DOCUMENT
CASS II Virtual Industry Day - Presentation Slides 09.30.20.pptx
OVERVIEW
Original Source
Contract Opportunity
Related Opportunity
Related Agency
Posted
Sept. 30, 2020
Type
.pptx
Size
2.17MB
Profiled People
DOCUMENT PREVIEW
EXTRACTED TEXT
In accordance with:
Federal Acquisition Regulation (FAR) 15.201,
Exchanges with Industry Before Receipt of Proposals, and
MSFC 52.210-91, Virtual Industry Day Meeting
- VIRTUAL INDUSTRY DAY MEETING -
Center Administrative Support Services II (CASS II)
Request for Proposal (RFP)
80MSFC20R0009
Agenda
Introductions and Overview Lori D. Manis
Acquisition Overview Renatta R. America
Key Elements of Contract - Sections B through I Renatta R. America
Performance Work Statement (PWS) Attachment J-1 Stephanie A. Ragan
Data Procurement Document (DPD) Attachment J-2 Lori D. Manis
Attachments J-3 through J-12 Renatta R. America
Key Elements of Contract - Sections K, L, and M Renatta R. America
Chiquita Goodloe- Suggs
Kimberly ODonnell
Phase-In Purchase Order Renatta R. America
Concluding Remarks Lori D. Manis3
Introductions and Overview
Speaker: Lori D. Manis,
SET Chairperson
Purpose
Provide an overview of the National Aeronautics and Space Administration (NASA) George C. Marshall Space Flight Center (MSFC)
Highlight key elements of the CASS II Request for Proposal (RFP)
Serve as an aid in the preparation of proposals
RFP Comments and Questions
In accordance with RFP Section L, MSFC 52.205-90, Designated Point of Contact, all comments and questions pertaining to the CASS II RFP shall be submitted via email, no later than 12:00 p.m. Central Time, October 8, 2020 - addressed to:
Name: Renatta R. America, Contracting Officer
Email: renatta.r.america@nasa.gov
Solicitation Number: 80MSFC20R0009
Responses to comments and questions will be addressed via an amendment to the solicitation
Follow-up questions in response to an amendment will be permissible; however, new topic questions will not be entertained after the October 8th cut-off dateMSFC Overview
MSFC is located in Huntsville, Alabama on the U.S. Army's Redstone Arsenal
Michoud Assembly Facility (MAF) is located in New Orleans, LA
MSFC is one of NASAs largest field centers, having a total workforce of nearly 6,000 employees, with an annual budget of approximately $2.8 billion
MSFC manages the Space Launch System (SLS)
NASAs advanced launch vehicle will provide the foundation for human exploration beyond Earths orbit
SLSs core and upper rocket stages are being built and assembled at MAF in New Orleans, Louisiana (managed by MSFC)
MSFC's core capabilities and services include propulsion, materials and manufacturing, space transportation systems, space systems, and scientific research7
Michoud Assembly FacilityMSFC Organization
Predecessor to CASS II: CASS Contract
The Center Administrative Support Services (CASS) contract was awarded to Hanks, Hanks, and Associates, LLC (HHA) which began on January 1, 2016, via a competitive 8(a) set-aside source selection process against the General Services Administration (GSA) Mission Oriented Business Integrated Services (MOBIS) schedule
The CASS acquisition was conducted in accordance with FAR Subpart 8.4, Federal Supply Schedules (FSS)
The CASS contract included a fixed-price Mission Services effort along with multiple fixed-price Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Orders (TOs)11
Acquisition Overview
Speaker: Renatta R. America,
SET Procurement Member
Acquisition Requirement
MSFC's Office of Human Resources has a continuing need for a wide range of professional administrative support consisting of clerical services, administrative services, backup and temporary clerical support, desktop processing, and records maintenance, supporting numerous organizations at MSFC and MAF
The quantity of work to be performed may vary in the future if the Center workload changes due to changing roles within NASA, MSFC, and MAFAcquisition Approach
The Government contemplates award of a firm-fixed-price (FFP) performance-based contract (i.e., the "core" Mission Services effort) with a FFP IDIQ component (i.e., TOs), to include performance-based deductions, resulting from this acquisition
This acquisition will be conducted as a total HUBZone set-aside (see FAR 52.219-3, Notice of HUBZone Set-aside or Sole Source Award)
Offerors must be identified as HUBZone small business concern both at the time of initial offer and at the time of contract award
This acquisition will utilize:
NAICS code 541611, Administrative Management and General Management Consulting Services
corresponding U.S. Small Business Administration (SBA) size standard of $16.5MAcquisition Approach (continued)
This acquisition will be conducted in accordance with FAR Part 12, Acquisition of Commercial Items, in conjunction with FAR Part 15, Contracting by Negotiation, and NFS 1815, Contracting by Negotiation, in accordance with FAR 12.102(b)
A best value tradeoff process will be performed between the factors of Price and Past Performance. In accordance with FAR Subpart 15.304(e), Price and Past Performance are considered to be essentially equal in importance
Section J, Attachment J-3, Performance Requirements Summary (PRS), establishes Acceptable Quality Levels (AQLs) to be satisfied by the Contractor, along with performance-based deductions if requirements are not satisfied
The Contractor will be required to comply with applicable NASA and MSFC regulations, policies, directives, procedures, and standards as delineated throughout the contract portion of the solicitation, with links to these documents provided in Section J, Attachment J-9, Applicable Regulations, Procedures, and Documents
Offerors will be required to propose an optimal pricing approach based on the skill mix/staffing levels delineated in Attachment J-11, Minimum Required Staffing Levels, utilizing the labor categories as described in Attachment J-12, Labor Category Descriptions
Acquisition Approach (continued)
The requirements for CASS II are detailed in Section J, Attachment J-1, Performance Work Statement (PWS), which has been modified from the current CASS effort, to exclude the travel specialist labor category in its entirety and to include the following additions:
The mission portion of the CASS II PWS:
2.3 Administrative and Human Resources (HR) Support Services
2.3.2 Secretary/Administrative Specialist Combination at MAF
The IDIQ portion of the CASS II PWS:
6.3 Administrative Support Services
6.3.2 Executive Assistant III
6.4 Administrative and Human Resources (HR) Support Services
6.4.2 Administrative Specialist IIICASS II PWS Overview
Performance Work Statement (PWS) Sections:
1.0 Contract Management Support
2.0 Support Services
3.0 Travel
4.0 Training
5.0 Government Vehicle Usage
6.0 Indefinite-Delivery Indefinite-Quantity (IDIQ)
17
Key Elements of Contract
Sections B through I
Key Elements of Contract: Section B
MSFC 52.216-91, Supplies and/or Services to be Provided and Type of Contract
This is a firm-fixed-price (FFP) mission services type contract with a FFP, indefinite-delivery, indefinite-quantity (IDIQ) component
Key Elements of Contract: Section B (continued)
MSFC 52.216-92, Matrix of Contract Line Items (CLINs)
Key Elements of Contract: Section B (continued)
MSFC 52.216-90, IDIQ Contract Value by Period of Performance
The maximum potential not-to-exceed (NTE) value for the IDIQ Task Order (TO) component of this contract, including options, is $2,500,000Note: Unused IDIQ value for any period's CLIN may be rolled over to a subsequent period's corresponding CLIN, provided the total corresponding cumulative CLIN value does not exceed the cumulative maximum value for each corresponding CLIN established above.
Key Elements of Contract: Section B (continued)
MSFC 52.232-92, Government Estimated Costs
The maximum potential not-to-exceed (NTE) value for Travel and Training for this contract, including options, is $100,000Note: Unused Travel and Training value for any period's CLIN may be rolled over to a subsequent period's corresponding CLIN, provided the total corresponding cumulative CLIN value does not exceed the cumulative maximum value for each corresponding CLIN established above.
Key Elements of Contract: Section F
MSFC 52.211-94, Period of Performance
Base Period is 04/01/2021 to 03/31/2022
MSFC 52.237-91, Place of Performance
George C. Marshall Space Flight Center (MSFC), Huntsville, Alabama
National Space Science and Technology Center (NSSTC), Huntsville, Alabama
Wynn Drive (leased facilities), Huntsville, Alabama
MAF, New Orleans, Louisiana
other locations as may be approved in writing by the Contracting OfficerKey Elements of Contract: Section G
NFS 1852.245-71, Installation-Accountable Government Property
(c) The following property and services are provided if checked...
(see Section J, Attachment J-7, Installation-Provided Property and Services)
MSFC 52.204-91, Security and Badging Requirements
Performance of this contract will require access to facilities, information technology systems, and other resources at the Marshall Space Flight Center and/or the Michoud Assembly Facility. To obtain and maintain access, the Contractor shall comply with the applicable requirements from the latest revision of (1) NASA Procedural Requirements (NPR) 1600.1, NASA Security Program Procedural Requirements, (2) NPR 1600.4, Identity and Credential Management, (3) Marshall Procedural Requirements (MPR) 1600.1, MSFC Security Program Procedural Requirements, (4) MPR 1600.4, MSFC Identity, Credential, and Access Management, and (5) NASA Advisory Implementing Instruction (NAII) 1600.4, Foreign National Access Management.
(see Section J, Attachment J-9, Applicable Regulations, Procedures, and Documents for links)
Key Elements of Contract: Section H
MSFC 52.209-92, Disclosure of Organizational Conflict of Interest (OCI) After Contract Award
required submittal 17 business days following start of Phase-In
MSFC 52.209-94, Resolution of Organizational Conflicts of Interest
either the awardee or the Government may propose changes to the OCI Plan. Such changes are subject to the mutual
Federal Acquisition Regulation (FAR) 15.201,
Exchanges with Industry Before Receipt of Proposals, and
MSFC 52.210-91, Virtual Industry Day Meeting
- VIRTUAL INDUSTRY DAY MEETING -
Center Administrative Support Services II (CASS II)
Request for Proposal (RFP)
80MSFC20R0009
Agenda
Introductions and Overview Lori D. Manis
Acquisition Overview Renatta R. America
Key Elements of Contract - Sections B through I Renatta R. America
Performance Work Statement (PWS) Attachment J-1 Stephanie A. Ragan
Data Procurement Document (DPD) Attachment J-2 Lori D. Manis
Attachments J-3 through J-12 Renatta R. America
Key Elements of Contract - Sections K, L, and M Renatta R. America
Chiquita Goodloe- Suggs
Kimberly ODonnell
Phase-In Purchase Order Renatta R. America
Concluding Remarks Lori D. Manis3
Introductions and Overview
Speaker: Lori D. Manis,
SET Chairperson
Purpose
Provide an overview of the National Aeronautics and Space Administration (NASA) George C. Marshall Space Flight Center (MSFC)
Highlight key elements of the CASS II Request for Proposal (RFP)
Serve as an aid in the preparation of proposals
RFP Comments and Questions
In accordance with RFP Section L, MSFC 52.205-90, Designated Point of Contact, all comments and questions pertaining to the CASS II RFP shall be submitted via email, no later than 12:00 p.m. Central Time, October 8, 2020 - addressed to:
Name: Renatta R. America, Contracting Officer
Email: renatta.r.america@nasa.gov
Solicitation Number: 80MSFC20R0009
Responses to comments and questions will be addressed via an amendment to the solicitation
Follow-up questions in response to an amendment will be permissible; however, new topic questions will not be entertained after the October 8th cut-off dateMSFC Overview
MSFC is located in Huntsville, Alabama on the U.S. Army's Redstone Arsenal
Michoud Assembly Facility (MAF) is located in New Orleans, LA
MSFC is one of NASAs largest field centers, having a total workforce of nearly 6,000 employees, with an annual budget of approximately $2.8 billion
MSFC manages the Space Launch System (SLS)
NASAs advanced launch vehicle will provide the foundation for human exploration beyond Earths orbit
SLSs core and upper rocket stages are being built and assembled at MAF in New Orleans, Louisiana (managed by MSFC)
MSFC's core capabilities and services include propulsion, materials and manufacturing, space transportation systems, space systems, and scientific research7
Michoud Assembly FacilityMSFC Organization
Predecessor to CASS II: CASS Contract
The Center Administrative Support Services (CASS) contract was awarded to Hanks, Hanks, and Associates, LLC (HHA) which began on January 1, 2016, via a competitive 8(a) set-aside source selection process against the General Services Administration (GSA) Mission Oriented Business Integrated Services (MOBIS) schedule
The CASS acquisition was conducted in accordance with FAR Subpart 8.4, Federal Supply Schedules (FSS)
The CASS contract included a fixed-price Mission Services effort along with multiple fixed-price Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Orders (TOs)11
Acquisition Overview
Speaker: Renatta R. America,
SET Procurement Member
Acquisition Requirement
MSFC's Office of Human Resources has a continuing need for a wide range of professional administrative support consisting of clerical services, administrative services, backup and temporary clerical support, desktop processing, and records maintenance, supporting numerous organizations at MSFC and MAF
The quantity of work to be performed may vary in the future if the Center workload changes due to changing roles within NASA, MSFC, and MAFAcquisition Approach
The Government contemplates award of a firm-fixed-price (FFP) performance-based contract (i.e., the "core" Mission Services effort) with a FFP IDIQ component (i.e., TOs), to include performance-based deductions, resulting from this acquisition
This acquisition will be conducted as a total HUBZone set-aside (see FAR 52.219-3, Notice of HUBZone Set-aside or Sole Source Award)
Offerors must be identified as HUBZone small business concern both at the time of initial offer and at the time of contract award
This acquisition will utilize:
NAICS code 541611, Administrative Management and General Management Consulting Services
corresponding U.S. Small Business Administration (SBA) size standard of $16.5MAcquisition Approach (continued)
This acquisition will be conducted in accordance with FAR Part 12, Acquisition of Commercial Items, in conjunction with FAR Part 15, Contracting by Negotiation, and NFS 1815, Contracting by Negotiation, in accordance with FAR 12.102(b)
A best value tradeoff process will be performed between the factors of Price and Past Performance. In accordance with FAR Subpart 15.304(e), Price and Past Performance are considered to be essentially equal in importance
Section J, Attachment J-3, Performance Requirements Summary (PRS), establishes Acceptable Quality Levels (AQLs) to be satisfied by the Contractor, along with performance-based deductions if requirements are not satisfied
The Contractor will be required to comply with applicable NASA and MSFC regulations, policies, directives, procedures, and standards as delineated throughout the contract portion of the solicitation, with links to these documents provided in Section J, Attachment J-9, Applicable Regulations, Procedures, and Documents
Offerors will be required to propose an optimal pricing approach based on the skill mix/staffing levels delineated in Attachment J-11, Minimum Required Staffing Levels, utilizing the labor categories as described in Attachment J-12, Labor Category Descriptions
Acquisition Approach (continued)
The requirements for CASS II are detailed in Section J, Attachment J-1, Performance Work Statement (PWS), which has been modified from the current CASS effort, to exclude the travel specialist labor category in its entirety and to include the following additions:
The mission portion of the CASS II PWS:
2.3 Administrative and Human Resources (HR) Support Services
2.3.2 Secretary/Administrative Specialist Combination at MAF
The IDIQ portion of the CASS II PWS:
6.3 Administrative Support Services
6.3.2 Executive Assistant III
6.4 Administrative and Human Resources (HR) Support Services
6.4.2 Administrative Specialist IIICASS II PWS Overview
Performance Work Statement (PWS) Sections:
1.0 Contract Management Support
2.0 Support Services
3.0 Travel
4.0 Training
5.0 Government Vehicle Usage
6.0 Indefinite-Delivery Indefinite-Quantity (IDIQ)
17
Key Elements of Contract
Sections B through I
Key Elements of Contract: Section B
MSFC 52.216-91, Supplies and/or Services to be Provided and Type of Contract
This is a firm-fixed-price (FFP) mission services type contract with a FFP, indefinite-delivery, indefinite-quantity (IDIQ) component
Key Elements of Contract: Section B (continued)
MSFC 52.216-92, Matrix of Contract Line Items (CLINs)
Key Elements of Contract: Section B (continued)
MSFC 52.216-90, IDIQ Contract Value by Period of Performance
The maximum potential not-to-exceed (NTE) value for the IDIQ Task Order (TO) component of this contract, including options, is $2,500,000Note: Unused IDIQ value for any period's CLIN may be rolled over to a subsequent period's corresponding CLIN, provided the total corresponding cumulative CLIN value does not exceed the cumulative maximum value for each corresponding CLIN established above.
Key Elements of Contract: Section B (continued)
MSFC 52.232-92, Government Estimated Costs
The maximum potential not-to-exceed (NTE) value for Travel and Training for this contract, including options, is $100,000Note: Unused Travel and Training value for any period's CLIN may be rolled over to a subsequent period's corresponding CLIN, provided the total corresponding cumulative CLIN value does not exceed the cumulative maximum value for each corresponding CLIN established above.
Key Elements of Contract: Section F
MSFC 52.211-94, Period of Performance
Base Period is 04/01/2021 to 03/31/2022
MSFC 52.237-91, Place of Performance
George C. Marshall Space Flight Center (MSFC), Huntsville, Alabama
National Space Science and Technology Center (NSSTC), Huntsville, Alabama
Wynn Drive (leased facilities), Huntsville, Alabama
MAF, New Orleans, Louisiana
other locations as may be approved in writing by the Contracting OfficerKey Elements of Contract: Section G
NFS 1852.245-71, Installation-Accountable Government Property
(c) The following property and services are provided if checked...
(see Section J, Attachment J-7, Installation-Provided Property and Services)
MSFC 52.204-91, Security and Badging Requirements
Performance of this contract will require access to facilities, information technology systems, and other resources at the Marshall Space Flight Center and/or the Michoud Assembly Facility. To obtain and maintain access, the Contractor shall comply with the applicable requirements from the latest revision of (1) NASA Procedural Requirements (NPR) 1600.1, NASA Security Program Procedural Requirements, (2) NPR 1600.4, Identity and Credential Management, (3) Marshall Procedural Requirements (MPR) 1600.1, MSFC Security Program Procedural Requirements, (4) MPR 1600.4, MSFC Identity, Credential, and Access Management, and (5) NASA Advisory Implementing Instruction (NAII) 1600.4, Foreign National Access Management.
(see Section J, Attachment J-9, Applicable Regulations, Procedures, and Documents for links)
Key Elements of Contract: Section H
MSFC 52.209-92, Disclosure of Organizational Conflict of Interest (OCI) After Contract Award
required submittal 17 business days following start of Phase-In
MSFC 52.209-94, Resolution of Organizational Conflicts of Interest
either the awardee or the Government may propose changes to the OCI Plan. Such changes are subject to the mutual
Show All