Title: Welcome to the Altair Conceptual Design Contract ACDC Preproposal Conference
1Welcome to the Altair Conceptual Design Contract
(ACDC) Preproposal Conference
- Thursday, December 18 , 2008
- NASA / Johnson Space Center (JSC) Gilruth Center,
Alamo Ballroom - 900 AM 1200 PM
2Agenda
- Introduction 900 a.m.
- Lee Pagel, Procurement Policy and Systems Office
- Welcoming Remarks 910 a.m.
- Debra Johnson, Director, JSC Office of
Procurement - Dale Thomas, Deputy Program Manager,
Constellation Program - Kathy Laurini, Project Manager, Altair Project
Office - Altair Project Overview 930 a.m.
- Clinton Dorris, Deputy Project Manager, Altair
Project Office - Procurement Overview- Technical 940 a.m.
- Brad Jones, SEB Chair, Altair Project Office
- Procurement Overview - Contract and Pricing
1030 a.m. - Lee Pagel - Contracts
- Charles Bell - Pricing
- Submit Questions / Break 1100 a.m.
- Question Answer Session 1115 a.m.
3Safety and Administrative Information
Fire Exits
- Restrooms are in the hallway outside this
ballroom - Fire exits are the front entrance and side exit
doors. In the event of a fire, move at least 75
ft. away from the building - Please adjust all cell phones and pagers to the
Off or Vibrate setting
Fire Exit
Fire Exit
Restrooms
4Disclaimer
- This presentation is for information purposes
only - This presentation is not to be construed as a
comprehensive description of all solicitation
requirements - To the extent there is inconsistency between this
presentation and the ACDC Solicitation
NNJ09BT112R, the solicitation governs
5Purpose
- The purpose of the ACDC Preproposal Conference
is - To help Industry understand the Governments
requirements - To address key aspects of the draft RFP
- Seek industry feedback on the solicitation
- Interested parties are invited to comment on all
aspects of the draft RFP, including requirements,
schedules, proposal instructions, and evaluation
approaches by January 12, 2009 - These Preproposal charts will be posted to the
ACDC website http//procurement.jsc.nasa.gov/alt
air/
6Questions
- Verbal questions during this presentation will
not be answered however, interested parties may
submit written questions using the forms provided
which will be collected and answered as time
permits at the end of the conference - After the conference concludes, interested
parties may submit additional questions or
comments via email to the Contracting Officer at
timothy.a.boyes_at_nasa.gov - Anonymous questions may be submitted via the ACDC
website at http//procurement.jsc.nasa.gov/altair
/ - Immediately following the conference, one-on-one
sessions begin and continue on Friday
7Welcome
Debra JohnsonDirector, JSC Office of Procurement
8- Dale Thomas
- Deputy Manager, Constellation Program
9Welcome
Kathy LauriniProject Manager, Altair Project
Office
10Altair Project Objectives
- Build a strong and efficient NASA team
- Effectively execute NASA role as owner of the
Altair design - Distributed across the agency
- Understand Constellation requirements and derive
Altair requirements - Seeking stable requirements set post-SRR/SDR
- Identify an Altair vehicle configuration that
meets all key driving requirements - Mature the design in preparation for System
Definition Review (SDR) - Involve industry partners in several phases
- Broad Area Announcement (BAA) study work
completed in November 2008 - Altair Conceptual Design Contracts provide
industry input through System Definition Review
(SDR) - Potential Future Contract(s) for completion of
DDTE - ACDC will provide early industry engagement to
help clearly define our concept of operations,
requirements, interfaces and design concepts
prior to prime contractor procurement activities - Participation on design team at all levels
- Innovative design solutions
- Highly successful program/project milestone
reviews
11Altair Overview
Clinton DorrisDeputy Project Manager, Altair
Project Office
12Constellation Program Fleet of Vehicles
Earth Departure Stage
Altair Lunar Lander
Orion Crew Exploration Vehicle
Ares I Crew Launch Vehicle
Ares V Cargo Launch Vehicle
13Altair Mission Requirements
- 3 Variants Sortie, Outpost, Cargo
- 4 Crew
- 7 Day Sortie
- 210 Day Outpost
- Deliver 500kg of cargo w/ crew
- Return 100 kg (goal of 250kg) from the lunar
surface - Airlock or Suitlock on Sortie missions only
- Control Mass
- Crewed missions control mass 45,000 kg
- Cargo missions control mass 53,600 kg
14Altair Configuration Variants
Outpost Variant Descent Module Ascent Module
Sortie Variant Descent Module Ascent
Module Airlock
Cargo Variant Descent Module Cargo on Upper Deck
15Intent of Procurement
- Strategic Goals
- Enable a blend of NASA led design efforts with
industry involvement through Altair Lunar Lander
System Definition Review (SDR) - Using the following tenants
- Develop an industry informed Altair reference
design - (innovative solutions, design maturity, SRR/SDR
products) - Products informed by production and manufacturing
knowledge and experience - Lower Life Cycle Costs (Reduce reconciliation
costs) - Supplement the Government team with capabilities
currently not owned within the Agency - Holiday
- Not intended to force industry to work over the
holidays - We intentionally moved the schedule to the right
to enable question development and submittal
after the holidays - We will not be answering questions over the
holidays
16Procurement Overview- Technical
Brad JonesSEB Chair, Altair Project Office
17Procurement Schedule
- ACTIVITY DATE
- PROCUREMENT STRATEGY MEETING Nov 02, 2008
- ISSUE DRAFT RFP Dec 16, 2008
- PRE-PROPOSAL CONFERENCE Dec 18, 2008
- DRAFT RFP QUESTIONS DUE Jan 12, 2009
- ISSUE RFP Jan 28, 2009
- PROPOSALS DUE Feb 25, 2009
- CONTRACT AWARD Jun 03, 2009
18Contract Overview
Typical Firm Fixed Price
- Proposing to this contract
- Interested in breadth and depth of capabilities
- Will be working as part of a team, data
deliverables summarize this work
- Givens (Constant)
- Content
- Schedule
ACDC Firm Fixed Price
- Givens (Constant)
- Price - capped
- Schedule
19Contract Implementation
- Multiple Contractors Working as part of NASA led
IPTs - Working together on common tasks
- Working independently on separate tasks
- Working independently on common tasks
- Organized around Analysis Cycles and Milestone
Reviews (CLINs) - Contract Execution
- Content will be defined in the proposal, agreed
upon in the contract - NASA using Technical Direction to re-define
content as work progresses - Summary reports are the final deliverable for
each CLIN (x10)
20Altair Summary Schedule
FY2009 FY2010 FY2011
FY2012 FY2013 FY2014
7/2010 Program HLR SRR
Program/Project Milestones
Altair SDR 12/2011
Altair SRR 12/2010
LDAC-3
RAC-1
AC-1
AC-2
Altair Analysis Cycles
AC-3
Additional Analysis Cycles
Base Award
Option 1
Option 2
BAA
Altair Procurement
1
1
Altair Contractor Support
DDTE Contract
21What Were Asking For (SOW)
- Contractor Work Objectives
- Provide products that will enable the Altair
Project to - Re-evaluate the Altair configuration, and
incorporate innovative solutions - Mature the lander technical design
- Accomplish the SRR and SDR milestones
- Contractor Provided Resources
- Multiple, cooperating contractor teams
- Each provides resources to supplement the NASA
Altair team - Contractors tasks individual contractor team or
as part of an integrated IPT - Collaborative workforce to each of the NASA-led
IPTs (subsystems, SEI, Safety, TV, Ops,
Manufacturability, etc.) - Key positions (each contractor)
- Contractor Project Manager
- Senior Project Integration Engineer
- Senior Vehicle Engineer
- Senior Systems Engineer
- Contract Deliverables
- Research and Development within Altair IPT
environment - Multiple data deliverables (separate summary
report per contractor) documenting work performed
during each Analysis Cycle or Milestone Review
period.
22How We Propose To Do This (SOW)
IPT Work
Summary Reports
SOW 2.2
Analysis Cycle (SOW 3.1)
SOW 2.3
AC/MS Process Descriptions
SOW 2.5
Milestones (SOW 3.2)
SOW 2.4
23Altair Lunar Lander Project Office Organization
Altair Lunar Lander Project Office
Business Manager
Chief Engineer
Crew Representative
Project Liaisons
Operations Integration
Vehicle Engineering
Technology Integration
Safety, Reliability Quality Assurance
Test and Verification
Project Integration
Baseline Development
Risk Management
Integrated Vehicle Performance
Subsystem Management
24Altair Lunar Lander Project Office Organization
25Integrated Product Teams
- Contractors will perform work in collaboration
with Altair civil service personnel in Integrated
Product Teams (IPTs) - Each IPT is led by an Altair civil servant
- Not all IPTs are active in each analysis cycle,
however, every IPT will be active at some point
during the contract period. - Contractors must be capable of supporting each
IPT when required.
26Altair Conceptual Design Contract Schedule
Dec 09
June 10
Dec 10
June 12
Dec 12
Dec 08
June 11
Dec 11
June 09
Cx LC SRR July 2010
Review
SRR Prep
SRR Prep
Altair SRR December 2010
Review
Milestone Reviews
SDR Prep.
Altair SDR December 2011
Review
High-level vehicle architecture and configuration
trades
TAC-1
TAC-2
Vehicle architecture and configuration trades
(concluded)
DAC-4
Vehicle design maturation
Analysis Cycles
DAC-5
Vehicle design maturation
Planning phase precedes the Analysis Cycle
Vehicle design maturation
DAC-6
Vehicle design maturation
DAC-7
DAC-8
Contract Base Period
Option Year 1
Option Year 2
27Content of Contract Deliverables
Altair Analysis Cycles (AC) Products (CLIN 0001)
- Altair technical work is divided into 6 month
Analysis Cycles (AC) - Each AC is a multi-step process with common, well
defined products - Contractors are to provide analytical and review
support to the following NASA owned products
(this is representative, as tasks vary for each
Analysis Cycle)
TAC-1
TAC-2
-- Risk modeling -- Risk identification --
Technical trade studies and analyses -- Subsystem
designs -- CAD models -- Schematics -- Master
Equipment Lists -- Powered Equipment Lists --
Consumables Analyses -- Integrated vehicle
performance -- Operations concept -- Systems
requirements document -- Interface requirements
documents --
DAC-4
-- -- -- -- -- -- -- -- -- --
-- -- -- -- -- -- -- -- -- --
Additional Analysis Cycles for Option Periods
-- -- -- -- -- -- -- --
28Content of Contract Deliverables Contd
Altair Milestone Products (CLIN 0002)
- Each major milestone (SRR, SDR, etc) requires a
well defined set of products - Most are government produced and industry
reviewed - Contractors are to provide analytical/review
support to the following NASA owned products
(this is representative, as tasks vary for each
milestone review)
- Program SRR
- Altair Concept of Operations
- Altair Mission Timeline
- Altair Functional Flow Block Diagrams
- Altair SRD
- Altair-Orion IRD (draft)
- Altair-Ares V IRD (draft)
- Altair-Ground Ops IRD (draft)
- Altair-Mission Ops IRD (draft)
- Altair-C3I IRD (draft)
- Altair-EVA IRD (draft)
- Altair-PEPCI IRD (draft)
- Technical Trades and Analyses
- Launch Pad and Facilities Processing Plan
- Technical Performance Measure Plan
- Margin Management Plan
- Earned Value Management Plan
- Configuration Management Plan
- Data Management Plan
- Project SRR
- Altair ICDs (draft)
- Altair Master Verification and Validation
Strategy - Project Documentation Tree
- Altair Initial Preliminary FMEAs
- Altair Preliminary Hazard Analyses
- Altair Updated Project Risk Report
- Technical Trades and Analyses
- Altair IVDDD
- Altair SPAR
- Altair Structural Loads Data Book (draft)
- Altair CAD Models
- NPR 7123.1A and NPR 7120.5D Compliance Matrix
- Master Test and Verification Plan
- Contamination Control Plan
- Quality Plan
- Drawing Plan
- Project SDR
- EVM plan (final)
- CAD management plan (final)
- EEE parts control plan (draft)
- Materials control plan (draft)
- Fastener control plan (draft)
- Margins management plan (draft)
- Software development plan (SDP) (draft)
- Altair Project Plan (final)
- Altair Integrated Vehicle Design and Description
Document (updated) - Technical Trades and Analyses
- Altair Spacecraft Performance and Analysis
Report - Altair Ops Concept (final)
- Altair Mission Timeline Document (final)
- Altair Flight Operations Data Book (draft)
- Induced Environments Document (final)
- CT Verification and Validation Plan (draft)
- Subsystem Verification and Validation Plans
(draft) - .
29RFP Addresses OCI
- Provision L-15 in draft RFP describes potential
OCIs raised by this acquisition and the steps
taken by the Government to resolve them. - The Government believes it has taken adequate
steps to avoid and/or mitigate all potential OCIs
raised by this acquisition. - The cover letter to the draft RFP invites
comments from industry on this provision and
whether there is any OCI not yet addressed by the
Government. - The offeror must explain the actions it intends
to use to resolve any OCIs it finds in its own
assessment. If any potential OCIs are identified
by an offeror, they will be addressed prior to
release of the final RFP.
30Proposing to this Procurement
- NASA has tailored the Mission Suitability factor
to reflect the ACDC unique content - Mission Suitability is the most significant
factor - Technical Approach is the most heavily weighted
subfactor and provides detailed insight into your
approach
31Introduction to Technical Approach (TA) Subfactor
- TA is your approach to executing the SOW, via the
Contract Deliverables - Evaluated in three different ways (Check
Section M for specific language) - Overall Plan for contract performance
- Your Teams capabilities relative to large scale
space vehicles - Understanding of broad technical implications
inherent in example trades analyses - Data we will use to evaluate this (Check
Section L for specific language) - TA1 Technical Approach to Line Items
- Spreadsheet for each CLIN with Labor Resources
allocated by IPT - Narrative Explanation of your reasoning for
allocation chosen - Top-level narrative with overall approach
- TA2 Capability for Designing, Developing, Mfg,
Human Spaceflight Vehicles - Narrative description of facilities, experience,
corporate capabilities - TA3 Representative Trades Analyses
- Narrative plan, describing
- General Approach to each trade
- Your process for conducting each
- How you will apply skills and resources to each
32Introduction to Management Approach (MA)
Subfactor
- MA is your Approach for organizing the work
- Evaluated in three different ways (Check
Section M for specific language) - Team Strategy for the work
- Workforce strategy
- Individual information for 4 identified critical
positions - Subfactors examine management planning and
capabilities in increasing levels of detail - Data we will use to evaluate this (Check
Section L for specific language) - MA1 Organizational Strategy
- Which subs or other corporate divisions, why
chosen - Evidence that this has worked in past
- MA2 Flexibility and Staffing
- How will you perform in the ACDC environment?
- How will you provide excellent labor resources
over course of the contract? - MA3 Key Personnel
- Resumes on the four Key Personnel identified
33Procurement Overview- Contract Pricing
Lee PagelJSC Procurement Policy and Systems
Office
34Contractual Highlights
- Contract Type
- Firm Fixed Price (FFP)
- Full and Open competition
- Utilizing NAICS Code 336414
- Guided Missile and Space Vehicle Manufacturing
- Size Standard 1,000 Employees
- Period of Performance
- Potential 3.5 years with a base period of 1.5
years and the possibility for up to two years in
options - Contract start date estimated for July, 2009
- Place of Performance
- Contractor Facility
- Travel to JSC or other NASA Centers for selected
meetings
35ACDC Firm Fixed Price
Typical Firm Fixed Price
- Givens (Constant)
- Content
- Schedule
ACDC Firm Fixed Price
- Givens (Constant)
- Price capped
- Schedule
36ACDC Firm Fixed Price
- Variables
- Content
- Specified in Attachment J-8
- Drawn from SOW
- Subject to Clause G.3, Technical Direction
- Shifts Emphasis
- Requiring Studies
- Pursuit of Certain Lines of Inquiry
- Within the general tasks and requirements in SOW
- Does not increase price
- Givens (Constant)
- Price capped
- Clause B.3
- Schedule
- Clause F.2
37Sections A through G Highlights
- Section A
- Offeror to complete blocks 12 through 18 of the
Standard Form 33 - Section B
- B.3 SCHEDULE OF SUPPLIES AND/OR SERVICES TO BE
PROVIDED - Fill in proposed fixed price amount for each
deliverable - Prices must match pricing model
- Section D, E F - No unique contractual aspects
- Section G
- G.3 TECHNICAL DIRECTION
- Standard NASA Clause
- Due to the nature of this contract, NASA
anticipates regular and extensive use of this
clause
38Section H Highlights
- Section H
- H.7 KEY PERSONNEL AND FACILITIES
- Contractor fill in any proposed key personnel for
positions indicated - Contractor shall notify CO reasonably in advance
before replacing key personnel - H.8 ASSOCIATE CONTRACTOR AGREEMENTS
- To achieve requirements of this contract, close
coordination, cooperation and exchange of
information with other contractors will be
required - Contractor is responsible for establishing and
documenting these ACAs
39Section I Highlights
- Section I
- I.4 OPTION FOR INCREASED QUANTITY - SEPARATELY
PRICED LINE ITEM - Permits exercise of Option CLINs on an individual
basis - 1.7 RIGHTS IN DATAGENERAL
- Unlimited rights to data first produced under
this contract - In general, Limited Rights Data or Restricted
Rights Software is not to be delivered without CO
written permission - I.13 SECURITY REQUIREMENTS FOR UNCLASSIFIED IT
RESOURCES - Contractor responsible for IT security for all
systems connected to a NASA network or operated
by a contractor for NASA, regardless of location - IT Security Plan to be provided by the Contractor
within 30 days after authorization to proceed
40Sections J K Highlights
- Section J
- Attachment J-1 DRDs
- Attachment J-2 Applicable and Reference Docs
- Attachment J-3 PIV Card Issuance Procedures
- Attachment J-4 Safety Health Plan
- Attachment J-5 Small Business Subcontracting Plan
- Attachment J-6 Altair Operations Plan
- Attachment J-7 Acronym List
- Attachment J-8 Deliverable Item List
- Section K
- All section K provisions require offeror fill in
41Evaluation Factors
- SOURCE SELECTION APPROACH SEB procedures will
be used per FAR Part 15.1 - Evaluation of proposals based on the tradeoff
process - Source Selection Authority will make selection
based on three factors - Mission Suitability
- Past Performance
- Price
- Mission Suitability is more important than Past
Performance. - Mission Suitability and Past Performance
individually are more important than Price. - Mission Suitability and Past Performance combined
are significantly more important than Price. - Government has the option to
- Make selection and award without discussions, or
- Conduct discussions with all finalists, request
Final Proposal Revisions (FPR) from each offeror
and then make selection
42Mission Suitability
- Technical Approach 650 points
- TA1 Technical Approach to Line Items
- Requires complete plan to accomplish CLINs,
including labor resources, BOE and technical
approach - TA2 Capability for Designing, Developing, and
Manufacturing human rated space vehicles - Approach and existing capabilities
- TA3 Representative Trades and Analyses
- Completeness, clarity, feasibility, adequacy of
approach to sample trades - Management Approach 300 points
- MA1 Organizational Strategy
- Focuses on subcontracting strategy
- MA2 Flexibility and Staffing
- Evaluate approach to Altair environment Multiple
Contractors, Open Data, changing Skill Mix and
labor resource levels over time - Focuses on general workforce strategy
- MA3 Key Personnel
- Focuses on 4 identified position
- Small Business Participation 50 points
- SB1 Small Disadvantaged Business Participation
- SB2 Small Business Subcontracting Plan
43Section L Highlights-Proposal Arrangement (L.13,
L.14)
- Volume I- Technical
- Narrative Technical Approach, organized by
subfactor - TA1 Technical Approach to Line Items
- Technical Resources Templates BOEs and Technical
Approach - CLIN Deliverable Labor Resources Excel
Spreadsheets - TA2 Capability for Designing, Developing, and
Manufacturing human rated space vehicles - TA3 Representative Trades and Analyses
- Volume II- Management and Pricing
- Narrative Management Approach, organized by
subfactor - MA1 Organizational Strategy
- MA2 Flexibility and Staffing
- MA3 Key Personnel
- SB1 Small Disadvantaged Business Participation
- SB2 Small Business Subcontracting Plan
- Price
- Overall Pricing Narrative
- Price Summary Spreadsheet
- Volume III- Past Performance
- Narrative and Past Performance Questionnaires
60 pages
30 pages
20 pages
44Proposal Structure
Volume 1 Technical Approach TA1, TA2,
TA3 Pages 60 Copies 10 Excel Spreadsheets
not in page count limit.
Volume 2 Management Approach Pricing MA1, MA2,
MA3, SB1, SB2, PRICE Pages 30 Copies 10
Summary Excel Spreadsheet not in page count limit.
May be combined into one binder
Volume 3 Past Performance Pages 20 Copies
7 Delivered Early
Volume 4 Model Contract Pages No Limit Copies
7
Electronic Copies Copies 1 CDROM, 1USB
45Other Section L Highlights
- L.8 PROPOSAL MARKING AND DELIVERY
- Provides detailed instructions on how to submit
proposals to CO - Offerors are responsible to ensure proposals are
delivered to screening station at JSC Central
Receiving (Bld 421) prior to delivery to the CO - JSC Central Receiving is only accessible through
Gate 4 (back gate off Space Center Blvd Bay
Area Blvd) - Time for security screening can vary based on
current levels of activity- so plan accordingly - Very important to understand this provision- ask
questions if anything is not clear
46Section L Highlights
- L.14.3 PAST PERFORMANCE
- Past Performance Narrative on 3 - 5 past
contracts - Key Elements of the Past Performance evaluation
are - Systems Engineering,
- Manufacturing,
- Vehicle Assembly and Checkout,
- System/Vehicle Design and Integration,
- System and Sub-system Certification for
Human-rated Spaceflight, - Meeting Cost and Schedule Goals,
- Customer Satisfaction
- Includes specific paragraphs on Safety,
Environmental, and Insurance history - Offerors with no previous experience shall so
state - Past Performance Questionnaires to be submitted
directly to the Government from 3 references - L.15 NOTICE OF POTENTIAL ORGANIZATIONAL CONFLICTS
OF INTEREST
47Highlights of Price Factor
- Firm Fixed Price for each Contract Line Item
(CLIN) - The Government will conduct price analysis and
may also perform cost analysis of proposed prices
in accordance with FAR - A single Price Summary Template is required by
the RFP - Prices entered in Section B of your Model
Contract will take precedence - over prices proposed in the Price Summary
Template if they conflict - For each offeror the RFP sets a 42.2 price
ceiling, the total of all CLIN prices - Proposed CLINS shall comply with RFPs Govt
Fiscal Year funding profile
Although CLIN 0001AG may be delivered during
FY13, funding for this CLIN should be FY12.
48Highlights of Price Factor
Additional RFP information regarding fiscal year
funding profile
Funding obligated in one fiscal year may be used
to pay invoices in a subsequent fiscal year.
Invoice payments cannot exceed the cumulative
obligations to date. Your proposed total
contract value shall not exceed the price cap,
nor may CLIN prices exceed the cumulative funding
profile. Offerors shall assume that funding is
required no later than the delivery date of a
contract line item.
As stated in Section M of the RFP, price analysis
may include a comparison of the proposed price
and the value of the proposed resources,
resulting in a value assessment of products and
activities provided for the proposed price.
Proposals will be reviewed to ensure compliance
with RFP limits on total contract price and GFY
funding. Failure to comply with the total
contract price limit or GFY funding limitations
could result in a weakness, deficiency, or in an
offeror being ineligible for award
49One-on-One Meetings
50One-on-One Meetings
- 30-minute one-on-one meetings with interested
parties will be held in separate rooms December
18 and 19 - By appointment only, sign up by 1200 December
18th - Schedule
- December 18th from 100 500 p.m. Coronado
Room (all booked) - December 19th from 800 500 p.m. San Jacinto
Room
51One-on-One Meetings-Acceptable Topics for
Discussion
- The general purpose of the contemplated
procurement - Any information about the Constellation Program /
Altair Project that NASA has already made
accessible to the public or is otherwise being
made available to all potential offerors - Historical information about the general nature
or scope of prior similar contracts whose
requirements may be similarly addressed in whole
or in part under the contemplated procurement - Information that describes the federal
procurement process as defined in the Federal
Acquisition Regulations (FAR), NASA FAR
Supplement (NFS) or other published procurement
policy documents - Procurement specific information already
published such as information contained in the
acquisition forecast, Statement of Work (SOW),
and draft solicitation
52One-on-One Meetings-Unacceptable Topics for
Discussion
- Proprietary or confidential business information
of contractor(s) or other business entities
performing similar ongoing efforts - Privacy Act protected information such as
existing contractor employees personal data - Trade Secrets Act protected information
- Speculation on what the Government might be
looking for in proposals - Different technical and management approaches
- Technical efficiencies
- Any particular Government emphasis
- Performance of contractors providing similar
requirements that could become competitors
53Altair Conceptual Design Contract (ACDC)
- Thank you for attending!
- Visit the ACDC Web Site at
- http//procurement.jsc.nasa.gov/Altair/
54Backup Information
55Deliverable Item List (DIL) ExampleAnalysis Cycle
56Deliverable Item List (DIL) ExampleMilestone
Review
57Contractor Planning Phase
Combined team Prioritized List NASA team
formulates Contractor work dist.
Key
Work Plan (Analysis Cycle Personnel Spreadsheet)
Contractor
Contractor Management
IPTs
NASA
Tasks/Analyses Proposal List
Approved Contractor Work Plans
IPTs
NASA Management
COTR
NASA Management
IPTs
Analysis Cycle Tasks Contractor Team Assignments
Technical Direction To Contractors
IPTs
Perform Analysis Cycle Tasks
Summary Report
IPTs
Contractor Team
Assemble Team POCs
Contractor Management
IPTs
58Candidate Trade List For TAC-1 (Altair LDAC-3
output)
59IPTs, Panels and Boards
Vehicle Configuration Decisions, Milestone Review
Products
Contractor
NASA
- Project Control Board
- Large configuration decisions
- Decisions changing the balance of performance,
cost, safety - Decisions that impact spacecraft functionality
- Decisions that impact other Projects or Level II
NASA Altair Project Management
- Vehicle Engineering Panel
- Vehicle-level configuration decisions
- Subsystem decisions
-
- Project Integration Panel
- Milestone review product decisions
-
-
- Other Panels as necessary
-
Vehicle Engineering
Test Verification
Operations Integration
Technology Integration
Safety (SRQA)
Project Integration
- Multiple IPTs
- - NASA and Contractor personnel jointly
participate in Integrated Product Teams - NASA-led with senior contractor personnel
- Joint NASA and Contractor staffed
60Mitigating OCI
- Two risks have been identified
- Biased ground rules Utilizing contractor
expertise during lander design definition and
maturation creates the risk of a contractor
setting ground rules for a future contract
competition that are biased in its favor. - Equal distribution of work Because work done
under this contract will involve multiple
contractors participating in an IPT design
environment with the Government, and task orders
will not be issued for each individual
contractors work, there is a risk the Government
will have to expend significant resources to
ensure that work tasks are fairly assigned to the
contractors. - Government took actions to avoid potential
conflicts in the RFP - Utilizing multiple contractors to participate in
IPTs and develop work products. - Maintaining NASA leadership of each IPT to filter
and integrate feedback from all contractors to
create Government products and requirements for
use in a future competition. NASA will make all
design decisions and retain all designs. - Developing a plan to monitor work done in each
IPT and encourage communication across IPTs to
ensure no contractor has a position of undue
influence on the requirements of the lander
vehicle. - Making all deliverable data available to the
entire industry community and to all future DDTE
contract offerors consistent with existing public
release of data.
61Contract Line Item (CLIN) Definition Plan
- Clause B.3
- Supplies Services
- CLIN
- Price
- Delivery Date
- Description
Contract
Section J, Attachment J-8 Deliverable Item
List 0001AA Products ----------
---------- Activities ---------- ----------
Section L Offeror to complete Attachment J-8,
IAW proposed approach
Reference
Instruction
Section C Statement of Work Paragraph
2, Contractor Work Scope
62CLIN RE-Definition Plan
- Clause B.3
- Supplies Services
- CLIN
- Price
- Delivery Date
- Description
Contract
Section J, Attachment J-8 Deliverable Item
List 0001AA Products ----------
---------- Activities ---------- ----------
- Clause G.4
- Technical Direction
- Redefines Products and Activities
- No increase in price or delivery date
- Within scope of SOW
Reference
Technical Direction
Section C Statement of Work Paragraph
2, Contractor Work Scope
63Intent of TA1
- TA1 Technical Approach to Line Items
- Background
- TA1 shows your capabilities, ability to apply
resources to IPTs, how subs are used, and your
approach to analysis cycles and program/project
review milestones - Increases NASA confidence in successful
performance - Overall Narrative
- Overall information about how you plan to execute
the CLINs - Could be information that you only want to
describe once, but applies to all 10 CLINs - Technical Resources Information -- Organized by
CLIN - Technical Approach Narrative
- What are you going to do?
- How are you going to do it?
- Who (subs, prime) is going to do it?
- What will be the result? (Products/Activities
list also provided as Attachment J-8) - Basis of Estimate Narrative
- What estimating methodology did you use for
labor? - Why do you use the skill mix you use for this
CLIN? - Why do you use the number of FTEs that you
propose for this CLIN? - Resources -- Spreadsheet
64Intent of TA2
- TA2 Capability for Designing, Developing and
Manufacturing human rated space vehicles - Background
- TA2 shows your capabilities, experience, and
facilities specific to human space flight - NASA seeks design partners that bring real-world
knowledge of building space vehicle designs - NASA-led design to accommodate design constraints
of manufacturing, testing, transportation, ground
and flight operations - Narrative describes capabilities in
- Design
- Development
- Manufacturing and Production
- Test Facilities
- Tooling
- QA
- Assembly Integration
- Transportation
- Also include specific previous programs and
projects and how they utilized these capabilities - Evaluation Criteria
- The Government will evaluate the Offerors
proposed approach and existing capabilities for
designing, developing and manufacturing human
rated space vehicles
65Intent of TA3
- TA3 Representative Trades and Analyses
- Background
- Other evaluation factors primarily assess general
approach, overall staffing and resource
flexibility - A proposal element was needed to evaluate the
contractors technical breadth, their technical
approach to specific tasks, and the skills
applied to specific sample tasks. - Each of the 5 sample tasks was chosen to examine
specific abilities, breadth of understanding,
innovative insights, the ability to construct a
logical stepwise approach to dissecting the
problem, and the ability to apply appropriate
contractor internal and subcontractor resources
to the task. - The 5 Trades and Analyses are
- Lander Scavenging
- Ascent Module/Airlock Configuration
- Produceability and Manufacturability
- Landing Gear Design
- CG Management Mitigation
- Evaluation Criteria
- Definition of the scope of the analysis
- Systems Approach -- Identification and
understanding of any interdependencies - Identification of proper resources, including any
subcontractors proposed - Consideration of alternative and innovative
techniques and options