encouraged to meet or exceed the stated goals, it is recognized that the subcontracting opportunities available to these subcontractors may differ from those suggested in the solicitation based upon the nature of their respective performance requirements. 

(f) Offerors are advised that a proposal will not be rejected solely because the submitted Plan does not meet the NASA recommended goals that are

Page L-33

TEST - NNJ11HA02C Section L

expressed in paragraph (a) (2) above in terms of percent of TOTAL CONTRACT VALUE (basic and all options combined). NASA will consider the amount of work being retained for performance by the prime contractor in-house and the associated rationale when determining whether a subcontracting plan is acceptable. Offerors shall discuss the rationale for any goal proposed that is less than the Contracting Officer’s recommended goal in any category. In addition, the Offeror shall describe the efforts made to establish a goal for that category and what ongoing efforts, if any, the Offeror plans during performance to increase participation in that category.

(g) In addition to submitting a Small Business Subcontracting Plan, Offerors shall complete Attachment L-7, SMALL BUSINESS SUBCONTRACTING TABLES, which provides a breakdown of the Offeror’s proposed goals, by small business category, expressed in terms of both a percent of TOTAL CONTRACT VALUE and a percent of TOTAL PLANNED SUBCONTRACTS.  Offerors shall modify the exhibit to show the proposed subcontracting goals for the basic contract requirement and each option separately.

SBU2. Commitment to the Small Business Program:

(a) All Offerors shall briefly describe work that will be performed by small businesses.  Proposals should also identify any work to be subcontracted that is considered “high technology.” High Technology is defined as research and development efforts that are within or advance the state-of-the-art in technology discipline and are performed primarily by professional engineers, scientists, and highly skilled and trained technicians or specialists. Offerors shall describe any potential risks or impacts to seamless performance throughout the site when subcontracting out such efforts.

(b) If the subcontractor(s) is(are) known, Offerors must connect the work to the subcontractor and specify the extent of commitment to use the subcontractor(s) (enforceable vs. non-enforceable commitments). (Small Business Offerors shall provide this information to the extent subcontracting opportunities exist in their approach to performing the requirement.)

(c) All Offerors shall provide information demonstrating the extent of commitment to utilize small business concerns and to support their development.  Information provided should include a brief description of established or planned procedures and organizational structure for Small Business outreach, assistance, participation in the Mentor Protégé program, counseling, market research and Small Business identification, and relevant purchasing procedures.  (For Large Business Offerors, this information should conform to applicable portions of the submitted Small Business

Page L-34

TEST - NNJ11HA02C Section L

Subcontracting Plan. Small Business Offerors shall provide this information to the extent subcontracting opportunities exist in their approach to performing the requirement.)

SBU3. Small Disadvantage Business (SDB) Participation – SDB Participation Contract Targets:

(a) After completing an independent assessment of the opportunities available for subcontracting with small disadvantaged firms in under-represented areas, Offerors shall propose a target for SDB participation by completing the Section H Clause at H.36, Small Disadvantaged Business Participation – Contract Targets, to include identification of SDB subcontractors and associated NAICS Industry Subsectors. The target for SDB participation in Clause H.36 shall be expressed as a percent of TOTAL CONTRACT VALUE (basic and all options combined). The targets shall only include subcontracts with SDB concerns in those industries designated by the Department of Commerce as under-represented areas by NAICS Industry Subsector. The General Services Administration has posted this Department of Commerce determination at http://www.arnet.gov/References/sdbadjustments.htm. If the Offeror is a SDB, it shall provide with its offer a target for the work that it intends to perform. Like other Offerors, a SDB prime should provide a target for the work intended to be performed by a first tier subcontractor in the authorized subsectors.

(b) Guidance for completing the tables in Section H.36 (a) and (c): The Department of Commerce determination uses Standard Industry Codes (SIC) instead of NAICS. Offerors may use the following steps to convert SIC to NAICS, and to complete Section H.36.

(i) Using the website below, identify the applicable 6-digit 2007 NAICS Code, and the corresponding 6-digit 2002 NAICS Code, for the work that is to be subcontracted to a small disadvantaged business. The 2007 and 2002 Codes may or may not be the same as one another.

http://www.census.gov/cgi-bin/sssd/naics/naicsrch?chart=2007

(ii) Using the website listed below, convert the corresponding 2002 NAICS code to the corresponding 1987 Standard Industry Code (SIC).

http://www.census.gov/epcd/naics02/N02TOS87.HTM

(iii) Using the website listed below, determine if the corresponding 1987 SIC is under-represented. If the “SIC Major Group” (e.g., the first two digits of the corresponding 1987 SIC) is listed on the website below, that SIC

Page L-35

TEST - NNJ11HA02C Section L

Major Group, and the corresponding 2002/2007 NAICS codes, are considered to be under-represented.

https://www.acquisition.gov/references/sdbadjustmetns.htm

(iv) List the applicable under-represented 2007 NAICS code(s) in the “NAICS Industry Subsectors” column in the applicable table in Section H.36, along with the data required by the remaining columns in the table.

L.19.4 VOLUME II – PLANS AND OTHER DATA

A. Contract Work Breakdown Structure (WBS) and Dictionary

The Offeror shall submit a Work Breakdown Structure (WBS) and Dictionary in accordance with DRD-TEST-CM-01, Contract (WBS) and Dictionary.

B. Contract Management Plan

The Offeror shall submit a Contract Management Plan in accordance with DRD-TEST-CM-02, Contract Management Plan.

C. Contract Risk Management Plan

The Offeror shall submit a Contract Risk Management Plan in accordance with DRD-TEST-CM-03, Contract Risk Management Plan.

D. Quality Plan

The Offeror shall submit a Quality Plan in accordance with DRD-TEST-SQ-02, Quality Plan.

E. Organizational Conflict of Interest (OCI) Avoidance Plan

The Offeror shall submit an OCI Avoidance Plan in accordance with DRD-TEST-BP-01, OCI Avoidance Plan.

F. Performance Assessment Plan

The Offeror shall submit a Performance Assessment Plan in accordance with DRD-TEST-PM-01, Performance Assessment Plan.

G. Maintenance Operations and Repair Plan

The Offeror shall submit a Maintenance Operations and Repair Plan in accordance with DRD-TEST-MO-01, Maintenance Operations and Repair Plan.

Page L-36

TEST - NNJ11HA02C Section L

H. Key Personnel Resumes

Complete an Attachment L-1 resume for each person proposed to perform the functions of Program Management and other personnel considered key to your organization in accomplishing tasks under the contract. Explain why each person proposed is considered key personnel for this contract.

Describe the minimum qualification standards (training, certifications, type and length of experience, etc.) you will use to replace key personnel, if required, during the term of the contract. Provide this information for each key position. Describe how you will ensure key personnel will maintain the minimum qualification standards.

If Key Personnel are currently being proposed for other contracts, or for other reasons are not planned to be 100% dedicated to this contract, describe the level of commitment proposed. Please discuss your rationale for how the work can be effectively performed with a Key Person or Persons who are not fully committed to this Contract. Include in the discussion scenarios that may lead to less than their full commitment to this contract and any alternatives you propose. If the commitment of Key Personnel is contingent upon the outcome of another competition, alternate Key Personnel should be proposed, along with an Attachment L-1 resume and a description of their level of commitment.

I. Staffing and Critical Skills Plan

The Offeror shall submit a Staffing and Critical Skills Plan in accordance with DRD-TEST-CM-09, Staffing and Critical Skills Plan.

J. Labor Relations Plan

The Offeror shall submit a Labor Relations Plan in accordance with DRD-TEST-CM-07, Labor Relations Plan.

K. Total Compensation Plan

The Offeror shall submit a Total Compensation Plan in accordance with DRD-TEST-CM-08, Total Compensation Plan.

L. External Customer Plan

The Offeror shall submit an External Customer Plan in accordance with DRD-TEST-CM-05, External Customer Plan.

M. Contract Phase-in Plan

Page L-37

TEST - NNJ11HA02C Section L

The Offeror shall submit a Contract Phase-in Plan in accordance with DRD-TEST-CM-04, Contract Phase-in Plan.

N. Government Property Management Plan

The Offeror shall submit a Government Property Management Plan in accordance with DRD-TEST-LS-07, Government Property Management Plan.

O. Safety and Health Plan

The Offeror shall submit a Safety and Health Plan in accordance with DRD-TEST-SQ-01, Safety and Health Plan.

P. Environmental Compliance Plan

The Offeror shall submit an Environmental Compliance Plan in accordance with DRD-TEST-EN-01, Environmental Compliance Plan.

Q. Small Business Subcontracting Plan

The Offeror shall submit a Small Business Subcontracting Plan in accordance with DRD-TEST-BP-02, Small Business Subcontracting Plan.

L.19.5 VOLUME III – PAST PERFORMANCE

Past Performance indicates how well an Offeror performed on earlier work and can be a significant indicator of how well it can be expected to perform the work at hand. Past Performance is to be provided in accordance with the instructions below.

OFFERORS SHALL ENSURE THAT PHONE NUMBERS PROVIDED FOR REFERENCES ARE CURRENT AND CORRECT.

An Offeror or major subcontractor with no Past Performance or no previous Government contracts shall so state. In the case of an Offeror without a record of relevant Past Performance or for whom information on Past Performance is not available, the Offeror may not be evaluated favorably or unfavorably on Past Performance, in accordance with FAR 15.305(a)(2)(iv).

A. Technical and Management Past Performance

For each company (including joint-ventures and subcontracts) associated with this offer, excluding minor sub-contracts below $1M per year, the Offeror shall describe experience on current contracts or contracts completed within the past Five years that are relevant to this effort, with special emphasis on the

Page L-38

TEST - NNJ11HA02C Section L

experience of the division of the company which will perform the proposed contract. It is not sufficient to state that the experience is comparable in magnitude and scope; the Offeror must provide rationale to demonstrate that it is relevant.

The Offeror shall describe and provide examples of its past performance/unique capabilities relevant to the performance of the requirements in the statement of work, with emphasis on the following technical and management areas:

successful operations of facilities and systems similar to those described in the SOW;

successful accomplishment of test and analysis similar to that described in the SOW;

successfully promoting the expanded use of excess capacity of Government facilities;

successful management of organizations, technologies, and operations in environments similar to those described in the SOW;

successful performance of cost and schedule goals; successful utilization of corporate resources to effectively and efficiently

perform the requirements;

In accordance with FAR 15.305(a)(2)(ii) the Offeror is authorized to provide information on problems encountered on the identified contracts and the Offeror’s corrective actions.

The Offeror shall provide a cross reference list of past contracts and points of contact corresponding with Attachments L-8, Past Performance Questionnaire Template, to be received from customer references (see Past Performance Questionnaires, below).

In addition to the narrative information described above, the Offeror is required to provide the following:

B. Collective Bargaining Unit Relations

Offerors shall provide for the past Three years data that demonstrates the ability to successfully work with collective bargaining organizations. Provide the names of the unions that your company has negotiated with, the location of the worksite, how many employees were represented and the average number of grievances per year that your company receives. The narrative should include, but is not limited to, descriptions of how strikes, as applicable, were dealt with, how negotiations of new contracts were handled and integration of bargaining units from different contracts where contract

Page L-39

TEST - NNJ11HA02C Section L

consolidation has taken place. Provide a description of any difficulties encountered as well as how they were addressed.

C. Safety and Environmental Past Performance

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:

(a) Environmental Data:

(i) Copies of any and all environmental non-compliance correspondence, notices of violation, and citations from federal, state, or local agencies or authorities with explanatory remarks. This shall include any of the above citations issued against the Contractor organization itself, or issued against the facility where the Contractor was performing the work against which the citation was issued.

(b) Safety Data:

(i) Copies of any and all OSHA citations with explanatory remarks. (ii) 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.

(iii) 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.

(iv) 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.

(v) A letter from the insurance carrier summarizing the Offeror’s liability and lawsuit history related to safety and health performance for the

Page L-40

TEST - NNJ11HA02C Section L

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.

D. Small Business Past Performance

The prime Offeror shall provide a statement of small business participation (targets, record, and type of work subcontracted) over the last five years on work that is relevant to this effort, with special emphasis on the division of the company which will perform the proposed contract.

E. Past Performance Questionnaires

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

For each company (including joint-ventures and subcontracts) associated with this offer, excluding minor subcontracts below $1M per year, the Offeror shall provide their customer references with an Attachment L-8, Past Performance Questionnaire Template. This shall be done for at least three contracts completed within the past five 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, on or before the Volume III due date. The Offeror is responsible for ensuring that questionnaires are submitted in time.

L.19.6 VOLUME IV – COST PROPOSAL

Instructions for Preparation of the Cost Proposal

Certified cost and pricing data is not required; however, other than cost and 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 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 SEB’s understanding and ability to mathematically verify these estimating tools.

Page L-41

TEST - NNJ11HA02C Section L

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.

The Offeror’s cost proposal shall be submitted in one volume labeled Volume IV 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 White Sands Test Facility. If the Offeror does not know the 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 the Offeror’s company’s 5 digit Zip Code in the area provided and click on the adjacent “search” button. (It is important that the Offeror enter the 5 digit Zip Code for the Offeror’s company location where auditable books and records supporting amounts in the Offeror’s 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.

EXCEL PRICING MODEL (EPM) FILE:

Format: In order to achieve standardization, the Excel Pricing Model (EPM) includes two workbooks/files. The workbooks/files must be automated to the greatest extent possible:

a. IDIQ workbook (Fully Automated)b. Technical Workbook (Fully Automated).

The first workbook entitled “IDIQ Workbook” shall include the following templates: Fully Burdened Rates Template (FBR), Minor Subcontract Pricing Template (MST), Task Order Pricing Template Cost Reimbursable(TOPTCR), Task Order Pricing Template Fixed Price (TOPTFP), IDIQ Summary Cost Template Cost Reimbursable (ISCTCR), IDIQ Summary Cost Template Fixed Price (ISCTFP), Overhead Template (OHT), G&A Template (GAT), Total Compensation Templates TC(a through e), Cognizant Audit Office Template (CAOT), and Phase in Template (PIT).

The second workbook entitled “Technical Workbook” shall include the following templates: Technical Resources Summary Template Cost Reimbursable (TRSTCR),

Page L-42

TEST - NNJ11HA02C Section L

Technical Resources Summary Template Fixed Price (TRSTFP), and Efficiency Template (ET).

The goal of the EPM automated workbooks is to provide a comprehensive working model of the Offeror’s proposed cost volume in an automated format. The pricing model will 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:

a. Increasing (or decreasing) the number of Engineer I full time equivalent staff (FTE)

b. 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 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 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:

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

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

As addressed above the CD structure includes 2 workbooks:

a. One fully automated workbook including all templates for IDIQ Workbook b. One fully automated workbook including all templates for Technical Workbook

When multiple versions of the same template are required, then submit the multiple templates inside one worksheet stacked vertically. For example the Fully Burdened

Page L-43

TEST - NNJ11HA02C Section L

Rates Template –(FBR) is required for each year of the contract, therefore 5 vertically stacked templates will be submitted under a tab titled FBR under workbook IDIQ-Company Name.xls

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

Workbook Acronyms:

TEST Price and TC Workbook – All required Indefinite Delivery Indefinite Quantity contract type templates, total compensation and supporting cost templates

FBR – Fully Burdened Rates Template

MST - Minor Subcontractor Pricing Template

OHT - Overhead Template

GAT - General & Administrative Expense Template

TOPTCR – Task Order Pricing Template Cost Reimbursable

TOPTFP – Task Order Pricing Template Fixed Price

ISCTCR – IDIQ Summary Cost Template Task Orders

ISCTFP – IDIQ Summary Cost Template Task orders

CAOT - Cognizant Audit Office Template

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

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

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

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

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

PIT – Phase in Template

Page L-44

TEST - NNJ11HA02C Section L

Technical Workbook – All required templates associated with resources

Template Acronyms:

TRSTCR - Technical Resources Summary Template Cost Reimbursable

TRSTFP – Technical Resources Summary Template Fixed Price

ET – Efficiency 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 attachment L-9.

IDIQ WORKBOOK INSTRUCTIONS

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

Page L-45

TEST - NNJ11HA02C Section L

The instructions for required completed cost templates apply to the prime Offeror and all major subcontractors with an annual estimated annual value that exceeds $1 Million (M). Subcontractors with an estimated annual value below $1M are considered minor subcontractors.

Fully Burdened Rates Development Template (FBR)

A separate FBR is required for each contract year of the effort from the prime and is required from each major subcontractor(s). Major subcontractors are defined as proposing $1M per year or more as estimated costs. This template is provided so that each Offeror may show how they arrived at their individually proposed fully burdened rates including profit/fee. As noted towards the top of this template, the columns below the blue area shall be completed by the prime contractor; likewise, the columns below the yellow area shall be completed by the major subcontractor.

The first two columns address the Offeror’s direct labor categories and the NASA Standard Labor Categories.

The Incumbent Retention % Column allows the Offeror to propose the percentage retention of the existing workforce per NASA Standard Labor Category. The Offeror may propose any percentage per labor category that is based upon the proposed management and technical approach required for the statement of work. In the example, 100% is placed against an IT Professional II for illustrative purposes.

The Percentage Usage Column is provided so that the Offeror may weight the proposed direct labor per the Offeror’s labor categories. The usage percentage must total to 100% for each SLC. In addition the Direct Labor Rate Column is provided so that the Offeror may provide the average direct labor cost for each Standard Labor Categories (SLC) while simultaneously mapping the Offeror’s job categories into the SLC’s. For example, assume that for the SLC “Warehouse Specialist I,” you have two contractor specific categories that map into this category. The two categories are “XYZ 1” at $28.75/hr and “XYZ 2” at $25.25/hr. The Offeror (prime or sub) also assumes that its specific labor category will be utilized 75% and 25%, respectively. Then the rates that should show up as the consolidated SLC rate for this specific category is derived as follows: ($28.75/hr * 75%) + ($25.25/hr * 25%) = $27.88. Note that this is simply an example and it may not capture all possibilities.

Note: Refer to FAR Clause 52.222-43, Fair Labor Standards & Service Contract Act – Price adjustment, with respect to escalation for non-exempt personnel. If you are not proposing escalation for your fixed priced direct labor rates, explain how you plan to retain those skills.

Next, Overhead Rate Column addresses the overhead rate(s). The Overhead Cost Column is the overhead cost added to the direct labor cost to compute the fully

Page L-46

TEST - NNJ11HA02C Section L

burdened rate. This column includes some typical indirect cost categories that may be applicable to Department of Labor (DOL) Wage Determination (WD) [Health & Welfare per hour, Holiday per hour, Vacation per hour, and Other which would typically include payroll taxes and miscellaneous]; however, it may be modified to accommodate your accounting system. You may add rows or columns to facilitate this. However, do not remove any SLC’s in your submitted templates.

The General and Administration (G&A) Rate Column addresses the G&A rate. The G&A Cost Column addresses those costs associated with home office expenses.

The facilities capital cost of money column is provided if the offeror should this cost is proposed. However, note that it is NASA policy to offset CAS 414 costs dollar for dollar from fee/profit as per NASA FAR Supplement 1815.404-471-5.

The fee column on this template is applicable to the major subcontractors only, if the major subcontractor is not sharing in the fee pool and is proposing their own separate fee structure.

The New Mexico Gross Receipts Tax (NMGRT) should be addressed in this column. Ensure that you apply the rate applicable to Dona Ana County.

The FBR column basically combines the direct labor hourly rate and all the indirect costs along with the subcontractor fee (if applicable) to arrive at the Prime’s or major subcontractor’s fully burdened labor rate per SLC.

The Subcontractor Price Input Area addresses the subcontractor fully burdened rates. This area shall be completed by the prime contractor. In the Subcontractor FBR column(s), the major subcontractor(s) shall provide to the prime contractor their fully burdened labor rate(s) and shall be one composite rate per SLC per subcontractor. The Subcontractor FBR is determined by the major subcontractor completing the FBR template and determining the FBR that shall be charged to the Prime Contractor. If more than one major subcontractor is being proposed, then the prime contractor is responsible for providing each subcontractor fully burdened rate in each column. In the template, three columns are provided as an example for contractor “A”, “B” and “C”. In this example, subcontractor “A” is provided for illustrative purposes. If more than one subcontractor is proposed, then, the prime contractor shall provide that FBR in the columns provided. If more columns are needed due to more than three subcontractors, then the prime contractor may include more columns in order to accommodate the other major subcontractors.

Note that major subcontractor(s) must complete the information on this template except at the subcontractor input area and to the right of the subcontractor input area. The subcontract price input area is only applicable to the prime contractor who must provide

Page L-47

TEST - NNJ11HA02C Section L

the integrated subcontractor FBR as part of the blended FBR of the prime and subcontractor.

The Prime Burdens Rate is what the Prime contractor may apply as a burden to the major subcontractor Composite FBR, if applicable. The Prime contractor then combines the Subcontractor FBR with the Prime Burdens Rate to arrive at a total rate that addresses the subcontractor.

The Percentage Usage Prime/Sub column addresses the weighting of the Prime FBR versus the Composite Subcontractor FBR. Based upon this weighting, the Composite Prime and Composite Sub FBR can be determined. For example, if the Percentage Usage Prime/Sub was 50/50, then 50% of the Prime’s FBR and 50% of the Subcontractor’s FBR can be used in determining the overall Composite Prime and Sub FBR.

The Composite Prime and Subcontractor FBR per Hour column address the final composite FBR that the prime calculated. This shall include the prime subcontractor and the composite major subcontractor(s) fully burdened labor rates by SLC that shall match the FBRs in Section B of the contract.

The last column to the right of this template addresses the Composite Overtime Prime and Subcontractor FBR per Hour. The Offeror must be clear on how the overtime FBR was calculated in their narrative with a discussion and also, as with the rest of the template, include the formula within the cell to demonstrate the calculation. For example, the formula should demonstrate that if a Technician is paid time and a half, that the fringe costs are not included at time and a half also.

Note that the annual fee applicable to the fully burdened rates shall be addressed at the IDIQ Summary Cost Template Cost Reimbursable and the IDIQ Summary Cost Template Fixed Price. The annual fee rates shall agree with the fee rates proposed in section B of the contract.

Minor Subcontractor Template (MST)

The minor subcontractor template is required of the prime only. This template is intended to provide the SEB a concise assessment of the substance of minor subcontracts. Minor subcontractors are subcontracts with an estimated annual contract value below $1M. Two examples showing how this template is to be completed are included on this template.

Task Order Pricing Template Cost Reimbursable (TOPTCR)

This template is only required from the prime; however, it is designed in such a way that the hours for the prime, major subcontractor(s) and minor subcontractor(s) combined shall

Page L-48

TEST - NNJ11HA02C Section L

be included in the hours section. Therefore, the template requires data from both the prime and all subcontractors. This template is for pricing the sample Task Orders provided. This first year shall only be priced.

The template is divided into 3 sections. The first section addresses Productive Hours. The Offeror shall determine the mix of labor categories and the labor hours required to perform the sample Task Orders.

The second section addresses the Contract Rates that were determined in the FBR.

The third section addresses the Labor Cost associated with multiplying the Productive Hours by the Contract Rates. This will be the fully burdened labor cost per labor category.

The bottom of the template addresses the fully burdened labor cost. A fee pool for all the IDIQ work shall be proposed on this template. The prime and all major subcontracts’ fees shall be allocated from this pool in accordance with the team’s proposed fee sharing arrangement. This NTE fee rate will take into account the facilities capital cost of money offset, if proposed.

Task Order Pricing Template Fixed Price(TOPTFP)

This template is only required from the prime; however, it is designed in such a way that the hours for the prime, major subcontractor(s) and minor subcontractor(s) combined shall be included in the hours section. Therefore, the template requires data from both the prime and all subcontractors. This template is for pricing the sample Task Orders provided. The first three years shall be priced. The period of performance for each fixed price task order shall be priced out on a per year basis. The duration of each task order is one year.

The template is divided into 3 sections. The first section addresses Productive Hours. The Offeror shall determine the mix of labor categories and the labor hours required to perform the sample Task Orders.

The second section addresses the Contract Rates that were determined in the FBR.

The third section addresses the Labor Cost associated with multiplying the Productive Hours by the Contract Rates. This will be the fully burdened labor cost per labor category.

The bottom of the template addresses the fully burdened labor cost. Profit line items for percent and cost is provided so that the prime contractor may indicate the proposed profit percentage and amount based on the offerors rationale.

IDIQ Summary Cost Template Cost Reimbursable (ISCTCR)

Page L-49

TEST - NNJ11HA02C Section L

This template is for pricing the Sample Task Orders provided and is required of the Prime Contractor only. The hours included for CY1 will match the hours developed in the TOPTCR. The hours included for each of the following contract years (CY 2 through 5) shall be identical to those hours developed for CY1.

If the Offeror propose efficiencies relative to out-year effort, the descriptive narrative supporting the proposed efficiencies will be included in Volume 1, Part 2. However, there is no requirement to price the affect of the proposed efficiencies in the out years in the Cost/Price Volume. CY’s 2 through 5 requirements may not be indicative of CY 1 estimates. Therefore this consideration shall be included in developing the Offeror’s fully burdened contract rates. The pricing of Contract Years 2 through 5 is for proposal purposes and is only intended to provide the Government visibility regarding the effect of the proposed rates in the out years. This out year estimates will be used for selection purposes.

The template is divided into 3 sections. The first section addresses productive hours. The Offeror shall determine the mix of labor categories and the labor hours required to perform the sample task order.

The second section addresses the contract rates that were determined in the FBR.

The third section addresses the labor cost developed by multiplying the productive hours by the contract rates. This will be the fully burdened labor cost per labor category

The bottom of the template addresses the fully burdened labor cost, prime fee (subcontractor fee shall be included in fully burdened labor rates unless a fee sharing arrangement is being proposed) and the total cost and fee.

IDIQ Summary Cost Template Cost Reimbursable (ISCTFP)

This template is for pricing the Sample Task Orders provided and is required of the prime contractor only. The hours included for CY1, CY2, and CY3 will match the hours developed in the TOPTFP. The hours included for each of the following contract years (CY 4 through 5) shall be identical to those hours developed for CY3.

If the Offeror propose efficiencies relative to out-year effort, the descriptive narrative supporting the proposed efficiencies will be included in Volume 1, Part 2. However, there is no requirement to price the affect of the proposed efficiencies in the out years in the Cost/Price Volume. CY’s 4 through 5 requirements may not be indicative of CY 1, CY2 and CY3 estimates. Therefore this consideration shall be included in developing the Offeror’s fully burdened contract rates. The pricing of Contract Years 4 through 5 is for proposal purposes and is only intended to provide the Government visibility regarding the effect of the proposed rates in the out years. This out-year estimates will be used for selection purposes.

Page L-50

TEST - NNJ11HA02C Section L

The template is divided into 3 sections. The first section addresses productive hours. The Offeror shall determine the mix of labor categories and the labor hours required to perform the sample task order.

The second section addresses the contract rates that were determined in the FBR.

The third section addresses the labor cost developed by multiplying the productive hours by the contract rates. This will be the fully burdened labor cost per labor category

The bottom of the template addresses the fully burdened labor cost, prime fee (subcontractor fee shall be included in fully burdened labor rates unless a fee sharing arrangement is being proposed) and the total cost and fee.

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)

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

Page L-51

TEST - NNJ11HA02C Section L

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.

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 FTEs per SLC. Depending on whether the category is DOL or CBA covered, include the wage rate in the appropriate column. The "Contract Year 1 Actual Proposed Labor Rate" is the Offeror’s actual proposed composite labor rate (Completion Form and IDIQ) starting in Contract Year 1. The “Escalation rates for year 2-5” column shall include your annual escalation percentage. A source column has been provided on the template for the Offeror to use to identify the supporting data for each labor category, which shall include the source data (for example, DOL, CBA, etc.) for non-exempt personnel. An example is included on the template for illustration purposes only.

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

The Offeror shall submit a completed Compensation Template (b) for exempt personnel for contract years 1. This template is required of the Offeror proposed as prime and all proposed major subcontractors. In the “LABOR CATEGORY - Offeror’s” column, list all labor classifications included in the proposal, by titles from the Offeror’s estimating

Page L-52

TEST - NNJ11HA02C Section L

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

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

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

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

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.

Page L-53

TEST - NNJ11HA02C Section L

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

This template is required of the Offeror proposed as prime and all proposed subcontractors (major and minor). 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 incumbents’ 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 rights for fringe benefit purposes will allow you to capture and maintain the proposed percentage of the incumbent workforce.

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 ($1 Million per year). This template is to be delivered with the Past Performance 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

Page L-54

TEST - NNJ11HA02C Section L

name and address of the cognizant DCAA field audit office to which electronic and hardcopy proposals were sent.

Phase-In Template (PIT)

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 SLCs 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.

TECHNICAL WORKBOOK INSTRUCTIONS(i) Hard copies of the three (3) Summary Templates are to be included in Volume II. These templates may be printed on any reasonable size paper and are not included in the page count limitation for Volume II. In addition, electronic versions of these templates shall be submitted in Microsoft Excel format. These electronic versions are to be included in your TEST Technical workbook of your Electronic Pricing Model (EPM). The EPM requirements are further defined in the cost instructions below.

(ii) The Technical Resources Summary Template Cost Reimbursable and Technical Resources Summary Template Fixed Price (TRSTCR AND TRSTFP) is required to summarize all proposed labor resources for CY 1 only for each Cost Reimbursable Task Order and CY 1, 2, and 3 for each Fixed Priced Task Order. The TRST is an automated template which serves five functions:

(A) In the column entitled “Resources Basis” Offerors are required to fill in their assumed staffing level prior to implementation of any changes, improvements, efficiencies or innovations that result from the application of the Offeror’s technical and management approach. The Offeror shall provide rationale, detailed narrative, and validation of their resource basis.

(B) In the columns entitled “Proposed FTEs” Offerors shall include all proposed labor resources. These resources shall be an accumulation of all the resources justified in the Offeror’s Basis of Estimate (BOE) paragraph in accordance with the instructions below.

(C)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 instructions for the Efficiencies or Cost Savings (CS) paragraph above. The reference column provided must be used by the Offerors to refer the NASA evaluators to the CS paragraph which provides the analysis of the efficiency resulting in the resource delta. The NASA evaluators will compare all CS paragraphs to proposed resources for equivalence and to ensure all parts of your proposal reconcile.

Page L-55

TEST - NNJ11HA02C Section L

(D)The automated graphs that follow the template 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.

(iii) The Efficiency Template (ET) is required to summarize all proposed Efficiencies or Cost Savings. Efficiency Template (ET) - This template requires the Offeror to identify all efficiencies in the first column by efficiency number.

(A) The subsequent columns require the associated savings to resources and costs, including the total cost of implementing and sustaining/maintaining each specific efficiency. The “FTE Savings per Year” column requires the Offeror to input the net decrease to the FTE amount as a result of each efficiency per year.

(B) The “Total ROM ($)” column requires the Offeror to provide the rough order of magnitude of the total cost savings associated with each identified efficiency for the entire contract period.

(C)The “Total Cost of Implementation” column requires the Offeror to input the total dollar impact necessary to implement each identified efficiency for the entire contract period. The “Implementation Period” should represent the time period it takes to completely implement each efficiency.

(D)The “Total Cost of Sustaining/Maintenance” column requires the Offeror to input the total dollar impact necessary to sustain/maintain each identified efficiency for the entire contract period.

(E) The “Start Date Sustaining/Maintenance” should show the date when the sustaining/maintenance period is expected to begin.

(F) The “Net Savings ($)” column requires the Offeror to input the net cost savings associated with each identified efficiency for the entire contract period.

(G)Include sufficient rationale in narrative form in the “Rationale” column to explain each identified efficiency. It should address any changes to skill mix in sufficient detail to allow for an adequate evaluation. This template is to be completed by the prime Offeror only.

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 (Rental Costs) and FAR 31.205-11(Depreciation), in determining the classification of a lease as operating or capital. This applies 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 (Cost of Money) in the proposal. However, it is NASA policy to offset CAS 414 costs dollar for dollar from

Page L-56

TEST - NNJ11HA02C Section L

fee/profit as per NASA FAR Supplement 1815.404-471-5, Facilities Capital Cost of Money.

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:

Provide a description of your proposed fee structure. If a sharing fee pool arrangement is proposed, include a discussion of the arrangement and the distribution of fee earned. Include a discussion of how the proposed fee was derived and why it is reasonable for the type of effort.

Show the offset for cost of facilities capital cost of money, if proposed, from the proposed fee pool and NTE fee rate.

Prime fee will not be included in the contract IDIQ rates. Fee will be negotiated for each Task/Delivery Order and will be reimbursed based on the negotiated arrangement. However, you are to propose a not to exceed fee rate for future task/delivery orders. Subcontractor fee may be proposed as costs to the prime in which case the subcontractor fully burdened rates (SFBR) would include fee. If a team fee arrangement is proposed, the SFBR would not include fee and all fee would be included in prime fee.

When proposing fee, Offerors are also encouraged to develop the proposed amount after considering how their performance will be evaluated and scored in accordance with the Performance Evaluation Plan (Attachment J-1).

L.19.7 VOLUME V – MODEL CONTRACT

(a) STANDARD FORM (SF) 33, OFFEROR FILL INS AND SECTION K

Blocks 12 through 18 of the SF 33 and -all required fill-ins in Sections B, C, D, E, F, G, H, I and J-1 must be completed (any other fill-ins required in section J shall be submitted as part of Volume II – Plans and Other Data. The completed (blocks 12-18) and signed SF33 and the pages with the required fill-ins must be submitted. The Offeror shall provide five signed original SF 33s. Annual representations and certifications shall be completed electronically and submitted with this volume in accordance with provision K.2, Annual Representations and Certifications (FAR 52.204-8). All SF 33s require original signatures; the Offeror shall provide 4 originals.

(i) Offerors shall indicate, in Block 12 of the SF 33, a proposal validity period of 350 days. However, in accordance with paragraph (d) of FAR provision 52.215-1, “Instructions to Offerors--Competitive Acquisitions,” a different validity period may be proposed by the Offeror.

Page L-57

TEST - NNJ11HA02C Section L

(ii) Provide the names, email addresses, and phone numbers of persons to be contacted for clarification of questions of a technical nature and business nature. Identify any consultants and/or subcontractors used in writing this proposal (if any) and the extent to which their services will be available in the subsequent performance of this effort.

(iii) NASA is not accepting alternate proposal in response to this solicitation.

(b) SUMMARY OF INNOVATIONS AND EFFICIENCIES

Include in the proposal (attached to the transmittal letter) a statement of acceptance of the proposed contract terms and conditions incorporated in this RFP and that will be included in the resultant contract.

Include a cross-reference summary list of any new proposed terms, conditions, clauses, and innovations or efficiencies proposed by the Offeror which are of benefit to the Government. The full discussion of proposed innovations and efficiencies and the benefit to the Government shall be contained in Volume I, II, or IV as appropriate. In addition innovations and efficiencies that are proposed for addition to the Performance Incentive Fee Pool, including the specific objective metrics on which performance is to be measured, shall be included in J-1 Performance Evaluation Plan, Paragraph V,A,6.

Offerors are cautioned that exceptions may result in a determination of proposal unacceptability, may preclude award to an Offeror if award is made without discussions, or may otherwise affect an Offeror’s competitive standing.

(c) ADDITIONAL INFORMATION TO BE FURNISHED

(i) Business Systems

State whether all business systems, including but not limited to accounting, property control, purchasing, estimating, project reporting and employee compensation, which require Government acceptance or approval (as applicable) are currently accepted/approved, by DCAA, without condition. Provide documentation showing approval status including the following:

Name of system/software Length of approval Provide 3 Contract Name(s) and Numbers where the business systems

are currently in use Provide the name, number and email address of the COTR and CO, for

each contract

Page L-58

TEST - NNJ11HA02C Section L

Provide the date of acceptance/approval for each system and the cognizant contract administration office. Explain any existing conditional acceptances/approvals and the compliance status of any systems(s) for which acceptance or approval is currently withheld.

FAR 16.301-3, Cost Sharing Contracts, requires that a contractor's accounting system be adequate for determining costs applicable to the contract prior to the award of a cost-reimbursement contract. The Offeror shall provide evidence of an adequate accounting system as determined by the cognizant administrative office for accumulating and reporting incurred costs. An adequate accounting system is not an evaluation criterion.  It is a basic contract requirement with a pass/fail determination.  A contract may only be awarded to the Offeror(s) who are determined to have an adequate accounting system.  Additionally, in accordance with Clause H.16, Requirements For Cost Tracking and Accounting and Associated Business Systems, the Offeror shall provide evidence of their systems ability to employ an accounting and financial system capable of accurately collecting, segregating and recording costs by the contract and unique to each task order and as specified in the 533 and task order DRDs.

(ii) Reserved

(iii) Responsibility Information

Provide information addressing all of the elements under FAR 9.104, Standards, to demonstrate responsibility (address the elements under this section that are not addressed in another proposal volume. Provide reference points for those items that will not be addressed in this section).

(iv) Taxpayer Identification Number

Prime Offerors shall provide their Taxpayer Identification Number (TIN) (the number required by the Internal Revenue Service (IRS) to be used by the Offeror in reporting income tax and other returns).

(v) Waiver of Rights to Inventions

This solicitation contains NASA FAR Supplement (NFS) Clause 1852.227-70, “New Technology” and NFS provision 1852.227-71, “Request for Waiver to Rights to Inventions”. Any petitions for advance (prior to contract execution) waiver of rights to inventions should be included in this volume.

(vi) Reserved

(vii) Cost Accounting Standards

Page L-59

TEST - NNJ11HA02C Section L

State whether the Cost Accounting Standards (CAS) Disclosure Statement represented in Provision K.11, Cost Accounting Standards Notices and Certifications, has been approved by the cognizant Administrative Contracting Officer, and provide the date of such approval. If your CAS Disclosure Statement is currently not approved or there are some existing CAS non-compliance findings, please provide detailed explanation of the CAS non-compliance issues, corrective action status, and any potential impact on this procurement. A copy of the Offeror’s disclosure statement applicable to the resultant contract shall be submitted and the Offer shall clearly identify where in the disclosure statement where the following are addressed: H.27 Contractor Purchasing, H.16 Requirements For Cost Tracking and Accounting and Associated Business Systems.

(viii) Subcontractor Listing

The Offeror shall provide a summary listing (by name and address) of all subcontractors (regardless of dollar value) that have been identified throughout the Offeror’s proposal and the subcontract value and percentage of total contract value associated with each entity. This listing shall also include the subcontractors size classification (i.e. Small business (SB), Woman Owned Small Business (WOSB), etc) and cage code.

(ix) Other Information to be Provided

Provide documentation verifying the ability to comply with DD Form 254.

Provide information as to the status or intention of applying for a New Mexico State Type 9 and/or 15 Nontaxable Transaction Certificate. Provide milestones in accordance with NM policy as to the date a Type 15 Certificate will be granted to the Offeror for use on the TEST Contract.

Provide sufficient documentation on the Offer’s processes and or procedures for complying with H.27 Contractor Purchasing.

(End of Provision)

LIST OF ATTACHMENTS

Attachment TitleL-1 Key Personnel ResumeL-2 Fixed Price IDIQ Task OrdersL-3 Cost Reimbursable IDIQ Sample Task OrdersL-4 Standard Labor Categories

Page L-60

TEST - NNJ11HA02C Section L

L-5 Technical Resources Summary TemplateL-6 Independent Government EstimatesL-7 Small Business Subcontracting TablesL-8 Past Performance Questionnaire TemplateL-9 Cost Price Templates

L-10 WSTF Background Information

(END OF SECTION)

Page L-61


Recommended