Industry Day Ginger Loesch

Slides:



Advertisements
Similar presentations
Office of Purchasing and Contracts Research Funded Procurement Outreach Training Level III Procurements $50,000 and Above.
Advertisements

Acquisition Planning and Adequate Market Research National Oceanic and Atmospheric Administration Acquisition and Grants Office Oversight and Compliance.
OMB Circular A133 Audits of States, Local Governments, and Non-Profit Organizations 1 Departmental Research Administrators Training Track.
IDOA Office Supply and Toner Products Pre-Proposal Conference May 10, 2013 Adam Thiemann IDOA Strategic Sourcing Analyst.
U.S. Pretrial Services and Probation Office Northern District of Ohio.
Chapter 7: Key Process Areas for Level 2: Repeatable - Arvind Kabir Yateesh.
More CMM Part Two : Details.
Writing Proposals for Oak Ridge National Laboratory Women-Owned Small Business Day Sonny Rogers Contract Services Group Manager Oak Ridge, TN August 24,
Prepared by the Office of Grants and Contracts1 COST SHARING.
IS4799 Information Systems and Cybersecurity Capstone Project
PROCEDURES FOR SELECTING THE CONTRACTOR
Introduction to ARA’s Proposal Resources Don Cole
Office of Business Development Training
Partnership Agreements Delegation of SBA’s Contract Execution Authority to other Federal Government Agencies.
Washington Metropolitan Area Transit Authority Pre-Proposal Conference Sourcing and Contracts Management System (CMS) Solution Request for Proposal FQ
Internal Auditing and Outsourcing
U.S. Small Business Administration
GENERAL SERVICES ADMINISTRATION USAContact Program Multi-channel Contact Center Services Pre-solicitation Conference Robert H. Corey Contracting Officer.
Typical Software Documents with an emphasis on writing proposals.
Source Selection. What is Source Selection? Source Selection is the process of conducting competitive negotiations. Source Selection allows the Government.
IDOA Office Supply and Toner Products Pre-Proposal Conference May 14, 2012 Adam Thiemann IDOA Strategic Sourcing Analyst.
GWAC Ordering Procedures Overview
Welcome to the Johnson Space Center Financial and Business Management Services Virtual Industry Day 1.
Educating Customers Simplified Acquisition Process Russellyn Rogers.
Aerospace Ground Equipment (AGE) Support Services Pre-Proposal Conference/ Site Visit Kari M. Alvarado Contract Specialist NASA-DFRC November 8, 2006 Dryden.
1 Los Alamos Legacy Cleanup Completion Project (LCCP) Post Fiscal Year 2016 Contract(s) Industry Day Request For Information & Capability.
1 WARFIGHTER SUPPORT STEWARDSHIP EXCELLENCE WORKFORCE DEVELOPMENT WARFIGHTER-FOCUSED, GLOBALLY RESPONSIVE, FISCALLY RESPONSIBLE SUPPLY CHAIN LEADERSHIP.
NCSX Management Overview Hutch Neilson, NCSX Project Manager NCSX Conceptual Design Review Princeton, NJ May 23, 2002.
Indiana Hoosier Lottery Lottery Draw Witness Pre-Proposal Conference September 14, 2012 Stan Judson IDOA Strategic Sourcing Analyst.
Certification and Accreditation CS Phase-1: Definition Atif Sultanuddin Raja Chawat Raja Chawat.
SBIR Budgeting Leanne Robey Chief, Special Reviews Branch, NIH.
Pre-Proposal Conference NASA Langley Research Center October 26, 2009.
IDEM/OWQ Laboratory Analytical Services Pre-Proposal Conference December 5, 2011 Adam Thiemann IDOA Strategic Sourcing Analyst.
Contract Training Class I
2.2 Acquisition Methodology. “Acquisition methodology” – the processes employed and the means used to solicit, request, or invite offers that will normally.
Pre-Proposal Conference January 17 th, :00AM Jennifer Michael, IDOA Strategic Sourcing Analyst Assessment Classes Pertaining to Level III Assessor/Appraiser.
Indiana State Personnel Dept. CDL/Non-CDL Controlled Substance and Alcohol Testing Pre-Proposal Conference September 24, 2012 Greg Moorman IDOA Strategic.
IDOA RFP Media Buy Pre-Proposal Conference June 11, 2013 Adam Thiemann IDOA Strategic Sourcing Analyst.
Contracting with CMS and other Federal Agencies CMS Industry Day October 30, 2015 Anita Allen, Small Business Specialist and Claude Cable, SBA Procurement.
JE-RDAP INDUSTRY DAY W911QY-16-R-0010 Kevin Parker 08 DEC 2015
1 Comprehensive Tactical Infrastructure Maintenance and Repair (CTIMR) Area 3 Pre-Proposal Site Visit HSBP1015R0040 Sectors EL PASO / BIG BEND, TX
JEOPARDY FINANCIAL MANAGEMENT EDITION Documentation Procurement Mystery Cost Principles Administrative Requirements Q $100 Q $200 Q $300 Q $400 Q $500.
Chapter 6: Writing the Front Matter and Executive Summary.
At Lewis Field Glenn Research Center Industry Briefing Solicitation No. NNC04Z70010R Construction Services Contract June 15, 2004.
Connections II Acquisition U.S. General Services Administration Connections II Industry Day April 13th, 2010.
Request for Information & Capability Statements Richland Acquisitions Post-FY 2018 November 17-19, 2015.
Mission Assurance Support Services (MASS) Christina Avetyan Subcontracts Manager, Labor and Task Services Subcontracts January 12, 2016 Bidder’s Conference.
Technical Information Services Procurement Presentation to Industry October 30, 2003.
Export Compliance Laboratory Outreach Practices Rachel Skinner Office of Export Compliance Jet Propulsion Laboratory
Small Business Programs Tatia Evelyn-Bellamy Director Small Business Division Small Business Center February 2016.
Federal Acquisition Service U.S. General Services Administration Area Facility Operation Specialist (aFOS) 88 th Regional Support Command Pre-Bid Meeting.
1 On-Line Financial Management Workshops Cost Classification, Administrative Costs & Program Income June 2009.
Welcome. Contents: 1.Organization’s Policies & Procedure 2.Internal Controls 3.Manager’s Financial Role 4.Procurement Process 5.Monthly Financial Report.
Solicitation VA69D-16-R-0583 Rehab Renovation Pre-Proposal Conference June 22, :00am CDT NCO 12 Great Lakes Acquisition Center.
Small Business and Subcontracting. Subcontracting for Small Business 6 steps to successful subcontracting 6. Report Contractor performance 1. Consider.
1. 2 Cost & Price Analysis Breakout Session # 312 Beverly Arviso, CPA, Fellow, CPCM, CFCM, Arviso, Inc. Melanie Burgess, CPA, CFCM, Burgess Consulting,
PRE-PROPOSAL CONFERENCE RFP - VA R-0039 AMARILLO VA HEALTH CARE SYSTEM Building 34 Room Amarillo Blvd West Amarillo, TX /18/2012.
Compliance with CCNA F.S..  Advertisement  Longlist  Shortlist  Request for Proposal  Scope of Services Meeting  Technical Proposal Review.
Introduction for the Implementation of Software Configuration Management I thought I knew it all !
The Port of New Orleans - As-Needed Consultant Selection Process for Professional Services June 9, 2016.
Evaluation Grids Evaluation Grids.
TRAVEL SERVICES Request for Proposal
Prepared for California State University, San Bernardino
PRODUCT EVALUATION & TESTING BRANCH SUPPLIER SUPPORT DIVISION II
Request for Proposal & Proposal
THE OFFICE OF PROCUREMENT CONTRACT TRAINING MAY 2018
Lockheed Martin Canada’s SMB Mentoring Program
United Nations Voluntary Fund on Disability (UNVFD)
Omnibus IV Contracting Strategy Michael D’Alessandro
Diversity management system (DMS)
Presentation transcript:

Multi-divisional Engineering, Design, Analysis Lab-wide Support (MEDALS) Industry Day Ginger Loesch Subcontracts Manager, Labor and Task Services Subcontracts December 16, 2014

Industry Day Agenda 2:30 – 3:00: Introduction to JPL 3:00 – 3:30: Historical Information and Statement of Work Overview 3:30 – 4:00: Request for Proposal (RFP) and Selection Process Overview 4:00 – 4:30: Question and Answer Session

Introduction to JPL Jet Propulsion Laboratory (JPL) is a federally funded research and development center (FFRDC) and NASA field center located in the San Gabriel Valley area of Los Angeles County, California, United States. Headquartered in Pasadena on the border of La Cañada Flintridge and Pasadena. JPL is managed by California Institute of Technology (Caltech) for the National Aeronautics and Space Administration. Laboratory's primary function is construction and operation of robotic planetary spacecraft Also conducts Earth-orbit and astronomy missions Responsible for operating NASA's Deep Space Network (DSN)

Located in Pasadena, California About JPL Located in Pasadena, California 5,300 employees $1.6 billion business base $721 million in annual subcontract and purchase order commitments 177 acres 139 buildings 673,000 net square feet of office space 906,000 net square feet of non-office space (e.g., labs) (Data as of FY 2013)

Roles: Caltech operates JPL for NASA

Our Mission: Robotic Space Exploration for NASA Mars Solar system Exoplanets Astrophysics Earth Science Interplanetary Network

JPL Funding and Expenditures Where Some of the Funding Goes (FY 13) JPL Workforce Infrastructure $1,600,000,000 JPL Business Base $721,000,000 Procurement Awards 45% of Business Base

What We Buy and How The Acquisition Division is responsible for managing the process to purchase goods and services. Comprised of six primary sections and 13 work groups Commodity Purchasing Section Acquisition Planning and Compliance Services and Institutional Support Subcontracts Flight, Project and Program Subcontracts Project Acquisition Management and Business Opportunities Office University Subcontracts

Common Items Procured

Awarding Work

Small Business Award Distribution (FY13)

Background Historical Information MTESS (Mechanical and Thermal Engineering Support Services) was predominately used by Div. 35 with some usage by Div. 38 Complemented the JPL workforce in support of flight and non-flight activities. Cost-Plus-Fixed-Fee (CPFF) Research and Development Subcontract with Subcontract Work Orders (SWOs). Began in 1997, Awarded to Swales as a small business set-aside Recompeted in 2002 as a small business set aside, awarded to Swales. Recompeted in 2007 as open competition, Swales (SB) and Alliance SpaceSystems (SB) both given awards ATK (LB) purchased Swales in 2007, MDA (LB) purchased Alliance SpaceSystems in 2008

Organizational Structure for the Engineering and Science Directory http://esd.jpl.nasa.gov/esdhome/aboutus.cfm

MTESS Background Information Following information is provided to show the history of the current MTESS subcontracts, with both subcontractors: The peak number of personnel was 64 in Spring 2009 JPL anticipates that JPL may exceed the peak levels of 2009. Current Subcontract ceiling: ATK: $20,525,467.69, 211 SWOs issued MDA: $12,506,119 SWOs issued Current Subcontracts end 7/31/2015

SWO Examples

Statement of Work Overview Objectives of MEDALS:   To provide task support to a broad range of engineering and technology disciplines Speed up the acquisition process of task support so that JPL can respond quickly to identified tasks To provide excellent customer service to JPL by responding to customer and client needs and requests, with advance knowledge and experience Provide a systems and processes that incorporates industry standard tools and practices compatible with JPL tools Capability to provide support for Top Secret Sensitive Compartmented Information (TS/SCI) security clearance requirements

Statement of Work Overview The selected Subcontractor shall provide the labor, materials, facilities, and equipment necessary to perform tasks and provide services in support of non- flight and flight areas of engineering, technology development, hardware development, test development and operations support. Tasks will span both formulation and flight development activities and will include efforts relating to requirements definition, concept definition, tradeoff studies, hardware design, modeling, simulation, analysis, review support, mechanical and electrical fabrication, inspection, assembly and integration, and technical documentation support. 15 Major Engineering Disciplines Work will be authorized by JPL through issuance of Subcontract Work Orders (SWOs).

Statement of Work Overview (cont.) Provide a Program Manager Weekly Status Meetings Travel as required on the SWO Use a web-based work flow tool to provide status and load proposal documents Provide Mission, Reliability and Quality Assurance in accordance with the SWO Provide Flight Systems Safety support in accordance with the SWO

Statement of Work Overview (cont.) Provide Computer Security for systems connecting to the JPL network, in accordance with Exhibit 2 Provide training as follows: JPL will fund training for JPL specific technical skills The subcontract will train their employees to maintain general job skills Maintain a property management system appropriate for handling Government Furnished Property (GFP) Provide Management Report in accordance with Paragraph 8.0

Statement of Work Overview: Exhibit and Provisions 2 Exhibits incorporated into the Specimen Subcontract Cost Reimbursement with Commercial Organizations Subcontract General Provisions (GP) and 11 Additional General Provisions (AGP) included in the Specimen Subcontract 3 Special Provisions and 6 Alteration Provision also include in the Specimen Subcontract All GPs and AGPs can be found on the Acquisition Website: https://acquisition.jpl.nasa.gov/tc/

Statement of Work Overview: Period of Performance and Award Term Five year Basic Subcontract Performance based Award Terms Addition Award Terms available 10 year maximum JPL will issue an Award Term Plan JPL will provide Award Term metrics as an attachment to the final Award Term Plan, which will further define the Award Term process Award Term determinations will be made in accordance with Article 5

Procurement Schedule 12/10/2014 - Draft RFP released 12/16/2014 - Industry Day Meeting 1/20/2015 - Issue first RFP Volume 1 & 2 2/3/2015 - Volumes 1 & 2 and Past Performance due 2/26/2015 - RWO (second RFP) Problems issued 3/12/2015 - RWO Technical and Cost Proposals due 3/23 – 3/27 - Oral Presentations and Fact Finding Discussions 4/17/2015 - Submit to Source Selection Official 5/19/2015 - Complete Negotiations 6/30/2015 - Subcontracts executed

Draft Request for Proposal (RFP) All comments regarding the Draft RFP must be submitted electronically to Ginger by 5:00 PM local time December 31, 2014 Areas of focus for comment: RFP Instructions Evaluation Instructions Cost Instructions Specimen Subcontract All comments will be taken into consideration prior to release of the RFP JPL may not provide a formal response to Offerors Offerors are not required to provide comments

Request for Proposal (RFP) Overview A two step RFP process will be used First RFP submission will be Technical and Management Proposal (Volume 1) and the Past Performance Questionnaire plus Related Experience (Volume 2) If Subcontractor meets Mandatory Qualifications, the proposal is evaluated Competitive Range is determined and down select is made Only selected proposers receive the second RFP which is the Representative Work Orders, requiring a Technical Proposal (Volume 3) and Cost Proposal (Volume 4) JPL evaluates the technical and cost proposals Orals conducted with the remaining proposers in the competitive range This competition is expected to result in 2 to 4 awards.

Request for Proposal (RFP) Overview: Mandatory Criterion Proposers must show verification by DCAA or other federal audit agency, of an accounting system that has been audited and determined adequate for determining costs applicable to this contract, in accordance with (Federal Acquisition Regulation) FAR 16.301-3(a)(1). Proposers must have had at any one time, within the last 18 months prior to the issuance date of this RFP, a minimum of 50 bona fide employees employed in labor categories of similar nature to those required by JPL. Evidence shall include payroll records specifying: payroll week ending date, employee name, and job title.   Proposers must provide financial qualification evidence, as indicated by having financial resources capable of making a payroll equivalent to $2,000,000 for a period of 3 months. Evidence of financial resources may include: copies of banking statements, lines of credit, cash on hand or any such other method of proving financial sustainability. Proposers must provide contact information for an individual that can provide verification that the proposer has performed work with personnel with Top Secret Sensitive Compartmented Information (TS/SCI) security clearances either directly or through a demonstrated relationship with a lower-tier subcontractor. Note: No safeguarding of classified information under this effort will be required, so a facility clearance is not required.

Request for Proposal (RFP) Overview Volumes 1 & 2 are due first Past Performance on A-14 is verified but not evaluated and scored. Once Volume 1 & 2 are evaluated and scored, JPL may elect to down-select Down-select Based on initial evaluation of meeting the Mandatory Qualification criteria Formal review and scoring of Volume 1 & 2 criteria, and analysis of Past Performance. Based on the number of interested offerers, a down-select may be performed The highest scoring proposers will be moved on to receive the Representative Work Orders, Volumes 3 & 4.

Representitive Work Orders (RWOs) The RWO response will make up the basis for the questions for Volumes 3 & 4 There will be 3 RWOs that will be released to the proposers at the same time and all three RWO responses will be due by the deadline date. JPL will provide the Representative Work Orders (RWOs) for the vendors to propose against. It is not intended as actual work against the subcontract, but it will test the capability of the companies and their partners/subcontractors to create a response within the time requirement in the Specimen Subcontract in Article 1, Paragraph 6.3 The RWO exercise is intended to demonstrate management capability to evaluate, price and manage multiple SWOs at the same time, similar to how the work will be performed on the subcontract. The tasks on the RWOs will focus on specific technical issues that allows JPL to validate a degree to which the subcontractor is proficient.

Request for Proposal (RFP) Overview: Evaluation Criteria Volume 1 – Technical and Management Technical Criterion T-1 through T-3 Technical Capabilities of Personnel – Criterion T-1 Personnel meeting the disciplines in the SOW, including cleared work Qualifications of Program Manager and Key Technical Personnel Technical disciplines which will be augmented through partnerships Technical Capabilities of Hardware and Software – Criterion T-2 Detail computer hardware and software available for use on this contract (e.g. CAE tools) Knowledge and experience of data translation protocol Internal procedures for meeting the hardware and software security requirements  Technical Capabilities of Facilities and Equipment – Criterion T-3 Facilities and equipment satisfying the work required by the SOW

Request for Proposal (RFP) Overview: Evaluation Criteria (cont.) Management Criterion M-1 through M-3   Management Controls and Subcontract Management – Criterion M-1 Ability to monitor, control and report at the total subcontract level and SWO level Subcontract Management - Criterion M-2 Manage work performed by partners and implement a transition plan from prior subcontractors Assurance Management Plans – Criterion M-3 Mission, Reliability, and Quality Assurance Management Plans Weighted at 300 points

Request for Proposal (RFP) Overview: Evaluation Criteria (cont.) Volume 2: Related Experience Criterion P-1   Experience in providing engineering task services Experience in engineering flight hardware Key Personnel have worked on similar contracts Experience in providing classified support Experience of the prime having an established relationship with their subs Weighted at 300 points

Request for Proposal (RFP) Overview: Evaluation Criteria (cont.) Volumes 3 & 4 – Representative Work Orders Technical and Cost Proposals Technical Understanding – Criterion R-1 Understand the requirements and technical challenges associated with the RWO objectives Have the capability with regards to the technical requirements Demonstrate an understanding of Mission, Reliability, and Quality Assurance Address critical issues, including risk and ways to mitigate these risks Management Understanding – Criterion R-2 Organizational approach to managing and tracking performance Other resources such as facilities and equipment, travel and materials necessary to accomplish the RWO Demonstrate an understanding of appropriate cost elements for the RWO Demonstrate subcontractors used effectively Schedule Understanding – Criterion R-3 Schedule for completing the effort, including key milestones Skill mix of labor types and level of support for meeting technical requirements and schedule Weighted at 400 Points

Request for Proposal (RFP) Overview: Volume 4 Cost Proposal Instructions Proposal Pricing Volume 4 will consist of ROMs for each RWO Proposal shall be submitted on JPL Form A-15 Supplement Business/Cost Information Submit a copy of annual financial statements for the last 3 years Include a copy of a letter of credit from your bank, if available or applicable Identify any third parties who may have security liens on your intellectual property, personal property, or general intangibles. Demonstrate the financial resources to handle a subcontract of the dollar value anticipated. Accounting Calendar Furnish an accounting calendar for each year in which work is anticipated Attachments in Group A

Request for Proposal (RFP) Overview: RFP Attachments Group A Attachments: Forms to complete and attach to proposal A-1: Acknowledgment (Form JPL 2384) A-2: Does not apply if classified as a Small Business A-6: Notice of Total Small Business Set-Aside (Form JPL 4022) A-14: Past Performance (Form JPL 0358-A14) A-15:Cost Element Breakdown – Long Form (Form JPL 0549-A-19) A-20: Evidence of Adequacy of Accounting System (Form JPL 7370) A-21: Supplier Information Request (Form JPL 7255)

Request for Proposal (RFP) Overview: RFP Attachments Group B Attachments: Provided for information purposes only B-1: Waiver of Rights to Inventions (does not apply to small business) B-2: Summary Work Breakdown Structure B-5: Notice of Req. for Affirmative Action to Ensure Equal Employment Oppt. B-7: Security Requirements for a Classified Subcontract (Form JPL 2891) B-12: Unescorted Access - Subcontractor Badging Instructions and Requirements B-19: Additional General Provision—Safety and Health

Questions?

Questions Submitted Prior to Industry Day Question 1: What drove the significant scope change of this procurement?   Answer 1: There is an expected increase in work for the 5-10 years MTESS has been effective in quickly responding to JPL’s support task needs Goal to keep JPL core competencies in-house and send out task services to industry partners

Questions Submitted Prior to Industry Day Question 2: Is the NAICS code for this procurement still 541712?   Answer 5: Yes

Questions Submitted Prior to Industry Day Question 3: Is a signed statement from an external accounting firm sufficient to demonstrate an accounting system is adequate for accumulating costs for a cost-plus contract?  Answer 3: JPL is reviewing this requirement with our Subcontract Audit and Compliance Organization. We will clarify this requirement for the final RFP.

Questions Submitted Prior to Industry Day Question 4: In reference to the statement below: What is meant by a “… demonstrated relationship …“?  Answer 4: A demonstrated relationship could be any contracts that shows that: either you as the prime or you as the subcontractor, have preformed work with a Top Secret Sensitive Compartmented Information TS/SCI security clearance. JPL will likely clarify this requirement prior to the final RFP

Questions Submitted Prior to Industry Day Question 5: Is this essence of this requirement that the proposer must be able to prove they can provide TS/SCI cleared staff either directly or indirectly through a subcontractor?   Answer 5: Yes

Questions Submitted Prior to Industry Day Question 6: Further, should the proposer assume that all TS/SCI work will be performed at JPL’s cleared facilities? Answer 6: Yes

Questions Submitted Prior to Industry Day Question 7: Does the RFP Attachment A-2 CAS Notice and Certification apply to this procurement?  Answer: 7: Attachment A-2 was included by default. If you are a small business, it is self deleting. Likely it will be removed from the final RFP

Questions Submitted Prior to Industry Day Question 8: Under the RFP’s Cost Instruction Section, several RFP Attachments are called out but are not included in the RFP Attachment package (e.g., A-19, B-10, B-13).  How will this be rectified in the Final RFP?  What is required? Answer 8: All the attachments can be found at https://acquisition.jpl.nasa.gov/tc/.

Questions Submitted Prior to Industry Day Question 9: Section 4.2.2 of the Draft RFP suggests that 51% (or more) of the work be performed by the prime contractor.  Are the terms “Proposer” and “Prime Contractor” synonymous?  Could a combination of small businesses on the proposing  team perform 51% (or more) of the work or does the Proposer need to cover the 51% minimum themselves? Answer 9: The requirement is that 51% of the work (by cost) must be performed by the small business that the subcontract is written with. Partners or subcontractors can not make up more that 49% of the work

Questions Submitted Prior to Industry Day Question 10: Given the change/expansion in scope since the RFI with the addition of elements 1.1 Systems Engineering Support, 1.2 Electronics Design and Performance Analysis, 1.13 RF/Microwave Engineering, 1.14 Guidance Systems Engineering and 1.15 Control Systems Engineering will JPL go through a second round of RFI? Answer 10: No. An RFI is requested for information. JPL has developed a strategy that takes that information into account, but an additional RFI would be unlikely to change our strategy.

Questions Submitted Prior to Industry Day Question 11: For the Past Performance (PP) volume, is PP to be provided by only the Proposer or also from subcontractors to the Proposer?  What's the cutoff in years for "recent" past performance and how many (minimum to maximum) contracts are requested? Answer 11: JPL will request that past performance be provided for both the proposer and any partners/subcontractors. The wording will be clarified in the final RFP. Form A-14 specifies 5 past performance references

Questions Submitted Prior to Industry Day Question 12: What's the anticipated size of MEDALS in terms of expected funding per year or per Specimen Subcontract Ceiling Amount?   Answer 12: The ceiling amount on the subcontracts (Article 2) will based on a projection of $10M per year divided equally by the number of awardees. Actual ceilings and funding will be determined on the SWOs

Questions Submitted Prior to Industry Day Question 13:  Is it JPL’s goal to make more than one award and does JPL expect to make more than two awards? Answer 13: JPL intends to make multiple awards. The expectation is that the number of awards would be between 2-4, however JPL reserves the right to determine the number of awardees, based on what would be in JPL’s best interest

Questions Submitted Prior to Industry Day Question 14: Of the 15 technical areas listed in the Specimen Subcontract Article 1, what is the expected percentage of work in each of the 15 areas?   Answer 14: JPL does not have any historical data to relay on and therefore does not have any percentages.

Questions Submitted Prior to Industry Day Question 15: In section 4.1.1 of the Draft RFP, we do not see any requirement to demonstrate the ability of the proposer to perform work in each of the 15 technical areas specified in the Specimen Subcontract, other than “Provide a general description of the personnel that meet the disciplines in the SOW.”  Does JPL intend to have the Contractor provide more concrete evidence of the ability to perform work in each area, and if so, will this be made more clear in the final RFP?   Answer 15: This is an evaluated procurement. JPL will be evaluating the proposers’ ability to perform the work on the Specimen Subcontract. We will consider if we would like the proposers to address each area of emphasis separately.

Questions Submitted Prior to Industry Day Question 16: JPL states mandatory requirements for the “Proposer.”  Are there any mandatory requirements for subcontractors or partners to the Proposer?   Answer 16: No

Questions Submitted Prior to Industry Day Question 17: In a previous communication, it was stated, “The North American Industry Classification System (NAICS) Code(s) applicable to this Subcontract is 541712.”  Is this still the case, and if so, which employee limit size for 541712 applies? Answer 17: The size standard of 1000 employees will be used for this effort, as MEDALS will be in support of "Space Vehicles and Guided Missiles, their Propulsion Units, their Propulsion Units Parts, and their Auxiliary Equipment and Parts".

Questions Submitted Prior to Industry Day Question 18: Under 4.2.2 of the RFP, what is meant by the “overall socioeconomic goals”? Answer 18: It is required that the Prime (small business) will perform 51% of the work. This requirement asks for the proposer to identify how that will be accomplished and the size and classification for any partners/subcontractors.

Questions Submitted Prior to Industry Day Question 19: Under SOW Element 1.4 Mechanical Hardware Design and Engineering, should it be assumed that this area includes fabrication and assembly and assembly of structures, deployment mechanisms, and mechanical devices? Answer 19: Yes, JPL may require this work as specified on the individual SWO.

Reminders Read and Follow Directions very carefully Check the Due Dates for various submittals Check the format, number of copies and page limitations Make sure you meet the Mandatory Qualification and provide the evidence Keep checking the Website: https://acquisition.jpl.nasa.gov/bizops/ for the updates on the RFP

Questions? Submit via email to Ginger.E. Loesch@jpl.nasa.gov or place in question box