Presentation is loading. Please wait.

Presentation is loading. Please wait.

Welcome to the Johnson Space Center Financial and Business Management Services (FBMS) Pre-Proposal Conference January 31, 2011 Gilruth Center, Alamo Ballroom.

Similar presentations


Presentation on theme: "Welcome to the Johnson Space Center Financial and Business Management Services (FBMS) Pre-Proposal Conference January 31, 2011 Gilruth Center, Alamo Ballroom."— Presentation transcript:

1 Welcome to the Johnson Space Center Financial and Business Management Services (FBMS) Pre-Proposal Conference January 31, 2011 Gilruth Center, Alamo Ballroom 8:30 AM – 11:30 AM

2 2 Orientation and Welcoming Remarks John Trahan Procurement Team Lead

3 Agenda 3 TimeTopicPresenterTitle 8:00Registration 8:30OrientationJ. TrahanProcurement Team Lead 8:35Welcome RemarksJ. TrahanProcurement Team Lead D. JohnsonDirector, Office of Procurement M. KincaidJSC Deputy Chief Financial Officer 9:00RFP OverviewS. AragonContract Specialist 9:15SOW OverviewS. PadgettFBMS Team Member 9:30Proposal Instructions OverviewS. AragonContract Specialist Technical AcceptabilityS. AragonContract Specialist Past PerformanceS. AragonContract Specialist Pricing OverviewR. PerezCost/Price Analyst Proposal Evaluation OverviewS. AragonContract Specialist 10:30S&MA OverviewC. PritchardJSC Safety and Test Operations 10:45Security RemarksW. SingsJSC Security Office

4 Restrooms can be found in the hallway outside this ballroom Fire exits are the front entrance and side exit doors. In the event of a fire, you must move at least 75 ft away from the building Fire Exits Fire Exit Restrooms Safety and Administrative Information (Orientation) 4

5 These slides are not to be interpreted as a comprehensive description of the requirements in the Draft Request for Proposal (DRFP). To the extent there are any inconsistencies between this briefing and any future RFP, the RFP will govern. Disclaimer (Orientation) 5

6 Purpose of Pre-Proposal Conference (Orientation) The purpose of this Pre-Proposal Conference is to help industry understand the Government’s requirements. Questions: –Verbal questions will not be entertained during the conference. –Submit written questions to the Contracting Officer as described in the cover letter to the Draft RFP. –Official responses to written questions received by the Contracting Officer will be posted to the Financial and Business Management Services (FBMS) procurement website.  The deadline for submitting questions regarding the Draft RFP is February 11, 2011. 6

7 Source Selection Authority and Acquisition Team Members Source Selection Authority – Laura G. Pepper, Manager, Institutional Procurement Office. Acquisition Team John H. Chisler, Chair Sylvia Aragon, Contract Specialist Grace Martinez Suzan Moody, Contracting Officer Rhonda Moore Samuel Padgett Joe Stephenson 7

8 Points of Contact (Orientation) Contract Specialist: – Sylvia Aragon – Sylvia.Aragon-1@nasa.gov Sylvia.Aragon-1@nasa.gov – Phone number: (281) 244-5606 Contracting Officer: – Suzan Moody – Suzan.P.Moody@nasa.gov Suzan.P.Moody@nasa.gov – Phone number: (281) 244-8772 FBMS web address: – http://procurement.jsc.nasa.gov/fbms/ – Click on the “Anonymous Questions to Contract Specialist” link to submit a question. 8

9 Ombudsman (Orientation) Ombudsman (NFS 1852.215-84): “…before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution … If resolution cannot be made by the Contracting Officer, interested parties may contact the installation ombudsman …” Agency Ombudsman: Diane Thompson, Office of Procurement Address/Phone: NASA Headquarters Mail Code: LP011 Washington, DC 20546-0001 Phone: (202) 358-0514 diane.thompson@nasa.gov 9

10 10 Procurement at JSC Debra Johnson Director, Office of Procurement

11 11 Mike Kincaid JSC- Deputy Chief Financial Officer

12 12 Draft RFP Overview Sylvia Aragon Contract Specialist

13 General Information (Draft RFP Overview) If a Final RFP is issued, the Final RFP and amendments take precedence over this conference. Competition: 8(a) set-aside. Period of Performance: – Phase-In Period: 9/01/11 to 10/31/11 – Basic Contract: 11/01/11 to 10/31/14 – Option 1-Year 4: 11/01/14 to 10/31/15 – Option 2-Year 5: 11/01/15 to 10/31/16 13

14 Contract Type (Draft RFP Overview) Type of Contract: Indefinite Delivery/ Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) and Cost-Plus-Fixed-Fee (CPFF) task orders. – Contract type of IDIQ tasks (FFP vs CPFF) will be negotiated at the time of task order initiation. – Work will be authorized and cost/price will be established through the issuance of task orders. – The Task Order Procedure is described in Clause H.3, NFS 1852.216-80, Task Ordering Procedure. 14

15 RFP Clauses (Draft RFP Overview) When reading the Draft RFP, note that: – Important information is contained in SF33 and numerous clauses and provisions that have been incorporated, via full text and/or referenced text, throughout the document. – Clauses incorporated by reference have the same force and effect as if they were included in their full text. – Sections C and J include documents, exhibits, and other attachments. e.g. Statement of Work (SOW); Wage Determination Data; Data Requirement Descriptions (DRD) 15

16 Central Contractor Registration (Draft RFP Overview) Central Contractor Registration – Offeror responsible for updating and/or completing company information prior to proposal submission. – Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. – Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. – FAR 52.204-7 Central Contractor Registration 16

17 Organizational Conflict of Interest The contractor will be required to submit an Organizational Conflict of Interest Plan which will be reviewed and approved. – 1852.237-72 Access to Sensitive Information (June 2005) – 1852.237-73 Release of Sensitive Information (June 2005) – 1852.209-71 Limitation of Future Contracting (December 1988) – 1852.204-76 Security Requirements for Unclassified Information Technology Resources (May 2007) 17

18 Subcontractor Arrangement Information If a subcontracting arrangement is proposed, Offerors shall include specific detail as defined in the RFP so that the Government can determine that the prime contractor making the offer will be performing the primary and vital requirements for the contract. 18

19 Government Property (Draft RFP Overview) Under Clause G.5, NFS 1852.245-71, Installation Accountable Government Property, NASA will provide: – Work Space, within several different office buildings at JSC – IT Support, workstations and telephones for personnel – Miscellaneous Services, on-site services (cafeteria, recreation center, etc.) A site visit will not be provided. – The specific office space has not yet been determined. 19

20 Wage Determination (Draft RFP Overview) Service Contract Act (FAR 52.222-41): – Requires a Department of Labor Wage Determination (WD) for nonexempt employees performing services (FAR 22.1001). – Establishes the minimum Wages & Fringe Benefits. Draft RFP contains a WD at Attachment J-3: – WD 2005-2515 Rev 12 – Texas (Multiple Counties)  Nonunion nonexempt service employees.  A new WD will be incorporated annually per DRD on the anniversary date of the contract. – Wage & Fringe Benefit information submitted in the proposal for nonexempt employees must include a direct match to the appropriate wage determination category.  DRD FBMS-MA-07 20

21 Discussions (Draft RFP Overview) Offeror’s initial proposal should contain the best terms from a price and technical standpoint. The Government preference is to award without discussions, however, the Government reserves the right to conduct discussions with those Offerors who have made it to competitive range. If discussions are held, the Offeror will: – have the opportunity to correct weaknesses and; – be requested to resubmit the SF33 with Final Proposal Revisions (FPR) which will include clearly marked changes. 21

22 Proposal Outline (Draft RFP Overview) Volume I – Technical Acceptability – Key Personnel – Total Compensation Plan – Safety and Health Requirements – Technical Approach (including the response to the scenarios) Volume II—Past Performance Information Volume III—Cost/Price Proposal Volume IV— Model Contract – SF33 – Contract Clauses (Fill-ins required Sections B through I) – Section J - Attachments – Section K - Representations and Certifications 22

23 Proposal Delivery Instructions (Draft RFP Overview) U.S. Mail must reach 2101 NASA Parkway, Building 419, Attn: BJ2/Sylvia Aragon, by 1:30 p.m. (Central Daylight Time) by March 30, 2011. Commercial carrier must reach 2101 NASA Parkway, Building 419, Attn: BJ2/Sylvia Aragon by 1:30 p.m. (Central Daylight Time) by March 30, 2011. For hand deliveries: – Deliveries should be coordinated with Sylvia Aragon beforehand. – Proposals MUST be delivered to 2101 NASA Parkway, Building 419, Attn: BJ2/Sylvia Aragon no later than 1:30 p.m. (Central Daylight Time, March 30, 2011.) 23

24 24 SOW Overview Samuel C. Padgett FBMS Team Member

25 SOW Structure (SOW Overview) This is a new requirement that will incorporate work from several contracts currently operating at JSC. This effort will also include new requirements. Nine Basic Functions – C.1FBMS Management (FFP) – C.2Resource Management Office (RMO) (CPFF) – C.3Assessment Function (CPFF) – C.4Schedule Function (CPFF) – C.5Accounting Function (FFP) – C.6Configuration Management Function (CPFF) – C.7Data Management Function (CPFF) – C.8Earned Value Management Function (CPFF) – C.9Process Improvement Function (CPFF) 25

26 FBMS and Resource Management Functions (SOW Overview) FBMS Management - Requires the contractor to provide program management to oversee, integrate and manage all aspects of the FBMS contract using processes and tools to accomplish this task. Resource Management - Requires support to both budget development and budget execution, specifically, funding distribution, contract change tracking, and analysis of reserves for Task Order customers. 26

27 Assessment and Schedule Functions (SOW Overview) Assessment Function - Requires the contractor to evaluate program/project information toward goal of identifying risks and predicting/projecting problems for timely mitigation by the Government. Schedule Function - Requires the contractor to provide overall schedule management, analyses, and assessments to support continued development and operation of Integrated Master Schedules (IMS) using Government-provided software and tools. 27

28 Accounting and Configuration Management Functions (SOW Overview) Accounting Function - Requires the contractor to support Resource Management Offices with services to include funding distribution, contract change tracking, and analysis of reserves; includes services for cost accounting & standard general ledger, property, plant and equipment (PP&E), and travel accounting. Configuration Management (CM) - Requires the contractor to establish and maintain CM policies, procedures and requirements in accordance with ANSI/EIA-649, and NASA- STD-0005. 28

29 Data Management, EVM, and Process Improvement Functions (SOW Overview) Data Management - Requires the contractor to establish and maintain a system for receiving, transmitting, controlling, verifying and releasing JSC-specific data, and establishing quality standards for data and documentation in accordance with GEIA Standard 859. Earned Value Management (EVM) - Requires the contractor to implement an EVM process for designated projects in accordance with ANSI-EIA-748. Process Improvement Function - Requires the contractor to analyze the performance of the financial and business management processes for program/project/center-specific organizations and make recommendations for improvements. 29

30 30 Proposal Instructions Overview Sylvia Aragon Contract Specialist

31 General (Proposal Instructions Overview) The proposal shall: – 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 the cost/price associated with doing so. 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. 31

32 Page Limitations (Proposal Instructions Overview) 32 Volume No.TitlePage Limits ITechnical Acceptability65 Pages Key Personnel Resume3 pgs (included in total page limit) Management Plan Total Compensation PlanNot Included in Limit Phase-In Plan Safety and Health PlanNot Included in Limit Technical Approach IIPast Performance15 Pages (not included in total page limit) (excluding OSHA logs) Past Performance Information IIICost/Price Proposal TemplatesNot Limited Cost NarrativeNot Limited IVOther Proposal Requirements15 Pages Subcontractor Information Organizational Conflict of Interest (OCI) Plan VModel Contract Sections A-K with all fill-ins completed and signed SF 33,Not Limited

33 Technical Acceptability Proposal (Proposal Instructions Overview) Volume I – Technical Acceptability – An initial review will be conducted to determine the technical acceptability of the proposals. Key Personnel Management Plan * Total Compensation Plan Phase-in Plan * Safety and Health Requirements Technical Approach (including response to scenarios) – All unacceptable proposals will be eliminated from further evaluation. * Required, but not part of the technical acceptability evaluation 33

34 Past Performance (Proposal Instructions Overview) Volume II – Past Performance – Send Past Performance Questionnaires (Attachment L-2) directly to the Contract Specialist. – Offerors shall consider relevancy, recency, and magnitude of the effort(s) as they relate specifically to this requirement. Government contracts are preferred but not mandatory. Your references must complete the forms and send them directly to the Contract Specialist by the proposal submission date (this is your responsibility). If you propose a joint venture, provide the same information for each team member or subcontractor company. – References are to provide the company names, addresses, and point of contact information for the references mentioned above. 34

35 Data Requirement Descriptions (DRDs) (Proposal Instructions Overview) The DRD list on the next chart sets out the documentation requirements of this contract. Each DRD prescribes the required data product, content, schedule, type and other particulars for specified data submission requirements. Costs to produce the DRDs shall be included in the cost proposal. The asterisk (*) denotes DRDs which are to be delivered with the proposal. DRDs (with the exception of the S&MA DRDs) are not part of the contract evaluation criteria. 35

36 DRD List (Proposal Instruction Overview) 36 DRD # Data TypeDRD TITLE FBMS-MAMA – Management 012NF533 Cost and Data Reporting 021Management Plan * 031Phase-In Plan * 042Quarterly Status Reports 052Organizational Conflict of Interest (OCI) Avoidance Plan * 062Information Technology (IT) Security Program and Reports * 072Wage/Salary and Fringe Benefit Data * 082Data Access and Retention Plan FBMS-SQSQ – Safety and Health 012Safety and Health Plan – Nonhazardous Services * 022Safety and Health – Program Self Evaluation *

37 Model Contract Instructions (Proposal Instructions Overview) 37 Contract Section Areas of Model Contract Offerors are Required to Complete Section AComplete, sign, and date the SF 33 (3 copies) Section BB.5: Insert phase-in plan amount B.7: Complete the tables of Labor Categories and Fully Burdened Labor Rates with Fee for Cost reimbursable, profit for Fixed Price Task orders ; insert burdens on Other Direct Costs, insert maximum fee percentages Section CNone Section DNone Section ENone Section FNone Section GG.3 (c) (1) Insert cognizant DCAA office, Supervisory Auditor, Address, Telephone Number, Fax Number, and E-Mail Address Section HH.5: Insert the name of the proposed Key Personnel Section INone Section JOfferors will submit the required documents Section KInsert the appropriate representations and certifications

38 38 Government Evaluation Process Roberto Perez Cost/Price Analyst Volume III, Cost/Price Proposal

39 Cost/Price Agenda ( Government Evaluation Process ) Streamlined Procurement Team (SLPT) Pricing Process Government’s Best Estimated Quantity (BEQ) Workbook Templates Overview – IDIQ Workbook Templates  IDIQ Process Flowchart – Other Workbook Templates Audit Process Common Cost Volume Errors 39

40 SLPT Pricing Process ( Government Evaluation Process ) What does the SLPT do with your cost/price proposal? – Request a DCAA audit for all prime and major subcontractor proposals Major Subcontractor - contract value at or above $1M  The Cost/Price Volume shall be delivered to the DCAA Cognizant Audit Office by March 30, 2011. 40

41 SLPT Pricing Process (Government Evaluation Process) Read all narrative portions of Cost/Price Volume Validate all Offerors’ Excel models Integrate pricing models of prime and major subs Test models Make probable cost adjustments/cost realism (only if necessary) and cost confidence level – Error Corrections/Reconciliations – Direct Labor and Indirect Rates Adjustment – DCAA Audit Results Develop Pricing Charts for Presentation to the SLPT & the Source Selection Authority (SSA) – Proposed Cost vs. Probable Cost and Delta – Rationale for Probable Cost Adjustments, if any 41

42 Best Estimated Quantity (BEQ) (Government Evaluation Process) What is the BEQ? – Government’s current best estimated quantity of productive labor hours that may be required to perform future task orders – Government’s best estimate of travel – Not a commitment – Not budgetary BEQ and Non-Labor Cost will be provided to Offerors. – IDIQ CPFF and FFP shall be provided by Statement of Work (SOW) and contract type. – Travel cost for the Assessment Function Offerors shall not change the Government’s BEQ of Hours/Non- Labor Cost. 42

43 IDIQ Flowchart (Government Evaluation Process) 43 IDIQ RATES DEVELOPMENT TEMPLATE CONTRACT SPECIFIC (Prime) IDIQ RATES DEVELOPMENT TEMPLATE CONTRACT SPECIFIC (MAJOR SUB I) IDIQ RATES DEVELOPMENT TEMPLATE CONTRACT SPECIFIC (MAJOR SUB II) IDIQ PRIME BURDENS TEMPLATE IDIQ RATES DEVELOPMENT TEMPLATE TEAM **SFBR *FBR *FBR - Fully Burdened Rates **SFBR - Subcontractor Fully Burdened Rates

44 Workbook Templates (Government Evaluation Process) IDIQ Workbook Templates: – *IDIQ Rates Development Template – Contractor Specific (ICST) – **IDIQ Rates Development - Team Template (ITT) – **Prime Burdens Template (PBT) – ** Labor Pricing Template – ** IDIQ Summary Price Template (ISPT) * Required of Prime and Each Major Subcontractor **Required of Prime Only 44

45 Other Workbook Templates (Government Evaluation Process) Other Workbook Templates: – ** Summary Pricing Template (SPT) – ** Minor Subcontractor Pricing Template (MSPT) – * Overhead Template (OHT) – * G&A Template (GAT) – ** Conversion Factor Template (CFT) – * Cognizant Audit Office Template (CAOT) – ** Phase-in Template (PIT) – ** Subcontracting Arrangement Information (SAI) (A) – * Total Compensation Templates TC(a), TC(b), TC(c), TC(d) * Required of Prime and Each Major Subcontractor **Required of Prime Only 45

46 Audit Process (Government Evaluation Process) Before Contract Award Initial Audit – Basis of estimates – Direct labor rates validation – Labor escalation – Indirect rates reasonableness and forecast assumptions/ judgments – Budgetary data – Pre-Award Survey (financial and accounting) During Contract Administration Annual Incurred Cost Audits After Contract Completion Contract Closeout 46

47 Common Cost/Price Volume Errors (Government Evaluation Process) Proposals with omissions: – Detail on Overhead, G&A and Other Indirect Rates – Narrative supporting rationale Failure to follow Section L Cost/Template instructions: – Fully Burdened Labor Rates placed where Direct Labor Rates are required – Placing Hard Numbers Instead of links where appropriate – Not submitting cost proposals to cognizant DCAA Office – Lack of budgetary data Inconsistencies between the Model Contract and the Cost/Price Volume – In the event of a conflict, the data in the Model Contract will take precedence. 47

48 48 Proposal Evaluation Overview Sylvia Aragon

49 Evaluation Factors for Award (Proposal Evaluation Overview) Technical Acceptability: – Acceptable – Each element will be at a level of completeness, feasibility and reasonableness where associated risks do not jeopardize an acceptable level of contract performance. All Technical Acceptability criteria must be passed to be considered technically acceptable. – Potentially Acceptable – Results when, after the initial evaluation, the evaluator anticipates additional information that could be provided by an Offeror during discussions would result in a proposal rating of acceptable. Although an Offeror may receive a rating of “Potentially Acceptable,” it does not guarantee that discussions will be held or that the Offeror will automatically be included in the competitive range if discussions are held. – Unacceptable - The proposal does not meet the government’s requirements. 49

50 Past Performance (Proposal Evaluation Overview) Past Performance information will be gathered from: – Reference information submitted to NASA; – References contacted directly by NASA; and – Other information NASA obtains, such as information from the Government-wide past performance database. Past Performance will be evaluated for recency and relevancy (very relevant, relevant, somewhat relevant, and not relevant). An Offeror Performance Confidence Assessment Ratings will be assigned as: – High – Moderate – Low – Very Low – Neutral 50

51 Cost/Price (Proposal Evaluation Overview) To ensure that the final agreed-to prices are fair and reasonable the Government will perform price analysis and will also perform cost analysis to include a cost realism analysis and cost confidence level. 51

52 Tradeoff Analysis (Proposal Evaluation Overview) For those Offerors who are determined to be technically acceptable, tradeoffs will be made between past performance and cost/price. Past Performance is significantly more important than cost/price. 52

53 Procurement Schedule (Subject to Change) 53 MilestoneDate Source Sought SynopsisJuly 14, 2010 (Actual) Issue Draft Request for ProposalJanuary 21, 2011 Pre-Proposal ConferenceJanuary 31, 2011 Industry Comments on Draft RFP DueFebruary 11, 2011 Issue Final Request for ProposalFebruary 28, 2011 Proposals DueMarch 30, 2011 Contract AwardAugust 29, 2011 Phase-in BeginsSeptember 1, 2011 Contract StartNovember 1, 2011

54 54 S&MA Overview Connie Pritchard JSC Safety and Mission Assurance

55 Safety & Health Programs Guidelines for responding to Safety Requirements in the Request for Proposal (RFP) NASA JSC Safety and Test Operations Division

56 Overview of the NASA Safety Program NASA safety objective is to avoid loss of life, personal injury and illness, property loss or damage, environmental harm resulting from any of its activities and to ensure safety and healthful conditions for persons working at or visiting NASA facilities. NASA shall comply with all applicable regulations. – NASA Safety & Health requirements – Requirements of those federal agencies with regulatory authority over NASA such as OSHA, EPA, and DoT NASA requires every employee to report workplace hazards. – NASA ensures that there is no reprisal to personnel for reporting unsafe or unhealthy conditions. 56

57 Overview of the NASA Safety Program The NASA Safety Policy stresses the individual responsibility of each employee for their own safety and that of their co-worker. Risk within the work environment must be managed to control hazards and continuously improve workplace conditions. The Occupational Safety & Health Administration (OSHA) has recognized JSC as a leader in health and safety by awarding the “Star” designation level of achievement in the Voluntary Protection Program (VPP). As a VPP Star, JSC has a comprehensive and successful safety and health program, is below the national average for the industry in injury/illness rates, has demonstrated good faith in dealing with OSHA, and serves as a safety & health mentor to regional industry. 57

58 What would be expected of you at JSC All contractors performing work at JSC shall comply with all applicable safety and health regulations. JSC does not assume the responsibility of the “employer” for contractor employees. Every major onsite contractor shall have a designated safety official and shall conform to a written safety and health plan. Failure to comply with safety and health requirements may result in contract termination, lower fee, and exclusion from future contract awards. 58

59 The Safety & Health Deliverables Submission of detailed safety and health data as part of the proposal. – Safety & Health Plan shall include detailed discussion of the policies, procedures, and techniques that will be used to ensure the safety and occupational health of your employees and to ensure the safety of all working conditions throughout the performance of the contract. – Statement regarding past OSHA citations will be required. – Records of OSHA recordable injuries (OSHA Logs & calculated frequency rates). – Insurance carrier information including experience modifier. 59

60 A Successful Safety Program Model Based on 4 Basic VPP elements defined by OSHA Region VI. Worksite Analysis Hazard Prevention and Control Management (Commitment) Employee (Involvement) Safety and Health Training 60

61 The Safety & Health Plan Safety & Health Plan provisions you should expect to address on a typical JSC service contract: – Management Leadership and Employee Participation  Management Commitment – demonstrable leadership via goals, objectives, and policy statements  Planning – safety is planned, it doesn’t just happen  Written Safety & Health Program  Authority and Resources – roles and responsibilities, funds, manpower (designated safety and health official, safety representative, medical contact, fire wardens)  Employee Involvement – participation at all levels  Safety & Health Program Evaluation – how is the program doing 61

62 The Safety & Health Plan Worksite Analysis: – Management Understanding – of hazards (recognition and response) – Industrial Hygiene – specialized area requiring technical support and coordination – Pre-use Analysis – before you use a new or modified piece of equipment or process, what has changed with respect to the hazards involved?  Hazard Analysis – of jobs, equipment, systems, processes  Routine Inspections – to catch hazardous conditions before someone is hurt  Employee Hazard Reporting – ways to encourage reporting  Accident/Incident Investigations - response, reporting and correcting negative findings 62

63 The Safety & Health Plan Hazard Prevention and Control – Certified Professional Resources – safety professionals and industrial hygienists – Hazard Elimination or Control  Maintain a list of hazardous operations and processes  Develop written procedures to identify safety procedures  Methods for notification of personnel – Occupational Healthcare Program – medical surveillance program, treating injuries & illnesses, case management – Disciplinary System – approach to modify behaviors – Emergency Preparedness – fire, explosion, weather 63

64 The Safety & Health Plan Safety and Health Training: – Program Description – describe your training program to ensure safe work practices, hazard recognition and to meet all regulatory requirements. – Tailor training toward specific audiences – managers, supervisors, employees (crafts, office workers, etc.). – Discuss certification programs – training requirements and physical conditions. – Train for emergencies – fire drills, evacuation drills, site emergencies. – Personal Protective Equipment – training in the use and care of PPE. – Training in hazard communication. 64

65 The Safety & Health Plan Safety and Health Goals – should be measurable Miscellaneous reports contained in body of the Data Requirement: – Statistics; mishap reports; close call reports; hazard reports; inspection reports; building fire wardens; hazardous materials inventory; roster of terminated employees; material safety data sheets; OSHA logs; program self evaluation. 65

66 Recommendations For the good of your employees and your business, take safety seriously and proactively plan to PREVENT injuries. Understand the data requirements. Tailor your plan to what you will do on the contract. Contact the procurement point of contact on this solicitation if you have any questions. – Any RFP requirement you feel is inappropriate for the plan, tell us why. 66

67 References NASA Federal Acquisition Regulation Supplements (NFS) http://nais.nasa.gov/far/ NFS 1852.223-70 - Safety and Health NFS1852.223-73 - Safety and Health Plan NFS 1852.223-75 - Major Breach of Safety or Security General NASA information http://www.nasa.gov/ Occupational Safety & Health Administration http://www.osha.gov/ JSC Safety and Health handbook (JPR 1700.1) http://jschandbook.jsc.nasa.gov/ 67

68 68 Security Remarks Wayne Sings JSC Security Office

69 Thank you for attending the Johnson Space Center Pre-Proposal Conference for the Financial and Business Management Services (FBMS)


Download ppt "Welcome to the Johnson Space Center Financial and Business Management Services (FBMS) Pre-Proposal Conference January 31, 2011 Gilruth Center, Alamo Ballroom."

Similar presentations


Ads by Google