Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 14, 2010 FBO #3277
SOURCES SOUGHT

R -- INDEPENDENT PROGRAM ASSESSMENT IN SITU COST ANALYSIS SUPPORT

Notice Date
11/12/2010
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NASA/Goddard Space Flight Center, NASA Headquarters Acquisition Branch, Code210.H, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
4200359802
 
Response Due
11/26/2010
 
Archive Date
11/12/2011
 
Point of Contact
Sherry Lynn Barbour, Contract Specialist, Phone 301-286-6682, Fax 301-286-0357, Email Sherry.Barbour@nasa.gov
 
E-Mail Address
Sherry Lynn Barbour
(Sherry.Barbour@nasa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
NASA/HQ is hereby soliciting information about potential 8(a) sources for theIndependent Program Assessment Office (IPAO) In Situ (onsite) Senior Cost Analysis &Estimating Support. An organization that is not considered a certified 8(a) businessunder the applicable NAICS code should not submit a response to this notice.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Vendors having the capabilities necessary to meet or exceed the stated requirements areinvited to submit appropriate documentation, literature, brochures, and references. Vendors interested in this RFI must also provide examples of the following along withtheir capabilities statements:1) Please demonstrate that there will be qualified staff available upon contract award.2) Please demonstrate the required capabilities/expertise: System Estimation andEvaluation of Resources (SEER), PRICE, NASA/Air Force Cost Model (NAFCOM), or any otherapplicable cost estimating models for benchmarking purposes including MS Project with@Risk and Oracle-Primavera Risk Analysis by providing us with a copy of the staffsresumes.3) Please demonstrate relevant expertise in space system programmatic (cost andschedule) performance measurement (earned/value), cost/schedule integration, sensitivityanalysis and tradeoffs.Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to an 8(a) set-aside based on responses hereto. Allresponses shall be submitted to Sherry Barbour via email at Sherry.Barbour@nasa.gov nolater than 4:00 EST November 26, 2010.Please reference 4200359802 in any response. Anyreferenced notes may be viewed at the following URLs linked below.Below is a draft version of the Statement of Work for this RFI:1. Purpose, Objective, and Background of Work to be Performed:The Independent Program Assessment Office (IPAO), within the Office of Independent Program and Cost Evaluation (IPCE), has the responsibility for enabling the independentreview (an unbiased, objective review of the maturity, health and status) of the agency'sprograms and projects at life cycle milestones to ensure the highest probability ofmission success. The IPAO ensures the objectivity, quality, integrity and consistency ofthe independent review process required by Standard Operating Procedure Instruction(SOPI) 5.02 Baseline Programmatic Assessment Process.The IPAO will ensure the review needs are met while maintaining the integrity andindependence of the review process consistent with the agency's governance model asdocumented in the NASA Strategic Management and Governance Handbook, NPD 1000.0. Specifically within the realm of cost analyses and cost estimating, the IPAO developsindependent cost analysis which may include cost estimates for projects (particularlythose requiring Congressional reporting), independent analyses of Joint Confidence Levelproducts as delivered by the programs and projects as part of the independent reviews forkey decision points. Furthermore, the IPAO is responsible for developing an independentprogrammatic analysis for each designated review and facilitating the integration withthe schedule analysis, as well as, into the overall program and project assessment. The objective of this order is for the contractor to provide in situ (onsite) seniorlevel cost analysts, to the IPAO to support the execution of IPAO responsibilities.2. Description of the Work to be Performed: The Contractor shall perform the followingtask requirements in accordance with the Standard Operating Procedure Instruction (SOPI)5.02, Programmatic Assessment Process released June 30, 2010, attached and made aparthereof.2.1 The contractor shall provide comprehensive cost analyses of NASA programs andproject life cycle cost. 2.2 The contractor shall provide in situ cost analyses and estimating, risk analysis,schedule estimating, schedule analysis, technical assessment, economic analysis, andsystems engineering support to the IPAO per SOPI 5.02, Section 5.3, as required. Theanalysis shall include an assessment of resources other than budget to include but notlimited to manpower, fabrication, assembly, test facilities and equipment, test beds,ground support equipment, launch sites, communication networks and mission operationscenters. The analysis shall include an assessment of the management practices,acquisition planning, control, methods of communication and reporting with respect tocost estimating and budget.2.3 The contractor shall support team meetings, as required, for the Standing ReviewBoards (SRBs).2.4 The contractor shall be responsible for the lead role in ensuring the programmaticanalysis is performed per SOPI 5.02 which includes, but is not limited to the analysis ofthe program/ project cost data with an independent team composed of management,technical, risk, and schedule experts from outside the advocacy chain of this program.2.5 The contractor shall participate in review planning meetings and the development ofthe Programmatic Analysis Plan (PAP); reference SOPI 5.02, Appendix A.The contractorshall attend other pertinent meetings as required.2.6 The contractor shall keep the IPAO Review Manager (RM), IPAO cost lead, and the SRBchair apprised of all correspondences and discussions that pertain to the conduct of thereview or dissemination of results. (Note: All reports shall be reviewed and approved bythe IPAO prior to release. Official correspondence shall be routed through the IPAO.)2.7 The contractor shall support reviews related to programs and projects reviews. 2.8 The contractor shall conduct independent cost estimates, cross-check cost estimates,analogy estimates, earned value and discrete cost risk analyses per SOPI 5.02, Section5.4 as directed by the IPAO lead estimator. The assessments shall include development,production, and operations assessments and shall be completed using experienced personnelwith PRICE, NASA/Air Force Cost Model (NAFCOM), System Estimation and Evaluation ofResources (SEER), or any other applicable cost estimating models for benchmarkingpurposes including MS Project with @Risk and Oracle-Primavera Risk Analysis. Theseestimates/analyses shall be completed in conjunction with civil service IPAO costestimators and in full coordination with the SRBs and/or other IPAO sanctioned reviewteams. For each cost estimate that may be required for benchmarking purposes, thecontractor shall:2.8.1 Develop an independent cost estimate using a primary methodology (e.g.,parametric), a cross check estimate using a different methodology other than the primary,an analogy cost estimate, and discrete cost risk analyses.2.8.2 Provide comments to facilitate the development of the Cost Analysis DataRequirements (CADRe).2.8.3 Provide the project's Work Breakdown Structure (WBS) ensuring all elements of costhave been captured and annotate those elements outside of the scope of this effort andthe accompanying rationale.2.8.4Provide a list of areas of uncertainty affecting the cost estimate.2.8.5Provide the ground rules and assumptions affecting the cost estimate.2.8.6Provide a data collection plan.2.8.7Provide rationale for selecting a particular set of estimating methodologies andthe rationale for not selecting other sets of estimating methodologies.2.8.8Provide a list of primary and cross-check methodologies for major cost elementsand, if applicable, provide rationale for significant difference (over 20%) between theprimary and cross-check methodologies.2.8.9Provide, if applicable, regression analyses and accompanying statistics (e.g.,R2), overhead factors, G&A factors, fees, and learning curves.2.8.10Provide if applicable, estimate ranges, i.e., risk assessment and analyses,probability distribution, and/or Monte Carlo simulation.2.8.11Provide assistance, as requested, in preparation for management presentations.2.8.12Provide Joint Cost and Schedule Confidence level analysis in support of revisedNPD 1000.5 current guidance.2.9 Cost trades and sensitivity analyses shall be completed as required. Cost researchusing NASAs Resource Data Storage and Retrieval Database System (REDSTAR) may berequired to provide detailed supporting data or for special cost estimating relationshipdevelopment. 2.10 Attend annual Cost Analysis Workshop.2.11 Attend annual PM Challenge.3. Deliverables/Milestones:3.1Kick-Off Briefing/Meeting: Within 7 days after award of this contract, thecontractor shall schedule and host a kick-off briefing/meeting. At this time, specificdirection will be given to the contractor for the work to be performed, as described inSection 3, above.3.2Contract Status Reporting: The contractor shall provide quarterly Status Reportsto the Contracting Officers Technical Representative (COTR), with the first Report due90 days after task issuance. The last status report shall include documentation of alltechnical assistance accomplished during the period of performance. The last statusreport shall be in narrative form, brief (no more than 5-pages) and include thefollowing:3.2.1A quantitative description of work performed during the period.3.2.2An indication of any problems that may have impeded the performance. 3.2.3A discussion of potential work in the future.3.3Current Estimated Reviews:Potential NASA programs/projects requiring cost analysis and estimating support include,but not limited to: Solar Terrestrial Probes Program and all its projects, EarthSystematic Missions Program and all its projects, Explorers Program, Earth SystemsScience Pathfinder and all its projects, Constellation Program and all its projects,Living With A Star Program, Radioisotope Power System Program, Exoplanet ExplorationProgram, Physics of the Cosmos Program and all its projects, Mars Exploration Program andall its projects, Cosmic Origin Program, James Webb Space Telescope Program, SOFIAProgram, Explorers Program, Lunar Quest Program, New Frontiers Program and all itsprojects, Discovery Program, Juno, Launch Services Program, Space Communications andNavigation Program, International Space Station Program and other NASA programs/projectsrequiring independent reviews. 3.4 During a review, the contractor shall keep the COTR informed of SRB status andprogress by weekly emails (or meetings) documenting in brief bullet format: workaccomplished during the week, work scheduled for next week, and any issues to pertainingto the review timeline shall be submitted at the end of each business week. This shallbe an informal and brief status report and shall be written individually for eachprogram/project by the analyst.3.5For each SRB review, the following items shall be delivered in accordance withthe Programmatic Analysis Group (PAG) timeline outlined in the SOPI:3.5.1Independent Programmatic Analysis Plan (PAP) (or input to) per SOPI 5.02,Appendix A.3.5.2Kick-Off Presentation (or input to).3.5.3Preliminary analysis and supporting documentation.3.5.4Peer Review Presentation (or input to).3.5.5Final analysis and supporting documentation.3.5.6Independent Programmatic Analysis (IPA) Report (or input to) per SOPI 5.02,Appendix G.3.6 Conflict of Interest.Contractor shall ensure that the NASA Background Information and Confidential Conflictof Interest Disclosure Questionnaire (Appendix B) is completed by each contractoremployee (to include subcontractors and consultants) proposed for SRB duties - when thecontractor is to provide an independent and objective assessment of projects and programsunder consideration by the IPCE/IPAO. The contractor shall analyze these questionnairesfor organizational and personal conflicts of interest in accordance with the OCIAvoidance Plan, and forward the completed forms for proposed SRB members to thecontracting officer and COTR. Certificate of Independent Assessment (Appendix C). The contractor shall also certify,prior to performance of any work that no conflict of interest exists and mitigate anyappearance of a conflict of interest to ensure total freedom from bias that would resultfrom the predilection toward a particular hardware and/or software design or approach.4.Place of Performance:The services to be performed under this contact shall be performed at the followinglocation(s): NASA/Langley Research Center, Hampton, VA 236815.Government Furnished Items:Government property is provided to the Contractor for office space, including computerand telephone, as well as commercial off the shelf cost estimating software andtools. Standard Operating Procedure Instruction (SOPI) 5.02 Baseline Programmatic AssessmentProcess is provided as reference. 6. Other information needed for performance of task:6.1 All contractor personnel under this task shall be capable of sending and receivingelectronic media and shall maintain compatibility with the standard Microsoft Officesuite of software and Acrobat (PDF) files.6.2 Travel: The contractor shall plan for the travel required to NASA centersassociated with NASA programs/projects and possibly other facilities for attendance attechnical interchange meetings for discussion and data collection. These meetingsprovide the opportunity to review cost data for completeness, discuss cost and schedulerisk areas, identify cost drivers, evaluate heritage from previous programs/projects andgain insights about program maturity.6.3 Non-Disclosure Agreements: All contractor personnel shall have a signednon-disclosure agreement prior to commencement of work under this task order.6.4 The cost analysts program management shall coordinate with the IPAO ProgramAnalysis Group Lead and COTR when general cost analysis support is assigned to the NASAprojects and programs listed in Section 4.3, above.7.Required Disciplines / Areas of Expertise:The contractor shall support the Independent Program Assessment Office by providing thecore disciplines and areas of expertise as listed below. Core Disciplines: Cost AnalystAreas of Expertise: Cost Analysis and EstimatingThe cost analysts shall: be cognizant in the field of expertise to interact, communicateand facilitate cost analyses with the Program/project and the SRB members; be able tointerpret program/project WBS; have knowledge of systems engineering and/or projectexperience and should have a background that includes statistics and probabilityanalysis; have good written and spoken communication skills; understand the basics ofschedule and risk analysis; understand and be able to assess Program/project budget,workforce and other resource requirements as they relate to ability to successfullyimplement its budget; be able to quantify risks by probability of occurrence and impactif risk does occur; be able to evaluate program/project cost estimating and budgetprocesses to determine if they are able to develop, manage and assess cost performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/HQ/OPHQDC/4200359802/listing.html)
 
Record
SN02326792-W 20101114/101112233738-05f72ce3fb163fa27bbbdc63acd1a95c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.