LANGLEY RESEARCH CENTER LOGISTICS SERVICES SOLICITATION NNL11394208R PRE SOLICITATION CONFERENCE AND...
-
Upload
april-chase -
Category
Documents
-
view
215 -
download
0
Transcript of LANGLEY RESEARCH CENTER LOGISTICS SERVICES SOLICITATION NNL11394208R PRE SOLICITATION CONFERENCE AND...
LANGLEY RESEARCH CENTER LOGISTICS SERVICESSOLICITATION NNL11394208R
PRE SOLICITATION CONFERENCE AND SITE VISIT
NASA Langley Research Center
Sep 7, 201110:00 a.m. – 12:00 p.m.
Langley Research Center
GOVERNMENT TEAM MEMBERS
Jeff Hisey, Office of Procurement, Contract Specialist
Roberta Keeter, Office of Procurement, Contracting Officer
Monica Ross-Clunis, Acting Deputy Director, Center Operations Directorate (COD)
Theresa Elliott, COD, Logistics Manager Judy Ward, COD, Logistics Management
Specialist
PRE-SOLICITATION CONFERENCE
FAR 15.201 Exchange With Industry Before Receipt of Proposals Establishes procedures for information exchange Encourages exchange of information consistent with procurement
integrity requirements
Any discussions, comments, etc., made by Government personnel during this Pre-Solicitation Conference / Site Visit are considered unofficial until incorporated into the RFP.
The RFP, and any Amendments made thereafter, take precedence over all exchanges made during this Pre-Solicitation Conference and Site Visit.
Questions may be submitted in writing during the conference (forms available on the back table).
The conference charts, questions and answers and site tour script will be posted as an amendment to the RFP.
AGENDA
Opening Remarks
Current Contract Overview
Center Overview and Technical Aspects of Logistics Requirement
Procurement Overview
RFP Overview
Site Tour
OPENING REMARKS
All questions to the DRFP were due in writing not later Sep 06, 2011.
The Government will post all questions and answers received as an amendment to the RFP.
Potential offerors are responsible to check the electronic posting for amendments issued prior to the solicitation due date
CURRENT CONTRACT OVERVIEW
Current Contractor: Tessada and Associates Current Contract: NAS1-02081, Consolidated Logistics,
Administrative, and Scientific Information Support Services(CLASIC)
Contract Type: Cost Plus Incentive Fee, Award Term Period of Performance: Mar 1, 2002 – Feb 29, 2012 (10 years) Cumulative Logistics Value: ~$26.35M (Thru 08/31/11)
This is historical information and is not necessarily reflective of the current RFP/PWS.
LOGISTICS SERVICES
Center Operations Directorate
Monica Ross-Clunis
September 7, 2011
Langley Research Center
NASA Centers
Langley Research Center
Founded in 1917• 1st civil aeronautical research laboratory
Infrastructure/Facilities• ~790 acres, ~285 Buildings/Structures• $3.1B CRV
Budget• ~$990M
Workforce • ~1,946 Civil Servants• ~1,700 Contractors
LaRC Facilities
Logistics - 14 facilities totaling ~ 83,000 square feet Seven Storage Warehouses Two Surplus Property Sales Warehouses One Mail Center One Vehicle Service Facility * One Shipping, Receiving, and Equipment Management Facility One Property Disposal Warehouse One Program Stock Warehouse
Engineering Directorate – 3 Facilities * One Bonded Storage Facility Three Machine Shop Tool Rooms *Shared
Facilities
Logistics Facilities
Logistics Facilities (continued)
Red=Logistics FacilitiesBlue=Engineering Facilities
Center Operations Directorate
Office of Director
Center Operations Directorate
Revitalization Office
Institutional Services
Business Office
Logistics Management
Branch
ROME Oversight Branch
Projects and Engineering Branch
Maintenance and Utilities Branch
Environmental Management
Branch
Office of Security Services Standard Practices Office
Facilities Engineering & Maintenance
Logistics Management Branch
Head, LMBLogistics Manager
Supply and Equipment
Officer (SEMO)
Property Disposal Officer
(PDO)
Transportation Officer
Equipment Manager
Industrial Property Officer
(IPO)
Furnishings and Carpet Manager
Supply Manager
Contracted Services
General Transportation and Delivery Fleet Management and Vehicle Maintenance Shipping Operations Receiving and Materials Management Equipment Management Property Disposal and Storage Stores and Tool Room Support
General Transportation and Delivery Services
• Transportation services for equipment, materials, and supplies
• Operate the LaRC Mail Processing Facility
• Personnel relocation services on-site• Bus service
General Transportation and Delivery Services
Fleet Management and Vehicle Maintenance
Annual Preventative Maintenance Repairs Maintain Fleet Management records
Shipping Operations
Out-bound domestic and foreign shipments Oversized loads Hazardous Materials Dangerous goods Sensitive Items
In-bound shipments U.S. Customs Coordination
Receiving and Materials Management
Receipt and Inspection services Government Equipment Control Number (ECN)
assignment
Equipment Management
Annual inventory of ~ 30,000 items Conduct physical inventories on stores and
program stock Reconcile property custodian accounts
Property Disposal and Storage
Property reutilization and disposal services Surplus property sales Collection of scrap metal and scrap waste materials
Stores and Tool Room Support
Maintain bonded storage facility Operate Machine shop tool rooms in three on-site
locations Tools and materials inventory
Building 1225 Tool Crib
IDIQ Services
Carpet Installation and Removal On-Call Bus Service Towing Services Off-site Fleet Maintenance Logistics Surge Requirements
Critical Logistics Systems
NASA’s Integrated Asset Management Property, Plant and Equipment (PP&E) Systems Business Warehouse (B/W) Disposal (DSPL) Materials Management Initiative (MMI) N-PROP
Federal Automotive Statistical Tool (FAST)
LARC PROCUREMENT OVERVIEW
Jeff HiseyOffice of Procurement
PROCUREMENT OVERVIEW
Competitive 8(a) Set-Aside
Contract award can only be made to a small business concern expressly certified by the Small Business Administration in the SBA’s 8(a) program (see Section I clause 52.219-18 Notification Of Competition Limited To Eligible 8(a) Concerns (JUN 2003) (Deviation))
And
Meets the requirements of Section I clause 52.219-14, Limitations on Subcontracting (DEC 1996). Incorporated by reference
Eligibility will be verified with SBA at the time of award
Reference Section M for Basis of Contract Award
PROCUREMENT OVERVIEW(CONTINUED)
Procurement Schedule (on or about these dates): RFP Issue Date 09/08/2011 Proposal Due Date 10/11/2011 Award 11/30/2011 Post Award Conference ~1 wk after
award Contract Performance Begins 03/01/2012
Dates are provided for planning purposes only.
PROCUREMENT OVERVIEW(CONTINUED)
PERIOD OF PERFORMANCE The base period of performance is 7 months from the
effective date of the contract (March 1, 2012 – September 30, 2012). The period of performance for each option period shall be in accordance with the following table:Period Duration Dates
Option 1 12 months October 1, 2012 – September 30, 2013
Option 2 12 months October 1, 2013 – September 30, 2014
Option 3 12 months October 1, 2014 – September 30, 2015
Option 4 12 months October 1, 2015 – September 30, 2016
Option 5 5 months October 1, 2016 – February 28, 2017
Includes:
Clause 52.217-8 “Option to Extend Services”
Clause 52.217-9 “Option to Extend the Term of the Contract”
PROCUREMENT OVERVIEW(CONTINUED)
Place of Performance The services to be performed under this contract shall be
performed at NASA Langley Research Center (LaRC) and other near site locations as specified in the PWS
Locations as designated in individual Task Orders (IDIQ)
TransitionContractor will be required to be fully operational on the effective date of the contract. A separate CLIN for Transition/Phase-In will not be used and will not be separately priced. A Phase-in plan will be required with the proposal; however, it will be separately sealed and WILL NOT be an evaluation criteria for award.
REQUEST FOR PROPOSALS
RFP Section B – Supplies or Services and Prices
FFP CLIN X001 (refers to CLINs 0001, 1001, 2001, 3001, 4001 and 5001) – Sustaining Logistic Services: Services shall be performed in accordance with Section C, Performance Work Statement (PWS).
NTE CLIN X002 (refers to CLINs 0002, 1002, 2002, 3002, 4002 and 5002) – Parts and Supplies in Support of CLIN X001: Vehicle repair parts and supplies necessary for preventive maintenance and repair of vehicles and equipment. This is a cost-reimbursable not-to-exceed CLIN and the contractor shall be reimbursed at actual invoice cost only. Existing inventory of parts and supplies will be provided by the Government.
REQUEST FOR PROPOSALS (continued)
FFP CLIN X003 – CLIN X003 (refers to CLINs 0003, 1003, 2003, 3003, 4003 and 5003) – Sustaining Tool Room Services: Services shall be performed in accordance with Section C, Performance Work Statement (PWS).
NTE CLIN X004 – CLIN X004 refers to CLINs 0004, 1004, 2004, 3004, 4004 and 5004) Replenish Tools and Materials in support of CLIN X003: Maintain and replenish stocks of tools and materials necessary for stores and tool room support. This is a cost-reimbursable not-to-exceed CLIN and the contractor shall be reimbursed at actual invoice cost only.
REQUEST FOR PROPOSALS (continued)
CLIN 0005 - Indefinite Delivery/Indefinite Quantity (IDIQ) Services
IDIQ services include: Logistic services required on an irregular or emergency basis identified under
CLIN X001 Vehicle and equipment repairs the Government determines will be performed
off-site and not on-site under CLIN X001 IDIQ work further defined in the PWS. The work under this CLIN will be ordered by the Contracting Officer/COTR on a
Task Order (TO) basis
Under the IDIQ CLIN, the Contractor shall accept Government Purchase Card (PCard) firm-fixed priced task orders for services under $3,000.
Use of Purchase Card by Government personnel does not alter the terms and conditions of this contract or the PWS requirements.
The Contractor shall utilize pre-priced labor rates when the Government orders work directly via the Government Pcard. Any request for work that cannot be priced from these schedules requires advance approval of the Contracting Officer. (See Clause G.2)
REQUEST FOR PROPOSALS (continued)
CHANGESThe current value as discussed earlier is ~$26M thru 08/31/2011. The following items will NOT be included in the sustaining
effort portion of this requirement that are currently part of the CLASIC contract
LaRC Mart Supply Management (e.g. Stores Stock, Federal Cataloging,
Fedmil ordering, Purchase Request screening) with the exception of the management of the distribution of compressed gas cylinders
Off-site fleet maintenance, carpet removal and installation, towing service and on-call bus service moving from CLASIC sustaining effort to the new IDIQ portion of this contract
Provisioning of IT under H.12
REQUEST FOR PROPOSALS (continued)
PROPERTY Clause G.4, Installation Accountable Government Property – The
Government property described in this clause may be made available to the contractor on a no-charge basis for use in performance of this contract (See Exhibit F)
Clause G.6, Providing Plant Equipment to Contractors – Listing of items that shall not be replaced by the Government should they reach the end of their useful life
Exhibits E, G & H list the vehicles, equipment and trailers the contractor will be required to maintain under PWS section 3.2, Fleet Management and Vehicle Maintenance, and PWS 5.4, Off-Site Fleet Maintenance.
Attachments VII and VIII are vehicles and equipment from the current CLASIC contract being made available to the incoming contractor for performance under this contract at the depreciated value indicated on the attachment
REQUEST FOR PROPOSALS (continued)
H.12, Government Furnished Information Technology Services
NASA Langley Research Center will furnish all necessary computers and related information technology services that will be connected to the NASA network infrastructure. The Agency Enterprise Service Provided contractors shall manage the information technology services. The Contractor shall not connect any hardware to the NASA network infrastructure without the permission of Langley Research Center Chief Information Officer.
REQUEST FOR PROPOSALS (continued)
Section L - Instructions, Conditions, and Notices to Offerors Contract Type: Firm Fixed Price (FFP) for the Sustaining Logistics Services
with ability to issue FFP IDIQ Task Orders; and a NTE Cost Reimbursement Component. (See clause L.2)
Proposal Submissions Guidelines IAW Section L (See clause L.8 & L.13) Documentation to submit with Proposal IAW Section L. Pay particular
attention to L.6, L.8, L.14, & L.15:• All required volumes by Due Date specified on SF33• Past Performance Questionnaires received by date specified on SF33• Pay close attention to page limitations and number of original and
copies• SF33 complete “OFFER” Blocks 12 – 18 (Sign and Date, Insert “180”
in Block 12 per L.6))• Acknowledge Amendments• Complete all sections • Section K, complete Representations & Certifications• Offerors are not required to submit Attachments or Exhibits
REQUEST FOR PROPOSALS (continued)
Summary of Section M – Evaluation Factors for Award
• This procurement will be conducted as a Past Performance/Price Tradeoff Source Selection. Proposals will be evaluated using a tradeoff process (see FAR 15.101-1) between past performance and price.
• The Phase-In Plan will be submitted, but is not an award evaluation criteria and will not be evaluated by the Government.
• Tradeoff process (see FAR 15.101-1) will only be performed between past performance and price, not on technical considerations. Past Performance and Price Factors will be of essentially equal importance.
• Intend to award without discussions (See FAR Clause 52.215-1); however, exchanges may occur if determined necessary by the CO (see FAR15.306).
• Price will be evaluated based on the “Total Overall Evaluated Price” (See clauses B.4 & M.3(b)
PAST PERFORMANCE• Offeror's current/recent record; including the record of any subcontractors. • Past performance consists of work performed by the contractor, or a
subcontractor, within the past three years that is similar in size as well as comparable in content, and complexity to the requirements of this solicitation.
• The proposal shall contain overall corporate or offeror’s past performance, but not the past performance of individuals who are proposed to be involved in the required work
• An exception to the above are newly formed businesses having little or no experience as the new business entity. These businesses may submit the past performance of the company's principal owner(s) or corporate officer(s).
• Offerors should provide no more than three relevant contracts for the prime offeror, and no more than three relevant contracts for each subcontractor
• If available, provide past performance reports (excluded from the page count for Volume III) for those relevant contracts listed (e.g. NASA Form 1680 or CPARs report)
REQUEST FOR PROPOSALS (continued)
Award is to be made in the aggregate (all-or-none basis)
A Determination of Responsibility will be made prior to award IAW FAR 9.1
Collective Bargaining Agreement (CBA) and Wage Determination (WD) will apply for the entire period of performance of contract.
REQUEST FOR PROPOSALS (continued)
CLOSING REMARKS
LaRC Site Visit Submit any questions in writing to the CO
before the site visit is complete. Return badges to Badge and Pass Office or
drop boxes at main gate. The RFP and any amendment made
hereafter takes precedence over any responses received during this Pre-Solicitation Conference/Site Visit.
TOUR NOTESTour of NASA Langley Research Center Facilities in Support of Sustaining Logistics
Services
As we ride through the Center, please note that Transportation services (including delivery of mail, equipment, and supplies as well as moving services) will occur in most, if not all, of these buildings.
Building 1199 – Vehicle Service Facility – where on-site fleet management, annual inspections, and preventive maintenance for NASA’s vehicles, equipment and trailers is performed. The ExtraFleet Fleet Management System is used to manage all aspects of the Government fleet. This is the location of the fueling station for NASA vehicles and on-site contractors if fuel is provided under their respective contracts. Fuel is dispensed and tracked using AFC/Phoenix System. (Fleet Management and Vehicle Maintenance)
These three facilities are used in support of the Stores and Tool Room Support task
Building 1225 – There is one Machine Shop Tool Room with electronic asset management applications located in the Machining Facility (on the right).
Building 1232A – There is one Bonded Storage Facility and one Machine Shop Tool Room with electronic asset management applications located in the Fabrication Facility (to the left).
Building 1238B – One Machine Shop Tool Room with electronic asset management applications located in the facility to the left.
Logistics Compound
Building 1245 – Storage Warehouse – all equipment is crated and stored and controlled through the Langley Storage System (Property and Disposal task)
Building 1246 – Metal Program Stock Warehouse – managed by STC but inventory requirements are the responsibility of Logistics using the MMI module of the NASA Integrated Asset Management Property, Plant & Equipment (PP&E) System (Equipment Management task)
TOUR NOTES (con’t)
Tour of NASA Langley Research Center Facilities in Support of Sustaining Logistics Services
Building 1206 – Shipping, Receiving, and Equipment Management Facility – All in-bound shipments received are x-rayed using a Government-provided x-ray machine. The SAP module of the PP&E System is used to receive all controlled equipment. Receiving is also responsible for the distribution of stores stock including cylinder gases which is managed through the MMI module of the PP&E system. (Receiving and Materials Management) Equipment Management is also located in this building providing inventory and property custodian reconciliation services. (Equipment Management task) Equipment, materials, and supplies are picked up and delivered from this area and transported around Center (General Transportation and Delivery Services task)
The Shipping Department is located at the back of Building 1206 where all shipping services, foreign and domestic, are performed (Shipping Services task)
Building 1240 – Property Disposal Warehouse – where all excess property is received and data is entered in the DSPL module of the PP&E System. Hard drives and other forms of digital media are removed and destroyed. Property is warehoused for screening by NASA and other federal agencies as well as universities and educational organizations. After the screening time frame expires, it is then moved to the GSA Sales Warehouse.
Buildings 1176 and 1174 are designated as GSA Sales Warehouses so property from one sale can be picked up by the successful bidder while property is being staged for the next sale in the other warehouse. (Property Disposal and Storage task)
Buildings 1170, 1171, 1172, 1173 and 1255 are storage warehouses and across from the warehouses is the Scrap Yard where scrap waste and scrap metal are accumulated for pickup. (Property Disposal and Storage task)
Building 1175 is also a storage warehouse, currently used by the Public Affairs Office to store publications. Building 1177 – NASA Mail Center – where mail processing and distribution occurs. All incoming mail must be
examined using a Government-provided x-ray machine. (General Transportation and Delivery Services task)