42
JASS II Industry Day Q&As Service Contract Act 1. Are the two additional positions applicable or subject to the Service Contract Act (SCA)? Yes. The Administrative Specialist I and II and Senior Administrative Specialist positions are identified as non-exempt positions subject to the Service Contract Act (SCA). 2. What if the proposal contains provisions lower than the SCA? The proposal is required to demonstrate full compliance with the SCA. 3. What is the length of time the secretaries have worked on this contract to better understand the requirements? The requested seniority information is not available to the Government at this time. As provided for by FAR 22.1020 entitled “Seniority Lists” the incumbent prime contractor will be required to furnish a certified list of all service employees on the contractor’s or subcontractor’s payroll during the last month of the contract, together with anniversary dates of employment, to the contracting officer no later than 10 days before contract completion. However, the Government will release a Government Resource Estimate (GRE) with the Final RFP. This will be the Government’s estimate of the direct labor resources (skill mix and full time equivalents) as well as non-labor resources that may be required to perform this effort, without incorporation of any one offeror’s specific management or technical approach. The GRE is not intended to influence the offeror’s proposal estimates and management and technical approaches. 4. Based on the SCA, are there any exempt personnel for JASS II? Professionals, including the program manager and any other key personnel, would be exempt. The secretaries and administrative positions are non-exempt and are part of the DOL labor categories. 5. Will the SCA/Department of Labor (DOL) wage determination help with being fair when the incumbent will bid on this procurement?

In - prod.nais.nasa.gov  · Web viewThe rule is incorporated in new FAR subpart 22.12 entitled “Nondisplacement of Qualified Workers Under Service Contracts,” and ... which may

Embed Size (px)

Citation preview

JASS II Industry Day Q&As

Service Contract Act

1. Are the two additional positions applicable or subject to the Service Contract Act (SCA)?

Yes. The Administrative Specialist I and II and Senior Administrative Specialist positions are identified as non-exempt positions subject to the Service Contract Act (SCA).

2. What if the proposal contains provisions lower than the SCA?

The proposal is required to demonstrate full compliance with the SCA.

3. What is the length of time the secretaries have worked on this contract to better understand the requirements?

The requested seniority information is not available to the Government at this time. As provided for by FAR 22.1020 entitled “Seniority Lists” the incumbent prime contractor will be required to furnish a certified list of all service employees on the contractor’s or subcontractor’s payroll during the last month of the contract, together with anniversary dates of employment, to the contracting officer no later than 10 days before contract completion. However, the Government will release a Government Resource Estimate (GRE) with the Final RFP. This will be the Government’s estimate of the direct labor resources (skill mix and full time equivalents) as well as non-labor resources that may be required to perform this effort, without incorporation of any one offeror’s specific management or technical approach. The GRE is not intended to influence the offeror’s proposal estimates and management and technical approaches.

4. Based on the SCA, are there any exempt personnel for JASS II?

Professionals, including the program manager and any other key personnel, would be exempt. The secretaries and administrative positions are non-exempt and are part of the DOL labor categories.

5. Will the SCA/Department of Labor (DOL) wage determination help with being fair when the incumbent will bid on this procurement?

Although the WD threshold is fairly low as compared with prevailing incumbent wages, every offeror shall describe its proposed commitment to comply with the SCA and all wage determinations.

6. Based on the Health and Welfare portion of the SCA, if employers offer health insurance to staff, can they avoid paying the $3.71/hr?

In accordance with page 16 of Wage Determination 05-2516 (Revision 16), health and welfare benefits consist of: “life, accident, and health insurance plans, sick leave, pension plans, civic and personal leave, severance pay, and savings and thrift plans. Minimum employer contributions costing an average of $3.81 per hour computed on the basis of all hours worked by service employees employed on the contract.” If the value of your health insurance benefits costs an average of $3.81 per hour (or more) computed on the basis of all hours worked by service

employees employed on the contract, then no other health and welfare benefits would be required for your employees.

7. Is the program manager part of the DOL labor categories?

No, only the secretaries and administrative positions are non-exempt and are part of the DOL labor categories.

8. With regards to the length of service of the current employees, is there flexibility in the SCA DOL regarding wages?

The wage rates stated in the SCA DOL wage determination is the prevailing rate for the occupation in the locality for the timeframe covered by the wage determination. The prevailing rate then becomes the minimum rate that the contractor must pay its employees working on the contract. The wage determination is updated on a yearly basis. Employees may also be paid more than the wage determination wage rate, but not less than the stated wage rate.

9. How do bonus systems/gift cards/awards/cash after the SCA adjustment to the annual salary/wages?

It is up to the offeror to propose and describe the incentives it will use to motivate and reward performance and to encourage the recruitment and retention of personnel.

10. With regards to the $3.71/hr. and the SCA, will the occupational fields be specified for an even playing field?

Standard Labor Categories (SLCs) will be provided in the RFP. Each offeror should map their proposed labor categories to the wage determination.

11. Will the occupational fields be appropriate based on the description of duties (i.e., secretary vs. clerk)?

SLCs appropriate for the requirements of the contract will be provided in the RFP.

12. Will the 2 new administrative positions be part of the SCA definitions? Why were these added?

Yes, the 2 new labor classifications will be included in the SLCs provided to offerors in the RFP. These 2 new labor classifications were added based on the needs of the organizations.

13. Are the 2 new positions at a higher level of clearance? Are they exempt/non-exempt?

There will be no higher level of clearance for the new positions and both new positions will be non-exempt.

14. Are these positions considered inherently Governmental?

No, the administrative support services covered by this procurement are not inherently Governmental and comply with the Federal Activities Inventory Reform (FAIR) Act.

15. Many of the incumbent JASS employees’ salaries are currently over the WD minimum wage. How does JSC plan to curtail a significant turnover in personnel if all of the JASS II bidders propose the WD minimum wage?

It is contemplated that offerors will be required to demonstrate how their proposed wages for all labor categories will be sufficient to attract and retain personnel at a satisfactory level.

Additionally, offerors are required to comply with FAR Clause 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts).

16. Previous proposals have not called for an escalation on WD positions – allowing for an adjustment when the WD was updated. However, if the incumbents are brought over at their higher rates, then they will potentially not be receiving raises for a long time (even if the WD does increase the rates because the new rates may not be as high as what they are currently making).

It is contemplated that offerors will be required to demonstrate how their proposed wages for all labor categories will be sufficient to attract and retain personnel at a satisfactory level.

Offerors are required to comply with FAR Clause 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts).

The offeror shall describe its proposed wage or benefit escalations for both exempt and non-exempt employees.

17. We assume the Executive Order of January 30, 2009, Nondisplacement of Qualified Workers Under Service Contracts, which requires that a “right of first refusal” will be part of this contract. Does it apply to only SCA personnel or does it apply to the exempt personnel on the contract too? Does “good faith offer” require that those personnel be paid their current wage?

The right of first refusal applies to non-exempt employees only, and there is no requirement to pay these non-exempt personnel their current wage. FAR clause 52.222-17 will be incorporated into the contract pursuant to FAR 22.1202 (a) which states that “When a service contract succeeds a contract for performance of the same or similar services, as defined by 29 CFR 9.2, at the same location, the successor contractor and its subcontractors are required to offer those service employees that are employed under the predecessor contract, and whose employment will be terminated as a result of the award of the successor contract, right of first refusal of employment under the contract in positions for which they are qualified.” A service employee is defined in FAR clause 52.222-17 (a) as “any person engaged in the performance of a service contract other than any person employed in a bona fide executive, administrative, or professional capacity, as those terms are defined in 29 CFR part 541.”

Pursuant to FAR clause 52.222-17(b), “The Contractor and its subcontractors shall, except as otherwise provided herein, in good faith offer those service employees employed under the predecessor contract whose employment will be terminated as a result of award of this contract or

the expiration of the contract under which the service employees were hired, a right of first refusal of employment under this contract in positions for which the service employees are qualified.

An offer of employment will be presumed to be bona fide even if it is not for a position similar to the one the employee previously held, but is one for which the employee is qualified, and even if it is subject to different employment terms and conditions, including changes to pay or benefits. (See 29 CFR 9.12 for a detailed description of a bonafide offer of employment).

For additional information, refer to the Federal Register, Volume 77, Number 246, dated December 21, 2012.

18. Are there any CBAs in place for any of the staff currently performing under JASS? If there are any CBAs, can copies be provided of the CBA and identify all positions under JASS II which are affected?

No. There are no CBAs in place for any of the staff currently performing under JASS.

19. Based on the SCA, is the program manager considered exempt? Are the secretaries part of the SCA classifications?

Professionals would be exempt and they may not be key personnel or the program manager. The secretaries and administrative positions are non-exempt and are part of the DOL labor categories.

Past Performance

20. Which is the preferred past performance method: questionnaire or Contractor Performance Assessment System (CPARS)?

Both methods of past performance are used to check all references and provide a better assessment of a contractor’s past performance. In conducting the past performance assessment, the Government will use both data provided by the offeror and data from any other source as outlined in the solicitation.

21. How is past performance handled when companies vary in size and scope?

In accordance with FAR 15.305(a)(2), all past performance that is recent and relevant to the required effort will be accepted and assessed so that there is consideration of each offeror’s demonstrated record of contract compliance that meet user’s needs including cost containment and adherence to schedule – overall ability to fulfill the solicitation requirements. The past performance should be from the offeror’s relevant projects of similar magnitude (size), scope, and complexity to those expected to be encountered in the required effort. All Offerors will be required to explain why their past performance is relevant to the JASS requirement. Additionally, in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, but rated neutral. In the RFP, detailed instruction will be provided, on specific information required, to include; questionnaire and reference requirements, and how past performance will be evaluated.

22. If there is NAICS code similarity, will the past performance questionnaires/CPARS be acceptable?

See answer to question 21.

23. Will affiliate/peer-to-peer past performance be acceptable vs. the questionnaires/CPARS?

See answer to question 21.

24. If a joint venture (JV) is formed that meets size requirements, will their past performance meet the size/scope?

The past performance from both companies will become the past performance of the JV. To evaluate past performance in this situation, each offeror’s proposed past performance will be evaluated in relation to the portion or type of work that the firm proposes to perform on the contract. Also, see answer to question number 21.

25. Will a Dun & Bradstreet (D&B) past performance be acceptable?

Past performance information acceptable for evaluation includes information provided in the offeror’s past performance proposal as well as other information obtained by the Government from other sources such as past performance databases, commercial sources, and private sources. See answers to question number 21.

26. What is the total number of past performance citations a JV can submit? Also, what is the past performance volume page limit?

Specifics on the total number of past performance citations and the past performance volume page limit will be provided in the RFP. This data will be identified in the RFP.

27. Per the FAR, past performance of key personnel is allowed to be evaluated in the past performance section. Will JSC give equal weight to a contract that a program manager manages as compared to a contract that the company has?

The relative importance of past performance in your scenario has not been established. This relationship will be established in the RFP. The relative importance of past performance has not been established for JASS II. The RFP will include information on past performance evaluation.

JSC Locations

28. For the base period of 2014 – 2019, will there be a movement of people; i.e.: JSC to Las Cruces?

The Government currently anticipates that there will be minimal to no movement of people between JSC and New Mexico.

29. What are the JSC locations? What is the distance of the office locations to JSC?

JSC sites include JSC, Ellington Field, Sonny Carter Training Facility (SCTF), and White Sands Training Facility (WSTF). The distance of Ellington Field to JSC is approximately 9 miles and the distance of SCTF to JSC is approximately 7 miles. White Sands Test Facility is in Las Cruces, New Mexico. The distance of WSTF to JSC is approximately 823 miles. The contract may also include work at other NASA operating locations.

30. Where is the Contracting Officer’s Representative (COR) located?

The COR will be located on-site at JSC.

Procurement Strategy

31. Will the JASS II procurement be a streamlined procurement (SLP) process?

The streamlined procurement process has been approved for this competition.

32. Is it possible to combine this procurement with another service provided at the center (ie printing services)?

Another contract covers the JSC printing services. If interested in other contract solicitations, you are invited to monitor JSC’s External Procurement Web site for more information.

33. What type of contract and small business will JASS II be?

This procurement will be a FFP/IDIQ and an 8(a) set aside.

34. What is the anticipated value for JASS II?

IDIQ not to exceed ceiling will be $73 million with a guaranteed minimum of $750,000.

35. Is JASS II part of the MSFC administrative support procurement?

No, although JASS II includes work at JSC (on-site, Ellington Field, NBL and WSTF) and may include some future work at other NASA operating locations, this contract is not part of the MSFC administrative support procurement.

36. Will there be bundling of other contracts?

No, JASS II will not be bundled with other contracts. JASS II will be a single award solicitation and will be similar to JASS in addition to the 2 new classifications, which is based on organizational needs.

37. Are there other administrative contracts at JSC?

JASS is the only administrative contract at JSC.

38. Why aren’t these services ordered off of MOBIS/GSA?

JSC requires more than temporary services whereas GSA only offers temporary services.

JASS II Procurement Web site

39. Will the slides be available on the Web site?

Yes, the Industry Day slides presented via WebEx are available on the JASS II Web site at http://procurement.jsc.nasa.gov/jassII/.

40. Will a list of interested parties be available?

Yes, an updated interested parties list will be posted on the JASS II Web site at http://procurement.jsc.nasa.gov/jassII/ to assist with teaming.

41. Will the WebEx attendees be posted?

No, a list of the WebEx attendees will not be posted. However, an interested parties list will be posted.

42. Who is able to participate on the one-on-one interviews?

All companies, whether prime or subcontractor, with up to three participants.

43. Who are the vendors who participated in the one-on-one appointments?

The Government will not provide who the vendors were that participated in one-on-one appointments.

44. How many telecons versus in-person one-on-one meetings?

The Government will not provide this information.

45. Is a site visit available?

No, there will not be a site visit for JASS II.

46. Are questions allowed after the RFP is released?

Yes. A time period for questions will be established in the RFP.

47. Will additional items be added to the technical library? Will the resource guides referenced in the SOW be in the technical library?

As necessary, additional items will be added to the Technical Library. The resource guides are contractor developed and are considered proprietary. Therefore, the resource guides will not be available in the technical library.

Current SOW and Contract

48. Will there be move coordination between onsite buildings?

There may be move coordination between onsite buildings depending on the position and the need of the organization.

49. As far as travel coordination, what is typically used?

FedTraveler is the system that is currently used.

50. What is the historically funding on the current contract by year?

Current contract value is $58 million over 5 years, which has an arithmetic average of $11.6 million per year.

51. What technology is used for the administrative duties?

Some of the software applications that are used are Microsoft Office applications (Word, Excel, Powerpoint, & Outlook).

52. Are the IT applications on the cloud or operate remotely or strictly local to each machine/desktop?

Standard IT applications (Microsoft Office) are located on the desktop or laptop. Any Agency applications (i.e., WebTads) are accessed via the web or the internet (remotely) and are not on the cloud.

53. Who has the responsibility of timekeeping?

Timekeeping in WebTads is the responsibility of each civil servant (CS).

54. What are the challenges in workforce duties?

Some of the challenges in workforce duties include the following: Time management Priorities of assigned tasks Managing multiple projects/tasks Because of the nature of the job and day to day interaction with civil servants, ensuring that the

line of personal services is not crossed Due to our mission critical environment, dealing with an ever changing environment (last minute

travel, calendar changes, office priorities)

55. Who provides direct supervision of the secretaries?

Contractor management provides oversight of their contractor employees.

56. What is the current staffing numbers for JASS?

137 secretaries with 5 program managers.

57. What is the current number of program managers, training specialists, and secretaries at WSTF, JSC on-site, Ellington, and SCTF? How many of these secretaries are full-time, part-time, and temporary?

There are 137 secretaries on the current contract: 135 full-time, 0 part-time, and 2 temporary.

Please refer to the current task orders for the current number of program managers and training specialists through our FOIA office by contacting the FOIA Officer, Jessica Cordero at [email protected] or at 281 483 8252.

58. Is videoteleconferencing one of the duties?

Videoteleconferencing is not part of JASS II. The VITS office coordinates and arranges all the videoteleconferencing for JSC.

59. Is overtime allowed on the contract and expected with JASS II? What are the current overtime hours?

Currently, overtime is utilized when it is necessary to meet an organizational need. The overtime requirement will be specified in the RFP. The current number of overtime hours is proprietary to the contractor.

60. What is the difference between training specialists and the training coordinator?

Training specialists are a part of the contractor management staff and the training coordinator is the secretary in the respective organization that coordinates training for civil servants.

61. What is the property software/application the property custodians use on the current contract?

Property custodians currently use the N-PROP (NASA Property) system.

62. If travel is required (i.e., to get documents signed or delivered), is the secretary’s private vehicle used and is mileage reimbursed?

Currently, private vehicles are used and reimbursement is on a case-by-case basis.

63. Where is the program manager currently?

Currently works on-site at JSC for accessibility.

64. For the current contract, will there ever be a change in scope for the task orders?

There will not be a change in scope; only changes to the staffing level based on the organization.

65. What happens when the ceiling is reached on the task orders (i.e., reaching maximum limit or FTEs)?

When the ceiling has been reached, no task orders revisions/modifications will be issued.

66. What was the procurement process/board for JASS?

We are not able to provide this information. The evaluation process for JASS II uses the SLPT process. For information on the evaluation process used on JASS, consider a FOIA request for the JASS RFP.

67. Will the secretaries be responsible for physically moving boxes/items?

Secretaries coordinate moves by submitting a service request for the work to be completed. A different contractor moves boxes, crates, and furniture.

68. Is an alternative work schedule possible with JSC civil servants working superflex schedules?

The proposal strategy is the decision of the offeror(s).

69. Do the current secretaries have access to SATERN?

Yes.

70. Do the current employees have the authority to input NASA timecard data?

Please see response to question 53.

71. How does the JASS service request work with the task order?

Each task order has 1 service request for each position.

72. With regards to WSTF, are there logistical concerns because of how large the Center is (i.e., gate accessibility, distance, commuting) and how that could be a staffing challenge?

One minor logistic impact is delivery to different offices at the WSTF. The contractor is required to make deliveries to WSTF facilities using their POV.

73. Is the current contract available? In the current contract, is there a non-competing clause, which

affects off-boarding and transitioning for minimal loss of productivity?

There has been a FOIA request issued on this contract. More information on a FOIA request should be directed to the FOIA Officer, Jessica Cordero at [email protected] or at 281 483 8252.

74. Who is the NASA Org. Rep?

The NASA Organizational Representative is an individual designated by a specific JSC organization to communicate with the COR concerning specific customer requirements identified via a service request as it relates to services ordered by a specific organization via a task order.

75. Who completes the surveillance/evaluations?

The organization Technical Management Representative (TMR) completes the evaluation and provides input to the COR. These evaluations are standardized based on the service request (SR)/Statement of Work (SOW). In addition to providing annual evaluation feedback to the COR, the TMRs also complete a quarterly electronic evaluation that comes from the contractor and then is returned to the contractor.

76. Do the program managers complete some administrative tasks with their traditional supervisory role? Is the program manager considered a business manager?

The program manager is responsible for the management of the contract. It would be up to the contractor to decide if the program manager’s role would be one of business manager.

77. What is the offsite requirement/distance for program managers?

Currently, there is on-site office space for program managers.

78. Is the current SOW available?

Yes, the current SOW is available on the JASS II procurement Web site at http://procurement.jsc.nasa.gov/jassII/ .

79. Who provides the oversight?

Contractor management provides oversight of their contractor employees.

80. What is the non-personnel cost?

Any anticipated non-labor resources required to complete the JASS II SOW will be provided in the RFP.

81. Regarding the training requirements, who pays for the training: NASA or contractor? Who develops the training?

The contractor pays for training and is responsible for developing the training.

82. Is a copy of the service request form available?

JSC Form 1378A, JSC Administrative Support Services (JASS) Request is available in the Technical Library on the JASS II procurement Web site at http://procurement.jsc.nasa.gov/jassII/ .

83. Explain Section 12.0 in the SOW.

The contractor shall assist as required in coordination efforts for various NASA-sponsored special events such as, but not limited to office activities, annual inspections, Safety & Health Day by performing work such as making signs and posters, obtaining badges, and providing other basic administrative services.

84. Is there a CBA associated with this contract?

No. Please see the response to Question 18.

85. Is the program management part of the Contract Line Item Number (CLIN) structure or labor overhead?

The staffing of the contractor management should be unique to their technical approach. The program manager’s cost will be charged to the contract based on the offeror’s accounting system structure.

86. Is customer service part of Section 11?

Section 11.0 addresses customer services. The Contractor shall address the needs of all customers within the scope of the SOW.

87. Is there a Government van?

No Government van is available on the current contract.

88. What is the turnover rate of personnel?

This information is proprietary to the incumbent contractor.

89. What is the current task order average cost for full-time, part-time and temporary?

The task order average or range, depending on the needs of the requiring organizations, for full-time is $9.5 million, part-time range is between $12,000 and $42,000, and temporary range is between $46,000 and $260,000.

90. What is the work schedule?

For the current contract, the work schedule is Monday through Friday, 40 hours per week for full-time.

91. What is the current hierarchal structure?

The organization TMR reports to the COR who communicates with the contractor management.

92. Is there travel to WSTF?

The only travel on the current contract to WSTF is by the Program Manager or WSTF Contractor Supervisor as part of their management /supervision and training of employees at that facility. This travel is paid for by the contract as part of their management of the contract.

93. What are the ODC costs?

Please see the response to question 80.

Prior contract – MEI

94. Historically, since MEI, why have civil servants not become contractor secretaries?

This is a Government decision to retain civil servant secretaries. This solicitation will reflect the Government’s current need to acquire services it has deemed necessary to support the Agency’s mission.

Security/Badging/Background Check

95. Will a DD254 be required for this procurement?

A DD254 is not required on the current contract. For JASS II, there may be a possibility if there is a requirement pertaining to JSC classified prime contracts or subcontracts. A DD254 will not be required for a program manager. For all positions, compliance with Homeland Security Presidential Directive 12 will be required for badging and onsite access.

96. Is drug testing required?

No, drug testing is not required.

97. Is a National Agency Check with Investigations (NACI) secret clearance required?

Secret clearance is not required with JASS II.

98. How long is the badging process with HSPD 12 for new employees and transferred employees?

After enrollment of new employees, it takes about 2 weeks for a permanent badge to be printed and shipped to JSC.

Milestone Dates

99. What is the Request for Proposal date?

It is anticipated that the RFP will be issued September 30, 2013. Potential offerors are reminded to closely monitor the JASS II procurement website.

100. What is the anticipated transition/phase-in plan?

With the anticipated date of the JASS II contract award of February 18, 2014, and the anticipated contract start date of April 28, 2014, there will be 45 days for the phase-in period.

101. When will the current contract end?

The current contract ends on April 27, 2014. 102. What is the response time between releasing the final RFP and proposal due date?

The response time is anticipated to be 30 days.

103. When is the notice sent out to the awardee?

In accordance with NFS 1805.303-72(a)(3), after an ANOSCA and a NASA Headquarters public announcement have been submitted and coordinated by JSC. The award notice is also sent to the SBA office of the awardee.

Small Business

104. How is the RFP/proposal submission handled if the 8(a) documentation is in process?

In accordance with FAR 19.805-2(b)(2), “In negotiated acquisition, the SBA will determine eligibility when the successful offeror has been established by the agency and the contract transmitted for signature unless a referral has been made under FAR 19.809, in which case the SBA will determine eligibility at that point.

Because this contract is a competitive 8(a) contract, the answer to this question depends on its status at the time for receipt of offers. Per 13 CFR 124.501(g), “A concern must be a current participant in the 8(a) business development program at time of award, except as provided in Sec. 124.507(d).” The determination of eligibility of any Contractor, including the incumbent as a certified 8(a) Contractor, will be made at the time of its written representation in response to a particular solicitation.

Any further questions can be answered by Kelly Rubio, Small Business Specialist, at [email protected].

105. If not an 8(a) as yet, but team with an 8(a) and become a subcontractor with the 8(a) as the prime, will this arrangement work?

Yes. The prime is required to be an 8(a) contractor. Subcontractors are not required to be 8(a) contractors. The decision to team or subcontract is up to each company or potential offeror to decide for themselves. Proposal strategy is the decision of the offerors.

106. Who would I contact regarding small business questions?

Small business questions can be answered by Kelly Rubio, Small Business Specialist, at [email protected].

Incumbent Contractor

107. Is the contractor required to retain the incumbent workforce?

On December 22, 2012, the Federal Acquisition Regulation (FAR) Councils published the final rule implementing the President’s January 30, 2009, Executive Order protecting SCA workers from job loss upon termination of a covered Federal contract absent exceptional circumstances. The FAR rule, which took effect January 18, 2013, incorporates by reference the DOL final rule published in August 2011. The new non-displacement rule requires successor contractors and subcontractors to extend “bona fide” job offers to all qualified SCA personnel employed by one or more predecessor contractors and subcontractors at the time their contracts or subcontracts terminate. The rule is incorporated in new FAR subpart 22.12 entitled “Nondisplacement of Qualified Workers Under Service Contracts,” and is implemented in new FAR clause 52.222-17.

Potential offerors should read and become familiar with FAR clause 52.222-17.

The FAR clause is applicable based on FAR 22.1202 (a) which states that “When a service contract succeeds a contract for performance of the same or similar services, as defined by 29 CFR 9.2, at the same location, the successor contractor and its subcontractors are required to offer those service employees that are employed under the predecessor contract, and whose employment will be terminated as a result of the award of the successor contract, right of first refusal of employment under the contract in positions for which they are qualified.” A service employee is defined in FAR 52.222-17 (a) as “any person engaged in the performance of a service contract other than any person employed in a bona fide executive, administrative, or professional capacity, as those terms are defined in 29 CFR part 541.”

108. Will the incumbent, REDE, be able to compete for this procurement?

The JASS II procurement is open to all qualified 8(a)’s that meet the NAICS code of 561110 – Office Administrative Services and the small business size standard of $7.0 million/year.

Per 13 CFR 124.507(d) (For 8(a) Competitive Awards) “Award to firms whose program terms have expired. A concern that has completed its terms of participation in the 8(a) business development program may be awarded a competitive 8(a) contract if it was a participant eligible for award of the contract on the initial date specified for receipt of offers contained in the contract solicitation, and if it continues to meet all other applicable eligibility criteria.”

109. Will the incumbent provide any information?

This is not a question for the Government. Contact the FOIA office for information on the current contract through the FOIA Officer, Jessica Cordero at [email protected] or at 281 483 8252.

110. Can interested parties contact current employees after work hours (outside of their work hours)?

The Government plays no role in the contact of contractor employees outside of their work hours.

Teaming/Joint Venture

111. Are teaming arrangements allowed?

Team arrangements are acceptable and would need to comply with the 8(a) set-aside requirements. However, the decision to team is left at the discretion of each company or potential offeror.

112. What is the level of interaction between NASA and the subcontractor/joint venture companies?

There is no privity of contract or contractual/direct relationship with subcontractors. The Government has privity of contract with the prime contractor, which may be a joint venture. Therefore, the Government’s relationship with subcontractors is indirect. Government’s involvement with subcontractors is channeled through prime-contractor directed activities.

JASS II Request For Proposal (RFP)

113. If there are offsite program management offices, how will these costs be covered?

Contractor management is provided office space as available. If an offeror’s strategy is to use offsite program management offices, that offeror should bid associated costs in a manner that’s consistent with its accounting system.

114. What administrative services will be most utilized?

The services most utilized are dependent upon each organization’s requirements.

115. What is the balance of technology applications/advancements to this particular procurement?

This determination is up to the contractor as to what is acceptable or appropriate to meet the specific requirements in the RFP.

116. Safety and Health Plan information?

Safety and Health Plan information will be provided in the RFP.

117. Why were 2 additional positions added to this procurement?

The additional categories were added based on the needs of the organizations

118. What are the descriptions of the 2 additional classifications?

The descriptions of the Administrative Specialist I – II and Sr. Administrative Specialist will be provided in the RFP.

119. How similar will JASS II be to the current contract?

The JASS II SOW will have a similar scope to the current JASS SOW.

120. What are the evaluation criteria for JASS II?

The evaluation criteria will be provided in the RFP.

121. What locations will JASS II be at?

Site locations include JSC, Ellington Field, NBL and WSTF. Please see the response to Question 29.

122. What is the anticipated number of proposals for JASS II?

The government cannot predict or anticipate the number of proposals.

123. What is the anticipated number of secretaries for JASS II to assist with pricing?

This information will be provided in the RFP.

124. What information is in the Safety and Health (S&H) Plan? Will the S&H plan be succinct and specific regarding the DRD and template?

This information will be provided in the RFP.

125. What are the specific procurement strategy and evaluation factors?

The streamlined procurement process has been approved for this competition. . The evaluation factors will be provided in the RFP.

126. Will there be a pricing template available?

Yes. This will be provided in the RFP.

127. For flexibility will a work life balance be appropriate?

The proposal strategy is the decision of the offeror.

128. Will there be a level playing field with invoicing 2080 hours vs. 1980 hours – hours worked?

The different hours (conversion factor) will not affect the “level of the playing field”. The difference in the hours will be reflected as different fringe benefit rates which will be applied to the base labor cost. The net effect is the same.

129. Is the training specialist considered key personnel?

The proposal strategy, including what positions or persons an offeror proposes in key personnel, is the decision of the offeror.

130. Are there any IT limitations which would prevent the JASS II secretaries from accessing the contractor’s payroll system?

There are no known limitations that would prevent the JASS II secretaries from accessing the contractor’s payroll system.

131. Will there be any IT/technical or financial analysis on JASS II?

The JASS II contract includes only administrative and secretarial services.

132. What key aspects are we looking for in interested companies?

The RFP will disclose the evaluation criteria by which proposals will be evaluated by the Government for selection purposes.

133. How many organizations are at JSC?

Currently there are 24 organizations.

134. What is the secretarial skill level for JASS II for staffing and understanding competencies?

The current skills required come through the DOL skill categories of Secretary 1, 2, 3 and Administrative Assistant.

135. Will there be floats/backfill? Is this part of the temp staff?

The temp option is available with the current contract, but the proposal strategy is the decision of the offeror.

136. What is the number of secretaries for JASS II?

Please see the response to question 123.

137. Will Sections 5 and 6 be released early?

Yes, Section 5 and 6 will be released early prior to the release of the RFP.

138. Will the pricing be at task order level or labor category?

The offeror will be required to propose rates for each labor classification for each year of the contract in Section 1 of the contract. In the event of a discrepancy between rates provided in Section 1 and the task order pricing templates, Section 1 rates shall prevail.

139. What are the labor categories by task?

The labor categories by task will be provided in the RFP.

140. Are letters of intent of key personnel required?

The RFP will require the offeror to identify key positions, submit resumes of the proposed key persons, and letters of commitment from key personnel.

141. What is the statement of objective?

Provide administrative support to organizations in fulfilling JSC’s mission and objectives at JSC, Ellington Field, Sonny Carter Training Facility, White Sands Test Facility, and other NASA operating locations that may be determined subsequent to contract award.

142. What are the travel costs for JASS II?

This will be specified in the RFP.

143. Are there specific licenses/certifications, i.e., CDL for delivering mail?

Licenses or certifications are not required for the current contract. If required for JASS II, it will be stated in the RFP.

144. Will the SOW be similar for JASS II?

The SOW for JASS II will be similar to the current contract SOW with the addition of 2 labor classifications, but any change in requirements will be in the RFP.

145. Will Government-furnished equipment/items be provided?

Yes, as necessary to perform work under the contract. Property will be listed in the RFP.

146. Will onsite office space be available for the secretaries?

Onsite office space will be available as required.

147. Will key personnel be outlined in the RFP? Who is considered key personnel under the current contract?

Key personnel will need to be identified in the proposal. The offeror shall determine which positions or persons it wishes to propose as part of key personnel in its proposal.

148. What format will the proposal be in?

The format for proposals will be specified in the RFP.

149. How is move coordination handled at WSTF?

At WSTF, secretaries coordinate moves by submitting a service request for the work to be completed.

150. Will there be a Draft RFP?

No, a Draft RFP will not be issued for JASS II.

151. What are the performance requirements?

The performance requirements will be specified in the RFP.

152. What are the expected contents of the RFP?

The RFP is expected to include the following:a. Statement of Workb. Service Request Formc. JSC Data Requirements List and Documentsd. Notice of Intention to Make a Service Contract and Response to Notice

e. Register of WD Under the SCAf. SLC Job Description Guidelinesg. Task Order and Service Request Process Flowcharth. Instructions to Offerors (what is being evaluated)i. Evaluation Factorsj. Contract terms and conditions

153. Is the Right of First Refusal Applicable – FAR 52.222-17, Nondisplacement of Qualified Workers Under Service Contracts? Does it apply to exempt personnel?

The FAR clause is applicable based on FAR 22.1202 (a) which states that “When a service contract succeeds a contract for performance of the same or similar services, as defined by 29 CFR 9.2, at the same location, the successor contractor and its subcontractors are required to offer those service employees that are employed under the predecessor contract, and whose employment will be terminated as a result of the award of the successor contract, right of first refusal of employment under the contract in positions for which they are qualified. A service employee is defined in FAR 52.222-17 (a) as “any person engaged in the performance of a service contract other than any person employed in a bona fide executive, administrative, or professional capacity, as those terms are defined in 29 CFR part 541.”

Potential offerors should read and become familiar with this clause.

154. Can potential bidders/8(a) firms ask for resumes for expected positions? Is this fair?

The Government does not play a role in the potential bidders/8(a) firms approach to obtain appropriate staffing for a solicitation.

155. Is it possible to breakdown the number of secretaries for each task order?

When the Government orders services, each task order will provide information necessary for the offeror to determine the number of employees the offeror will need.

156. Is the current contractor able to bid on this requirement based on NAICS code/size standard?

The JASS II procurement is open to all qualified 8(a)’s that meet the NAICS code of 561110 – Office Administrative Services and the small business size standard of $7.0 million/year.

157. Will this be a fair competition, or will the incumbent partner although they are not an 8(a) firm anymore. Will other 8(a) vendors really have a chance at winning this award?

Yes, this will be a fair competition handled in accordance with the Federal Acquisition Regulations (FAR), NASA FAR Supplement, and the solicitation. Also, see the answer to Question 108.

158. What is the purpose of the technical library?

The technical library contains a comprehensive list of documents for reference by parties interested in responding to the solicitation.

159. Who will be the CO for JASS II?

The contracting officer who will administer the JASS II contract will be determined after contract award.

160. Why was this NAICS code of 561110 selected for this contract?

561110 – Office Administrative Services was determined to be the best fit based on the description of requirements for this solicitation

161. How many small businesses can work together or would be considered too many?

The 8(a) prime must perform the primary/vital requirements in accordance with FAR 52.219-14 (c) (1).

162. Are relocation services available?

No relocation services are available.

163. Will JASS II address surge employees/increase in FTEs?

No, the proposal strategy is the decision of the offeror.

164. Will the proposals be evaluated at JSC?

Yes, the proposals will be evaluated at JSC.

165. What are the specifics on the blackout period?

Upon release of the final RFP, in accordance with the NFS 1815.201, the contracting officer shall direct that all personnel associated with the acquisition refrain from communicating with prospective offerors and refer all inquiries to the contracting officer or other authorized representative. All communications shall go through the contracting officer who should continue to provide information to all potential offerors in a way that does not create an unfair competitive advantage or reveal proprietary data.

166. Would any bells/whistles that are currently being provided, both directly or indirectly, by the current contractor be identified and included in the RFP to ensure that all bidders include the cost of these items in their bid?

The RFP will describe the requirements of the JASS II contract as well as the evaluation criteria that will be used by the Government to evaluate proposals submitted in response to the RFP. Each offeror is required to propose its own approach to performing the requirements of the JASS II contract.

167. The following 10 questions pertain to the previous RFP and the Government’s response to these 10 questions is: ”We are not able to respond to questions regarding the previous RFP.”

Question 1:RFP, Section L, A.1 Management Approach states: The Offeror shall describe its overall management approach and rationale, including program management functions, company management policies and procedures, as well as strategies and goals to provide flexible and efficient implementation of customer requirements. The Offeror shall provide complete information concerning the various methods and/or techniques to be used in planning, scheduling, integrating, processing, controlling, and completing the SOW requirements. The Offeror shall provide a Management Operating Plan in accordance with Section 4, Attachment 4.4, DRD 1 of the RFP. This plan, once approved, shall become attachment 4.12 of the contract.

In our proposals, which of the following are we to provide?(a) A description of the Management Operating Plan (“The MOP will contain…” and “The MOP

will provide…”, etc.)(b) The full and complete Management Operating Plan as specified in DRD 1(c) Both a description of the Management Operating Plan and the full and complete Management

Operating Plan itself.--------------------------------------------------------------------Question 2:Resumes are requested in the Management Operating Plan (DRD 1):

C. Include the following information for the contractor’s key personnel:(1) Resumes of key personnel (update according to clause 2.29, NFS 1852.235-71);

Section L, Mission Suitability, A: Management Subfactor, Part 1 Management Approach, Tab C states:C. Proposed Key Personnel

…Include resumes in Volume I, Management Subfactor, per format specified in Section 5, Attachment 5-1.

Are we correct that the resumes should be included in the MOP and that A: Management Subfactor, Part 1 Management Approach, Tab C Proposed Key Personnel, can simply refer to the MOP?

--------------------------------------------------------------------

Question 3:MOP, Part A “Overall Management Approach”, Item (1) Program Management Functions would include reporting to the CO/COTR

MOP, Part B “A description of the organization”, Item (9) asks for “The Contractor's management interface with NASA”

MOP, Part E “The overall management approach to creating an effective and efficient interface to the Government concerning the implementation of the SOW requirements and communication of activities related to these efforts. Provide a flowchart and description of how the process will flow from identification of requirements to evaluation of the contractor’s performance.”

Are we correct to understand that although there may be a certain amount of overlap, each section is addressing a different aspect of communication which should be addressed in the section identified?

--------------------------------------------------------------------

Question 4:Are there any SOPs, NPRs, or NPDs other than the following which apply to services to be provided under JASS II?

NPR 1450.10, NASA Correspondence Management and Communication Standards and Style Gregg Reference Manual

Please note: SOW 2.5 states that Contractor staff training is required on the following subjects: Microsoft Office Applications (Word, Excel, PowerPoint, and Outlook) WebTads or the current NASA timecard software Federal/NASA Records Management Travel Manager or the current NASA travel software and Travel Regulations Business English (i.e. grammar, punctuation, word usage, etc.) Gregg Reference Manual or current NASA required reference document NASA/JSC Correspondence Team Building Mentoring/Leadership Skills for Secretary III positions Customer Service JSC Supply policies and procedures Prohibited performance of personal services Overview of JSC (review senior manager organizational chart) Basic Administrative Processes JSC Workplace Expectations Security and Safety Privacy Act of 1974 IT Policy and Procedures JSC Resources JSC Clinic

Is there material showing what should be covered in the training other than the list of topics? --------------------------------------------------------------------

Question 5:MOP, Part D, “Description of how each task order will be filled”, Item (5) states:

Approach to providing flexible workforce planning given an indefinite delivery/indefinite quantity contract. Include discussion on recruiting, communication of promotion opportunities, retention of personnel, and effects on management, subcontractors, continuity and quality of services, and other factors resulting from changes in staffing levels.

It is unclear if the phrase “resulting from changes in staffing levels” is simply part of the fifth topic in the list for discussion:

1. recruiting2. communication of promotion opportunities, 3. retention of personnel, and 4. effects on management, subcontractors, continuity and quality of services, and 5. other factors resulting from changes in staffing levels

Or, if the phrase “resulting from changes in staffing levels” applies to all items in the list and is therefore asking offerors to include a discussion on how changes in staffing levels will affect:

1. recruiting

2. communication of promotion opportunities, 3. retention of personnel, and 4. effects on management, subcontractors, continuity and quality of services, and 5. other factors

Since these topics are all addressed elsewhere (for example, the overall recruiting plan is addressed in MOP, Part D), are we correct to understand that this section should only address how those items are affected by changes in staffing levels?

--------------------------------------------------------------------

Question 6:MOP Part H requires the offeror to address: “The method for controlling and protecting Government property”.Section L, Mission Suitability, Section C: Safety Subfactor, requires offerors to provide a section which addresses the following:

Safety and Health PlanThe Offeror shall describe its safety and health program which shall be in compliance with pertinent NASA polices and requirements and federal, state, and local regulations for safety, health, and fire protection in accordance with a NASA-approved safety and heath plan. The plan shall conform to the requirements specified in Section 4, Attachment 4.4 (DRD 2, Safety and Health Plan), incorporate requirements specified in Section 4, Attachment 4.4, DRD 3, Safety and Health Program Self Evaluation, and DRD 4, Monthly Safety and Health Metrics, and conform to requirements in Section 5.8 (NFS 1852.223-73 Safety and Health Plan). This information is also requested for any applicable subcontractor(s) proposed on this effort.The instructions regarding safety and health procedures and policies at JSC are incorporated by reference into all JSC contracts when performed at a JSC facility.

Should the description of the Safety and Health Plan be part of the MOP or part of Mission Suitability, Tab C Safety Subfactor of the Proposal?

--------------------------------------------------------------------

Question 7:Section L, Mission Suitability, Section C: Safety Subfactor, requires offerors to provide a section which addresses the following:

…Contractor will develop and implement a safety and health program in accordance with a NASA approved safety and health plan

Are we correct to understand that upon contract award, the “Safety and Health Program” is simply the execution and implementation of the “Safety and Health Plan”?

--------------------------------------------------------------------

Question 8:Section L, A.2 Page Limitations and Formatting states:

a. The overall proposal will be limited to a total of 65 pages (total pages of Volumes I and II), excluding the following:

(1) Response to DRD 2, Safety and Health Plan;(2) Response to DRD 6, Organizational Conflicts of Interest Avoidance Plan and Non-

Disclosure Agreements (due at contract start up);(3) Key Person Resumes;

(4) Past Performance Questionnaires (Attachment 5.2); (5) Tabs and dividers; and (6) Response to Section 5, Item 5.16E, Safety and Environmental Performance.

All pages in each volume shall be numbered sequentially with Arabic numerals for contents subject to page limitations and lower case Roman numerals for title pages, tables of contents, and acronym lists. Offerors shall tab each subfactor and subsection within each volume for ease of reference.

b. Title pages and tables of contents are excluded from this page count limitation.

Although the instructions state that acronym lists should be numbered with lower case Roman Numerals, they are not listed in (a) or (b) as exempt from the page count.

Will an acronym list be excluded from the page count? --------------------------------------------------------------------

Question 9:Section L, A.2 Page Limitations and Formatting states: (see Question 8)

Since Key Resumes are excluded from the page limitations, should they be numbered differently? Should they be put at the end of the Proposal as an Addendum?

--------------------------------------------------------------------

Question 10:Many topics are requested in several places. For example:

1. Training: DRD 1, D. A description of how each task order will be filled, including: (4) Strategy to ensure personnel will maintain the minimum qualification standards described in the Skill Labor Category guidelines;

2. RFP, Section L, A. Management Subfactor, Part 2, Phase-In, Subpart (d) “Training: Completed and documented training of all personnel in the SOW requirements, as well as an orientation of JSC’s organization and general policies.”

3. RFP, Section L, B.1 Technical Understanding of Statement of Work, SOW 2.5 Training Management “The Contractor is responsible for ensuring that all its employees meet customers’ minimum requirements in all areas of the SOW and service requests. To ensure and maintain proficiency, the contractor must adhere to the contractor-developed training plan, Attachment 4.13, and verify that all employees are trained and successful in their assigned tasks”

4. RFP, Section L, B.5 Training: “The Offeror shall provide a high-level personnel training strategy. This strategy shall address necessary orientation and training for employees to perform functions required by the SOW and other training to enhance these services. This strategy shall be made a part of the contract upon award as Section 4, Attachment 4.13. The Offeror shall place the strategy in Volume I, Mission Suitability, Technical Understanding Subfactor section, and in Volume IV, Model Contract, Section 4 as Attachment 4.13.”

Should we: (a) Repeat the information in multiple places(b) Provide the information once and reference the location for all other similar requests

If it is permissible to provide the information once and refer to it for all other inquiries, may we include a cross-reference table of all such over-lapping responses to requirements and, if so, will it be excluded from the page count?

--------------------------------------------------------------------

168. If it is JSC’s desire that we hire the incumbent personnel at their current rates, how do we get “credit” for it in the Streamlined Procurement since Technical is only Pass/Fail and then low cost is compared to only past performance?

The current source selection process is a streamlined procurement process. The evaluation factors will be provided in the RFP.

As such, it will be incumbent upon the offeror to determine its proposed pricing strategy, relative to the other evaluation factor(s) and other requirements in the RFP. Additionally, it is contemplated that offerors will be required to demonstrate in their Management Operating Plan how their proposed wages and fringe benefits for all labor categories are sufficient to recruit and retain personnel.

Other

169. Can you provide any insight regarding budget cuts/sequestration?

No. The impact of future budget cuts and possible sequestration cannot be determined at this time.

170. How will we handle/mitigate sensitive or negative public opinion?

Issues concerning public opinion are addressed by the JSC requiring organization and by the JSC External Relations Office, and are beyond the scope of JASS II contract.

171. Can contractors bid at other Centers?

Yes. There are no restrictions on offerors bidding at other NASA centers.