www.energy.gov/EM 1
Norbert Doyle Deputy Assistant Secretary for Acquisition and Project - - PowerPoint PPT Presentation
Norbert Doyle Deputy Assistant Secretary for Acquisition and Project - - PowerPoint PPT Presentation
Welcome Remarks for the Savannah River National Laboratory Pre-Solicitation Conference Norbert Doyle Deputy Assistant Secretary for Acquisition and Project Management Office of Environmental Management (EM) April 28, 2020 www.energy.gov/EM
www.energy.gov/EM 2
SRNL Pre-Solicitation Conference Agenda
Times (all EDT) are approximate, schedule will be adjusted as needed 4/28 Pre-Solicitation Conference 11:00 Opening Remarks, Norbert Doyle (EM Deputy Assistant Secretary) 11:10 Background, Introduction and Summary – Ming Zhu (EM) 11:40 Overview of Acquisition Process & Draft RFP Sections – Travis Marshall (EMCBC) 12:00 Special Remarks, Paul Dabbar (DOE Under Secretary for Science) 12:25 Overview of Acquisition Process & Draft RFP Sections – Travis Marshall (EMCBC) (ctd) 13:00 Section H, Contractor Human Resource Management (CHRM) Requirements – Joe Da Via (SRS) 13:15 Overview of Acquisition Process & Draft RFP Sections – Travis Marshall (EMCBC) (ctd) 13:30 End 4/29 4/30 One-on-One Sessions: 8:00 to 18:00 (4/29) or 17:15 (4/30), 30 min each group TBD Site Tour: May be scheduled when site access is allowed
www.energy.gov/EM 3
Logistics/Ground Rules
- No audio or video recording is permitted.
- Only the designated DOE presenters are to speak. All other
attendees shall remain on mute.
- Comments or questions pertaining to the pre-solicitation
conference are to be submitted to “1 Erin Kroger” via the private chat function of WebEx.
Further detail, including sample “how-to” pictures, will be provided shortly, in a later slide.
- Specific recommendations for improving the virtual
procurement process are to be submitted to SRNL@emcbc.doe.gov.
- DOE may provide written responses later via posting to the
procurement website; however, DOE is not obligated to respond to all comments or questions.
www.energy.gov/EM 4
Purpose of Pre-Solicitation Conference
- Continue to generate interest within industry, the community, and
academia regarding the Savannah River National Laboratory (SRNL) Management and Operating (M&O) procurement
- Highlight information regarding the Draft Request for Proposal
(RFP) including:
- Terms and conditions of specific importance;
- Proposal instructions and evaluation criteria; and
- Availability of reference documents.
- Continue engagement to obtain feedback that will be utilized to
aid the Department of Energy in developing the resulting Final RFP
www.energy.gov/EM 5
Current Site Contract
- Incumbent Contractor: Savannah River Nuclear Solutions,
LLC (SRNS)
– SRNS is a Fluor Corporation-led company with Newport News Nuclear, Inc. and Honeywell International, Inc.
- Approximate Contract Value (including extension and
- ptions): $14.9B
- Contract Type: M&O, Budget-Based, Cost-Reimbursement
- Contract Term: August 1, 2008 – September 30, 2020 (with
- ptions potentially extending to September 30, 2022)
- Link to current contract website for additional details:
https://www.energy.gov/srs/downloads/savannah-river- nuclear-solutions-llc-contract
www.energy.gov/EM 6
SRNL Carve-Out from SRS M&O Contract
- The operation of SRNL is only a portion of the
current SRS M&O contract scope that SRNS holds; thus this needs to be taken into consideration when reviewing information like the SRS M&O contract value from the previous slide.
- Now that the Draft RFP has been issued, interested
parties should have a better understanding of the work scope contemplated under this SRNL procurement.
- Please notify DOE if there are any areas of concern
regarding the Draft RFP, or if you feel it lacks clarity in any areas.
www.energy.gov/EM 7
Important Dates
- December 18, 2019 – Notice of Intent/Request For Information/
Sources Sought released
- January 16, 2020 – Industry Day and Community Day conducted
- April 9, 2020 – Draft RFP issued
- April 21, 2020 – Draft RFP Amendment #1 Issued (updated
Section C 2.2.2 only)
- April 28 - 30, 2020 – Pre-Solicitation Conference and One-on-
One Sessions held
- May 8, 2020 – Draft RFP written comments due
- June 2020 (anticipated) – Final RFP issuance
www.energy.gov/EM 8
Additional Information
- DOE intends to post the presentation material from this
event on the procurement website.
- For networking purposes, DOE intends to post the
registration list for today’s event on the procurement website, including contact information for the registrants.
www.energy.gov/EM 9
Savannah River National Laboratory Draft Request For Proposal Pre-Solicitation Conference Solicitation No. 89303320REM000063
Procuring Contracting Officer Senior Advisor for Laboratory Policy Office of Environmental Management (EM) April 28, 2020 Ming Zhu, Ph.D., PE, PMP Travis Marshall
www.energy.gov/EM 10
How to Submit Questions Regarding the Pre-Solicitation Conference
www.energy.gov/EM 11
How to Submit Questions Regarding the Pre-Solicitation Conference
www.energy.gov/EM 12
How to Submit Questions Regarding the Pre-Solicitation Conference
www.energy.gov/EM 13
Ground Rules
- Nothing stated or presented during this pre-solicitation
conference should be construed as a revision to the Draft RFP.
- Information provided today is at a summary level and
subject to change.
- The written terms and conditions of the Final RFP
, once released, will govern over information presented today.
www.energy.gov/EM 14
Background, Introduction, and Acquisition Summary Points/Purpose
Ming Zhu, Ph.D., PE, PMP
EM Senior Advisor for Laboratory Policy
www.energy.gov/EM 15
EM Cleanup Program 1989
EM Established
California
- Energy Technology Engineering
Center
- Lawrence Livermore
Washington
- Hanford Site
Richland Operations Office Office of River Protection New Mexico
- Los Alamos
- Sandia
- Carlsbad
Nevada
- Nevada National
Security Site Utah
- Moab
Idaho
- Idaho National Laboratory
New York
- West Valley
- Separations Research Process Unit
- Brookhaven
Kentucky
- Paducah
South Carolina
- Savannah River Site
Tennessee
- Oak Ridge
Ohio
- Portsmouth
Remaining Sites in 2020
AK HI PR
EM Historical Cleanup Sites
www.energy.gov/EM 16
SRNL M&O Purpose
- Using a new standalone M&O contract, DOE is
seeking to enhance the SRNL capability to better engage with the research community to contribute more significantly to the innovation ecosystem.
- In keeping its commitment, DOE is seeking to
position the Laboratory for an enduring mission after the completion of legacy waste cleanup of the Savannah River Site.
www.energy.gov/EM 17
SRNL M&O Acquisition: Summary Points
- Office of Science (SC) Contracting Model: The Draft RFP utilized
SC’s BNL RFP as the starting point, and incorporated some EM and NNSA procurement updates.
- Procurement Method: Full and Open Competition
- Contract Type: M&O, performance-based Cost Plus Award Fee
- Total Estimated Contract Value: Approximately $3.8B over 10
years
- Contract Term: 5-year base period with potential to earn award
terms for up to 5 additional years
- Incumbent Contract’s End Date: September 30, 2020 with options
to extend to September 30, 2022
www.energy.gov/EM 18
Incumbent Contract
The Savannah River Site (SRS) Management & Operating (M&O) contract with Savannah River Nuclear Solutions includes Savannah River National Laboratory and Contractor Pensions and Benefits administration for all site contractors ($14.9B, including extension and options):
- Contract scope includes EM legacy cleanup, NNSA tritium
production, site landlord and SRNL operations
- Contractor Team: Fluor, Newport News Nuclear, and
Honeywell
- In July 2019, the contract was extended through September
2020 with two one-year options through September 2022
www.energy.gov/EM 19
Savannah River Site
SRNL Footprint
www.energy.gov/EM 20
EM, $122M NNSA, $110M Science, $2M SPP, $42M Other DOE, $13M O&M+Util, $66M
FY19 Lab Operating Budget
SRNL at a Glance
- The Savannah River Laboratory (SRL) was started in 1951 and
established as a development and support Laboratory for SRS Operations.
- Involved in all phases of the nuclear fuel cycle; the primary technical
authority for all plant operations,
- Tritium fabrication and processing has always been unique to Savannah
River, the Laboratory has developed a number of advanced processes/technologies; continues to foster unique capabilities in hydrogen (tritium) processing and storage.
- In 1992, the Laboratory was rebranded as the Savannah River Technology
Center (SRTC) and was formally designated as a Federally-Funded Research and Development Center (FFRDC).
- The Laboratory was officially designated as the DOE’s 17th National
Laboratory in 2004.
- In 2006 EM assumed federal stewardship of SRNL.
- Today, SRNL protects our nation by supporting multiple federal agencies in
providing practical, cost-effective solutions to nuclear materials management, national security, environmental stewardship, and energy security
- challenges. Building upon its pioneering work at SRS, SRNL now performs
cutting edge scientific research and technology development in various fields to protect the nation’s interests here and around the world. LABORATORY AT A GLANCE
Location: Aiken, SC Type: Multiprogram Contractor: SRNS, LLC Responsible Site Office: DOE-Savannah River
FY 2019
Lab Operating Budget: $355M Program Budget: $289M Operations/ Maintenance Budget: $66M
Physical Assets
39 Acres & 58 Buildings 817,010 GSF in Buildings Replacement Plant Value: $1.6 B
Human Capital
1000 Full-time Equivalent Employees (FTEs)
www.energy.gov/EM 21
SRNL Facility
- Core nuclear facilities in main campus
- Non-nuclear labs in offsite space
- Other facilities throughout SRS
Main Campus Lower 700 Area
Aiken County Technology Laboratory Hydrogen Technology & Energy Materials Research Labs
www.energy.gov/EM 22
- Adds approximately 60,000 square feet to the SRNL facilities
- Located on University of South Carolina‐Aiken Campus
Advanced Manufacturing Collaborative
www.energy.gov/EM 23
SRNL Scope of Work
Major Mission Roles:
- Environmental Management
- National Security
- Science Discovery
- Energy Security
- Legacy Management
www.energy.gov/EM 24
Environmental Management Mission Role and Portfolio
- Provide science and
technology expertise that enables site cleanup and closure decisions to have a sound, scientific basis
- Expand the deployment
- f innovative
technologies and practical solutions that substantially reduce lifecycle cost, accelerate schedule, and reduce risk to achieve optimal end states with DOE environmental cleanup
- Partner with Sites and other National
Laboratories to provide technical expertise to develop, test, and evaluate program approaches
Reduce Schedule and Lifecycle Cost
- f EM Cleanup
- Utilizing the lab’s expertise, develop sound
technical bases for end states
Define Optimal and Sustainable Site End States
- Develop and deploy innovative approaches
to nuclear chemical process engineering and nuclear materials management
Enable Future Nuclear Materials Management
- Lead EM’s Minority Serving Institutions
Partnership Program; partner with academia to leverage programs that support the future workforce
Develop the Next Generation of Scientists and Engineers
- Develop strategic partnerships with
academia, government agencies, and industry
Develop, Enhance, and Sustain the Capabilities and Competencies
www.energy.gov/EM 25
Nuclear Security Mission Role and Portfolio
- Support the nuclear
deterrent, reduce global nuclear threats, and expand scientific knowledge and application to execute NNSA and DOE missions and strategic objectives
- Supports a robust nuclear weapons
stockpile through support to the Weapon Design Agencies for reservoir development and testing of components to ensure stockpile safety and reliability;
- Perform tritium R&D and provide technical
support to the tritium mission
Defense Programs
- Provide technical support to the Savannah
River Plutonium Processing Facility project and the pit production mission through technology evaluation, training and workforce development, and interfacing with Weapons Design Agencies on processes and product quality
Production Modernization
- Develop nuclear proliferation detection and
security technologies;
- Remove and support the disposal of excess
weapons-usable nuclear material from both foreign and domestic stockpiles
Defense Nuclear Nonproliferation Tritium Complex
www.energy.gov/EM 26
Science Mission Role and Portfolio
- Deliver the
fundamental scientific knowledge and discoveries to advance the frontiers defined by EM and EM’s support for the Office of Science.
- Translate those
discoveries into contributions to the DOE Science Strategic Objectives technology innovation.
- Support the Office of
Science research portfolio as it expands in the future at SRNL.
- Understanding, predicting, and ultimately
controlling matter and energy flow at the electronic, atomic, and molecular levels
Basic Energy Sciences
- Delivering world leading computational and
networking capabilities to extend the frontiers of science and technology
Advanced Scientific Computing Research
- Understanding complex biological, earth
and environmental systems
Biological and Environmental Research
- Building the scientific foundations for a
fusion energy source
Fusion Energy Sciences
- Understanding how the universe works at
its most fundamental level
High Energy Physics
- Discovering, exploring, and understanding
all forms of nuclear matter
Nuclear Physics
www.energy.gov/EM 27
Energy Security Mission Role and Portfolio
- Advance the DOE goals
and objectives by supporting prudent development, deployment, and efficient use of “energy strategies” that also create new jobs and industries;
- Support a more
economically competitive, environmentally responsible, secure and resilient U.S. energy infrastructure.
- Provide innovative solutions to increase
electrical network security, reliability and resiliency by advancing SRNL’s regional partnership with Clemson’s e-Grid
- Incorporate discoveries in advanced
manufacturing to advance EM cleanup and contribute to regional and national economic growth
Advanced Manufacturing
- Integrate energy technology for a variety of
platforms and systems, for renewable energy technologies and national security applications
Electrical Grid Security Integrated Energy Technology
www.energy.gov/EM 28
Legacy Management Mission Role and Portfolio
Sustainably Isolating Residual Contamination Sources
- Provide reliable segregation of residual contaminant sources from the
surrounding environment to limit releases and to reduce human and environmental risks
Sustainably Attenuating Contamination in the Environment
- Develop the technical basis for attenuation-based remedies that reduce the
mobility, toxicity, mass and/or volume of DOE LM contaminants in the environment
Developing Beneficial and Alternative End States
- Identify end state options that provide a high level of protection to humans
and the environment while providing collateral benefits to stakeholders
Advancing Long Term Monitoring Paradigms and Technologies
- Develop monitoring strategies/technologies that reduce costs and provide
improved actional information, focusing on leading indicators of potential problems
Contribute to LM science and technology needs, including:
- Optimizing long
term monitoring and surveillance;
- Developing more
cost effective and efficient groundwater treatment systems for completing remediation.
www.energy.gov/EM 29
Overview of Acquisition Process & Draft RFP Sections
Travis Marshall
Contracting Officer EM Consolidated Business Center
www.energy.gov/EM 30
Acquisition Process
- Earlier we discussed how questions pertaining to this Pre-
Solicitation Conference were to be submitted. However, as a reminder, interested parties shall submit questions and comments pertaining to the Draft RFP for DOE consideration via email to SRNL@emcbc.doe.gov by May 8, 2020.
- Input shall be submitted using the Microsoft Excel format
provided on the procurement website, FedConnect, and beta.sam.gov (please do not edit the format with the exception of adding rows as needed).
- DOE will carefully consider comments/input received in
response to the Draft RFP in preparing the Final RFP . However, DOE is not required to officially respond to verbal or written questions or comments pertaining to the Draft RFP
.
www.energy.gov/EM 31
Acquisition Process
www.energy.gov/EM 32
- Primary takeaway is for interested parties to review and
understand this procurement, as well as provide feedback to the DOE procurement team.
- The Final RFP is anticipated to be issued in June 2020.
- Once the Final RFP is issued, all comments/questions
from interested parties are to be submitted via email to: SRNL@emcbc.doe.gov
- DOE will post questions and answers pertaining to the
Final RFP, without attribution, to the procurement website at: https://www.emcbc.doe.gov/SEB/sr_national_lab/
Acquisition Process
www.energy.gov/EM 33
Procurement Website
www.energy.gov/EM 34
Procurement Website
www.energy.gov/EM 35
Procurement Website
www.energy.gov/EM 36
Acquisition Process
- DOE envisions a 40 calendar day proposal preparation
period from the date the Final RFP is released.
- The proposal shall consist of three separate volumes:
Volume I – Offer and Other Documents. Volume II – T echnical and Management Proposal. Volume III – Cost and Fee Proposal.
- Minimum Proposal Acceptance Period will be 180
calendar days after due date for receipt of proposals.
www.energy.gov/EM 37
Acquisition Process
- The Government intends to evaluate proposals and
award a contract without conducting discussions with
- Offerors. Therefore, the Offeror’s initial proposal shall
contain the Offeror’s best terms from a cost or price and technical standpoint. The Government, however, reserves the right to conduct discussions if the PCO later determines them to be necessary and may limit the competitive range for purposes of efficiency.
- Full and Open Competition under NAICS Code 541715
Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Small business size standard of 1,000
employees.
www.energy.gov/EM 38
Special Remarks Paul Dabbar
Under Secretary for Science
www.energy.gov/EM 39
Overview of Draft RFP Sections Sections L and M (Pre-award)
Travis Marshall
Contracting Officer EM Consolidated Business Center
www.energy.gov/EM 40
Source Selection Procedure
- The Vol. II technical evaluation includes:
1) Laboratory Vision; 2) Key Personnel; 3) Management and Operations; 4) Past Performance; and 5) Transition Plan
- Laboratory Vision is more important than Key Personnel.
Key Personnel is more important than Management and
- Operations. Management and Operations is more
important than Past Performance. Past Performance is more important than Transition Plan. Transition Plan is the least important Technical and Management Proposal evaluation factor.
www.energy.gov/EM 41
Source Selection Procedure
- The Vol. III cost and fee proposal will include three parts:
1) Cost for transition period (up to 90 days) – this is cost- reimbursement with no fee. 2) Total compensation, exclusive of bonuses paid from fee, for Key Personnel for the periods of April 1, 2021 through September 30, 2021 and October 1, 2021 through September 30, 2022.
- This time period is the anticipated initial two years of
contract performance, less the transition period.
3) Total amount of the performance fee values proposed for the period of April 1, 2021 through December 31, 2030.
- This time period is the potential 10-year contract period, less
the transition period.
www.energy.gov/EM 42
Source Selection Procedure
- The evaluation factors for the Technical and Management
Proposal (Volume II), when combined, are significantly more important than the total evaluated price (Volume III).
- The evaluation factors for the Technical and Management
Proposal will be adjectivally rated. The Cost/Price evaluation factor will not be rated, however the evaluated price will be used in determining the “best value” to the Government. The Government is more concerned with obtaining a superior Technical and Management Proposal than making an award at the lowest evaluated price. However, the Government will not make an award at a price premium it considers disproportionate to the benefits associated with the evaluated superiority of one Offeror’s Technical and Management Proposal over another.
www.energy.gov/EM 43
Vol II – Section L General Instructions
Section L.10 (a) - Definitions. (1) Offeror. The term “Offeror,” as used in this Section L, refers to the single entity submitting the proposal. The Offeror may be a single corporation or a “Contractor team arrangement” as defined in FAR 9.601(1), for example, a limited liability company (LLC), limited liability partnership (LLP), joint venture (JV), or similar entity or arrangement. The Offeror may be an existing or newly formed business entity. The term “newly formed entity” refers to any business entity (e.g., JV, LLP, LLC, or similar entity or arrangement) formed solely for the purpose of submitting a proposal for this procurement. Such an entity may not have a record of its own past performance due to the fact that it may have been formed recently by affiliated entities for the purpose of submitting a proposal for this procurement. If the Offeror is a newly formed entity, it must be legally established on or before the date for submission of proposals. (See Volume I instructions regarding any requirement for a performance guarantee agreement.)
www.energy.gov/EM 44
Section H: Separate Entity and Corporate Guarantee
- The work performed under this contract shall be by a separate
entity, either an autonomous organization or an identifiable separate operating unit of a parent organization. The separate entity, whether a new corporate or legal entity formed solely to perform this contract or as a qualifying part of an existing legal or corporate entity, must be set up solely to perform this contract and shall be totally responsible for all contract activities.
- The Contractor shall provide a guarantee of performance from its
parent company in the form set forth in Section J, Attachment J-8 Performance Guarantee Agreement. If the Contractor is a joint venture, newly-formed Limited Liability Company (LLC), or other similar entity where more than one company is involved in a business relationship created for the purpose of this procurement, the parent companies of all the entities forming the new entity shall each provide Guarantees for joint and severable liability for the performance of the Contractor.
www.energy.gov/EM 45
Vol II – Factor 1, Laboratory Vision
The Laboratory Vision section shall not exceed 8 pages total. Evaluate the likelihood and degree to which the Offeror’s long-range vision for the Laboratory will successfully:
- Expand the Laboratory as a preeminent multi-program FFRDC;
- Create the conditions necessary to accelerate EM’s legacy cleanup, support
NNSA’s national security programs, and advance other DOE missions;
- Enhance SRNL’s core competencies involving nuclear and non-nuclear
resources;
- Increase collaborative partnerships with academia, industry, other Federal
agencies, and state and local communities; and
- Optimize Laboratory assets to accelerate the achievement of the DOE
mission and meet national and international scientific and technology challenges. This evaluation will include the resources that the Offeror commits to apply to enhance the Laboratory’s mission.
www.energy.gov/EM 46
Vol II – Factor 2, Key Personnel
The Key Personnel Team section, which is exclusive of the Key Personnel résumés, shall not exceed 5 pages. The Key Personnel résumés are limited to four (4) pages for each résumé. Key Personnel Requirements
- One required position (Laboratory Director) along with up to six (6)
- ther “non-required” Key Personnel positions proposed by the Offeror.
- It is recognized that the number and functions of Key Personnel will be
dependent on the organizational structure of the individual Offeror and the manner in which the Offeror proposes to perform the work.
- Key Personnel are required to perform in their proposed position for a
minimum of three years beginning on the date the initial Notice to Proceed is issued to begin transition under the contract, be assigned full-time to the contract, and have their permanent duty station located within the local surrounding area.
www.energy.gov/EM 47
Vol II – Factor 2, Key Personnel
Key Personnel Team. Evaluate the narrative for the proposed Key Personnel for:
- Rationale for the selection of all proposed Key Personnel positions
regarding why the positions are essential and form the optimal team to implement the proposed Laboratory vision and successfully manage and
- perate the Laboratory.
- Organizational representations of the Key Personnel during performance of
the contract, e.g., Offeror, Offeror affiliates, teaming partners, etc. Key Personnel. Evaluate the degree to which they are qualified and suitable for the proposed position in relation to the work for which they are proposed to perform and areas reasonably related to their responsibility. Evaluation is based upon the submitted resumes, and the qualifications and suitability of the individual will include an assessment of experience, education, and awards, special recognition, publications, patents, etc. A resume is required for all proposed Key Personnel, and must use the given format, which includes a 3-year Key Personnel Position Commitment Statement.
www.energy.gov/EM 48
Section H: Key Personnel – Fee Reductions
Contract fee reductions for changes to Key Personnel (per Section H clause DOE-H-2070 Key Personnel – Alternate I):
- Laboratory Director – If removed, replaced, or diverted within
three years of being placed in the position (initial Notice to Proceed issuance), the earned fee under the Contract may be permanently reduced by $500,000 for each and every such
- ccurrence.
- Any other Key Personnel – If removed, replaced, or diverted within
three years of being placed in the position (initial Notice to Proceed issuance), the earned fee may be permanently reduced by up to $250,000 for each and every such occurrence.
www.energy.gov/EM 49
Vol II – Factor 3, Management and Operations
The Management and Operations section shall not exceed 10 pages total.
- Evaluate the Offeror’s organization chart and how its
- rganizational structure will promote the effective and
efficient management of the Laboratory;
- Evaluate the comprehensiveness and feasibility of the
Offeror’s proposed approach for providing governance and corporate oversight to the Laboratory; and
- Evaluate the Offeror’s overall management approach for
safe and secure Laboratory operations of nuclear and non-nuclear resources to meet the mission roles.
www.energy.gov/EM 50
Vol II – Factor 4, Past Performance
- The Past Performance section of the proposal shall be limited to
the:
1. Attachment L 1, Past Performance Reference Information Forms (limited to up to five pages per contract); 2. Attachment L-5, List of Contracts Terminated for Default (no page limit); 3. Attachment L-8, List of DOE Contracts (no page limit); and 4. Past Performance Consent Statement(s) (no page limit).
- Contracts information. The Offeror, to include all members of a
teaming arrangement, as defined in FAR 9.601(1), shall provide past performance information on up to three (3) contracts per member. The Offeror shall only provide past performance information for contracts that are currently being performed or have been completed within the last three (3) years from the original solicitation issuance date (i.e., the date of Final RFP issuance).
www.energy.gov/EM 51
Vol II – Factor 4, Past Performance
- Evaluation will be based on the Government’s assessment of the
Offeror’s relevant and recent past performance information. This information will be obtained for the Offeror regarding work similar in scope, size, and complexity to the requirements of the Statement
- f Work (SOW) to assess the Offeror’s potential success in
performing the work required by the contract.
- Scope – type of work (e.g., work as identified in the SOW);
- Size – dollar value (approximate average annual value) and contract
period of performance; and
- Complexity – performance challenges (prior innovations; operation of
a nuclear or similarly hazardous facility; operation of a multi-program Federally Funded Research and Development Center; partnerships with academia, industry, other Federal agencies, and state and local communities; and management of complex contractor human resources management requirements set forth in Section H).
www.energy.gov/EM 52
Vol II – Factor 4, Past Performance
- Newly formed entity and predecessor companies. The evaluation of past
performance for the Offeror may be based on the past performance of its parent organization(s), member organizations in a joint venture, limited liability company, or other similar or affiliated companies, provided the Offeror’s proposal demonstrates that the resources of the parent, member,
- r affiliated company will be provided or relied upon in contract
performance and will have meaningful involvement. Meaningful involvement means the parent, member, or affiliate will provide materials, supplies, equipment, personnel, or other tangible assets to contract performance; or that the common parent will utilize the expertise, best practices, lessons learned, or similar resources from the affiliate to affect the performance of the Offeror. Past performance information from predecessor companies that existed prior to any mergers or acquisitions may also be considered where the Offeror’s proposal demonstrates such performance reasonably can be predictive of the Offeror’s performance.
- Refer to Question 21 on the Attachment L-1 form requiring such details.
www.energy.gov/EM 53
Vol II – Factor 4, Past Performance
Performance information.
- The Government will only evaluate past performance information for
work it considers relevant to the acquisition in terms of similar in scope, size, and complexity, and within the timeframe specified.
- The Offeror will also be evaluated on safety statistics (OSHA Days Away,
Restricted or Transferred (DART) and Total Recordable Case (TRC)) and DOE enforcement actions and/or worker safety and health, nuclear safety, and/or classified information security incidents or notifications posted to the DOE Office of Enterprise Assessments website (https://energy.gov/ea/information-center/enforcement-infocenter) and corrective actions taken to resolve those problems.
www.energy.gov/EM 54
Vol II – Factor 5, Transition Plan
The Transition Plan section shall not exceed 10 pages total. Evaluate the Offeror’s Transition Plan with respect to its feasibility, comprehensiveness, efficiency, and effectiveness, including:
- Management approach for the transition activities;
- Extent to which the Offeror’s Transition Approach addresses specific
steps necessary to assume full responsibility for management and
- peration of SRNL within 90 calendar days after issuance of the
initial Notice to Proceed;
- Proposed milestones for the steps that would be completed during
this transition period and beyond; and
- Any potential impacts/barriers identified by the Offeror on the
continuity of operations and plans for their elimination or mitigation.
www.energy.gov/EM 55
Vol III – Cost and Fee
- Cost proposals will be evaluated for price reasonableness and cost
realism in accordance with FAR 15.404.
- Given the nature of performance-based management and operating
contracts, Offerors will not be required to provide, nor will the Government determine, an estimate of overall contract costs.
- For purposes of determining the best value, the evaluated price will
include:
1. The total amount of the performance fee values proposed in the tables found in Section B.3(b) and (c); 2. The probable cost for transition; and 3. The probable cost for the Key Personnel’s total compensation costs for the periods of April 1, 2021 through September 30, 2021 and October 1, 2021 through September 30, 2022.
www.energy.gov/EM 56
Vol III – Cost and Fee
www.energy.gov/EM 57
Vol III – Cost and Fee
- Transition costs are on a cost reimbursable, no fee basis. However,
maximum allowable cost for transition which will be reimbursable by the Government will be the amount proposed by the Offeror.
- Section H clause entitled “Activities During Contract Transition” reads
in pertinent part: “ Contractor agrees to perform the activities set forth in paragraph (a) above, including relocation of Contractor’s “Key Personnel,” as described in its Cost Proposal, at an allowable cost not to exceed $_____________ [offeror fill-in]. The Contractor’s transition costs shall be separately accounted for and maintained after the transition period. In the event the actual cost of said activities exceeds such amount, including any costs for relocation of Contractor’s “Key Personnel” incurred after the conclusion of the transition period, Contractor agrees that it will be solely responsible for costs greater than said amount.
www.energy.gov/EM 58
Vol III – Cost and Fee
- The Offeror’s proposed maximum annual earnable fee shall not exceed, but
may be less than, the maximum fee amounts specified in Section L, dependent upon whether the Offeror is a for-profit or non-profit entity. Base Contract Period Maximum Fee Table Performance Period Maximum Performance Fee (thousands) For-profit Non-profit 1/1/21 – 3/31/21 (Transition Period) N/A – No Fee N/A – No Fee 4/1/21 – 9/30/21 $2,405 $2,273 10/1/21 – 9/30/22 $4,810 $4,545 10/1/22 – 9/30/23 $4,810 $4,545 10/1/23 – 9/30/24 $4,810 $4,545 10/1/24 – 9/30/25 $4,810 $4,545 10/1/25 – 12/31/25 $1,203 $1,136 Note that there is an equivalent table for the potential Award Terms that shall be utilized in developing a proposal.
www.energy.gov/EM 59
Foreign Ownership, Control, or Influence (FOCI)
Section K clause K.10 Certification Regarding Facility Clearance – Foreign Ownership, Control or Influence (FOCI) Information, is applicable to all Offerors in terms of either new FOCI registrations or documentation of the existing facility clearance. L.11 (h) Facility clearance verification
- Required for the Offeror and/or JV/LLC member(s) who will perform work under a
contract resulting from this solicitation and require access authorizations (see Section L provision entitled, DEAR 952.204-73, Facility Clearance)
- All Offerors and/or JV/LLC member(s) that do not possess a CAGE code or DOE/NRC
Facility Clearance number, shall complete the required entries into the DOE Foreign Ownership, Control, or Influence (FOCI) Electronic Submission System (ESS) located at https://foci.anl.gov/. Use of the DOE FOCI ESS is mandatory for all Offerors and/or JV/LLC member(s) that do not possess a Facility Clearance.
- Designate all Key Management Personnel (KMP) (specific to FOCI only; this is not the
same as Key Personnel as defined in Section H) in e-FOCI and the security clearance held by each, as applicable. At a minimum, KMP must include the positions of the President and Facility Security Officer (FSO).
www.energy.gov/EM 60
Foreign Ownership, Control, or Influence (FOCI)
L.11 (h) Facility clearance verification (Vol. I Responsibility Determination) (cont.)
- If any member of the Offeror or Tier Parents of the Offeror are under FOCI, the
Offeror shall submit a draft FOCI Mitigation Plan for review by the appropriate Cognizant Security Office (CSO). If the CSO has questions regarding any of the FOCI Verification, Facility Clearance Information, and/or the draft FOCI Mitigation Plan, it may reach out to the Offeror during the evaluation process for clarifications.
- Note: This will not constitute “negotiations” (or “discussions”) or obligate the
Government to conduct discussions; nor constitute a “proposal revision”.
- Encouraged to transmit FOCI information before proposal receipt deadline.
- Electronic signatures cannot be accepted; thus, the signed original SF-328, and any
- ther forms requiring a signature or seal shall be printed, signed, and submitted to
the federal FOCI Operations Manager at the mailing address provided in the system.
- When filling out the New User Registration information in the DOE FOCI ESS, select
“Savannah River Site - EMCBC” as the FOCI Office.
- If the Department identifies missing information, the Offeror shall submit any
information requested by the Department (FOCI Manager or CO) as soon as possible.
www.energy.gov/EM 61
Contractor Human Resource Management (CHRM) Requirements CHRM Overview
Joe Da Via
SRS Contractor HR/IR Specialist
www.energy.gov/EM 62
Draft RFP – Section H CHRM Summary
- The CHRM clauses include a large volume of critical information
related to transitioning the existing workforce, their pay and their benefits, and managing those HR elements through the period of performance.
- Offerors should review ALL of the CHRM, Section H clauses in
- detail. They will describe your responsibilities regarding such
workforce-related matters as:
– The obligation to hire existing employees where ever possible and the rules that govern that process; – The obligation to co-sponsor the SRNS Multiple Employer Pension Plan (a Defined Benefit Pension Plan) for eligible employees and the rules that govern that responsibility; – The obligation to provide comparable health and welfare benefits that incumbent employees currently receive.
www.energy.gov/EM 63
Draft RFP – Section H Noteworthy Contractor Human Resource Clauses:
- H.19 EMPLOYEE COMPENSATION: PAY AND BENEFITS
- H.25 LABOR RELATIONS
- H.35 WORKFORCE TRANSITION AND EMPLOYEE HIRING
PREFERENCES, INCLUDING DURING PERIOD OF PERFORMANCE
- H.37 WORKFORCE TRANSITION AND BENEFITS TRANSITION:
PLANS AND TIMEFRAMES
www.energy.gov/EM 64
Draft RFP – Section H
H.19 EMPLOYEE COMPENSATION: PAY AND BENEFITS
- Incumbent Employees are to be provided:
– Equivalent base pay for at least the first year – Comparable benefits package to what they currently receive
- Non-incumbent Employees are to be provided total pay and benefits package
that provides for market-based retirement and medical benefit plans that are competitive with the industry from which the Contractor recruits its employees
www.energy.gov/EM 65
Draft RFP – Section H
H.19 EMPLOYEE COMPENSATION: PAY AND BENEFITS
- Contractor will be required to become a Sponsor to the existing SRNS
Retirement Plans (or comparable successor plans) for eligible “grandfathered” employees.
- Contractor will be required to provide Market Based or Corporate retirement
plans for all other employees as required.
- The SRNS Multiple Employer Pension Plan (SRNS MEPP) and the SRNS Savings
and Investment Plan (SRNS SIP) are posted to EMCBC SRNL procurement website’s Documents Library.
– SRNS is the Lead Plan Sponsor for both plans
- Becoming a Sponsor to the Plans subjects the Contractor to the requirements
- f Employee Retirement Income Security Act of 1974 (ERISA), and the Internal
Revenue Code.
- All costs associated with plan Sponsorship are fully reimbursable by the
Government or paid by the Plan trust.
- Questions or concerns with Sponsorship should be directed to your ERISA
Attorney, Actuary, or Accountant
www.energy.gov/EM 66
Draft RFP – Section H
H.25 LABOR RELATIONS
- Status: No Collective Bargaining Agreements
www.energy.gov/EM 67
Draft RFP – Section H
H.35 WORKFORCE TRANSITION AND EMPLOYEE HIRING PREFERENCES:
- Service employees are to be provided “the right of first refusal” for the
same or similar jobs for which they are qualified (FAR 52.222-17, Nondisplacement of Qualified Workers)
- All incumbent employees below the first level of supervision are to be
provided “preference in hiring” according the hierarchy established in H.35(b)
- The intent of this clause is to protect the interests of qualified
incumbent employees in maintaining their existing employment status even though they will be working for a new company. There are many important considerations in this clause and Offerors are advised to read it carefully.
www.energy.gov/EM 68
Draft RFP – Section H
H.37 WORKFORCE TRANSITION AND BENEFITS TRANSITION
- Critical Plans to be submitted for Contracting Officer Approval:
– Workforce Transition Plan – Benefits Transition Plan
- Know who will be responsible for these activities immediately
– Reporting/Submittal Requirements to CO – 10 days to 30 days after effective date of the Notice to Proceed
www.energy.gov/EM 69
Overview of Draft RFP Sections B, F, H, and J (Post-award)
Travis Marshall
Contracting Officer EM Consolidated Business Center
www.energy.gov/EM 70
Section B – Performance Fee
B.2 DOE-B-7003 Performance Fee
- The transition activities shall be performed on a cost-reimbursement basis
up to the amount specified in the Section H Clause entitled “Activities During Contract Transition”, and no fee shall be paid.
- The total available performance fee that may be earned by the Contractor
in each performance period in accordance with the provisions of Section J Attachment entitled “Performance Evaluation and Measurement Plan (PEMP)”, for the performance of the work under this contract are as follows: Base Contract Period
Performance Period Total Available Performance Fee (to be completed by Offeror) 1/1/21 – 3/31/21 (Transition Period) N/A – No Fee 4/1/21 – 9/30/21 $ 10/1/21 – 9/30/22 $ 10/1/22 – 9/30/23 $ 10/1/23 – 9/30/24 $ 10/1/24 – 9/30/25 $ 10/1/25 – 12/31/25 $
Base fee under this contract is $0. All fee dollars shall be in performance fee and at risk.
www.energy.gov/EM 71
Section B – Performance Fee
B.2 DOE-B-7003 Performance Fee (cont.)
- If DOE determines that the Contractor has earned any Award Term, in
accordance with Section F.3 entitled “Award Term Incentive”, the Parties have agreed that the maximum available annual performance fee that may be earned by the Contractor in each award term period shall be:
Award Term Period(s) Base fee under this contract is $0. All fee dollars shall be in performance fee and at risk.
Performance Period Total Available Performance Fee (to be completed by Offeror) 1/1/26 – 9/30/26 $ 10/1/26 – 9/30/27 $ 10/1/27 – 9/30/28 $ 10/1/28 – 9/30/29 $ 10/1/29 – 9/30/30 $ 10/1/30 – 12/31/30 $
www.energy.gov/EM 72
Section B – Performance Fee
B.2 DOE-B-7003 Performance Fee (cont.)
- The total available annual performance fee that may be earned for any
additional extensions of the period of performance beyond the ten (10) years listed in the tables shall be subject to negotiation between the Parties consistent with the DEAR.
- At the end of each fiscal year, there shall be no adjustment in the amount
- f the maximum available performance fee based on differences between
any estimate of cost for performance of the work and the actual cost for performance of the work. Fee is subject to adjustment only –
1) Under the provisions of Section I Clause entitled “DEAR 970.5243-1 – Changes”, or other contract provisions; or 2) For a +/- 10 percent change in the estimated annual fee base of $337,590,000.
- Any adjustment in the amount of the total available performance fee will
be in accordance with the DOE Fee Policy set forth in DEAR 970.1504-1-1 and 970.1504-1-3, utilizing the adjusted fee base and maintaining the same fee ratio proposed (i.e. proposed vs. maximum) by the Contractor during the contract competition and reflected in the current contract.
www.energy.gov/EM 73
Section F – Award Term Incentive
F.3 Award Term Incentive
- All ratings of Contractor performance will be defined in Section J,
Attachment B entitled “Performance Evaluation and Measurement Plan” (PEMP).
- It is DOE’s expectation that the FY21 SRNL PEMP will be updated and
incorporated into Section J of the Contract after award to evaluate performance from the end of transition through September 30, 2021. During this time, no award term extension can be earned.
- DOE expects future PEMPs beyond that to follow a different structure,
and include the ability to earn award term extensions.
- In order for the Contractor to earn a contract term extension pursuant
to the award term incentive, the Contractor must meet the stated requirements in Section F and the future PEMP.
www.energy.gov/EM 74
Section F – Award Term Incentive
F.3 Award Term Incentive (cont.)
- The amount of award term that may be earned by the Contractor for
each award term extension is 12 months. The Government may extend the Contract term up to a total of five years beyond the base period through implementation of this provision. The total Contract term, including the transition period and award term(s), shall not exceed 10 years.
- Evaluation of award term extensions will be conducted annually.
- The Award Term Determination Official (ATDO) will unilaterally
determine if the Contractor meets eligibility requirements to earn an award term extension and has earned additional Contract term. After the ATDO determines that the Contractor has earned additional award term and after receipt of any necessary approvals, the Contracting Officer will unilaterally modify the Contract to extend the term.
www.energy.gov/EM 75
Section F – Award Term Incentive
F.3 Award Term Incentive (cont.)
- If the Contractor fails to earn the award term three (3) times, the
Contractor becomes ineligible to earn any additional award term extension(s) under the Contract.
- The Contractor’s earning of an award term extension and the Contractor’s
right to perform an earned award term extension are subject to:
- The Government’s continuing need for the Contract’s work;
- The availability of funds; and
- Bilateral contract modifications that incorporate changes to, or new, DOE
policy or contract clauses.
- The Government may make unilateral changes to the Performance
Evaluation and Measurement Plan (or equivalent document) prior to the start of an award term evaluation period.
www.energy.gov/EM 76
H.3 DOE-H-7003 Contractor Assurance System
- The Contractor shall develop a contractor assurance system that is
executed by the Contractor’s Board of Directors (or equivalent corporate
- versight entity) and implemented throughout the Contractor’s
- rganization. This system provides reasonable assurance that the
- bjectives of the contractor management systems are being accomplished
and that the systems and controls will be effective and efficient. The contractor assurance system, at a minimum, shall include the 10 key attributes provided in H.3(a).
- The initial contractor assurance system description shall be approved by
the Contracting Officer.
- The Government may revise its level and/or mix of oversight of this
contract when the Contracting Officer determines that the assurance system is or is not operating effectively.
Section H – Contractor Assurance System
www.energy.gov/EM 77
H.48 DOE-H-2045 Contractor Community Commitment
- The Contractor, in fulfilling its commitments pursuant to the clause at DEAR
970.5226-3, Community Commitment, shall submit to DOE an annual plan for community commitment activities and report on program progress semi- annually.
- The Contractor’s annual plan for community commitment activities will
identify those meaningful actions and activities that it intends to implement within the surrounding counties and local municipalities. The Contractor may engage in any community actions or activities it determines meets the
- bjectives of DOE’s community commitment policy.
- The Contractor may use fee dollars to pay for its community commitment
actions as it deems appropriate. All costs to be incurred by the Contractor for community commitment actions and activities are unallowable and non- reimbursable under the contract.
- The Contractor shall encourage its subcontractors, at all tiers, to participate in
these activities.
Section H – Contractor Community Commitment
www.energy.gov/EM 78
H.75 Organizational Conflict of Interest – Affiliate(s)
The contractor, [Offeror to insert name of Contractor] comprised of [Offeror to insert names of partner companies], is responsible for the completion of all aspects of this
- contract. In order to effectively and satisfactorily execute its responsibility to manage
and accomplish the contract work, the contractor must have complete objectivity in its oversight and management of its subcontractors. Therefore, consistent with the principle contained in Federal Acquisition Regulation subpart 9.5 and specifically section 9.505(a), and notwithstanding any other provision of this Contract, the contractor is, absent prior written consent from the CO as provided herein, prohibited from entering into a subcontract arrangement with any affiliate or any affiliate of its partners, or utilize any affiliate or affiliate of its partners, to perform work under a subcontract. Such contractual relationship(s) are presumed to create an impaired objectivity type conflict of interest. If the contractor believes the capabilities of an affiliate could be utilized in such a manner as to neutralize or avoid the existence of an organizational conflict of interest, the Contractor must obtain the CO’s written consent prior to placing the subcontract. For the purpose of this clause, affiliation occurs when a business concern is controlled by or has the power to control another or when a third party has the power to control both.
Section H – Organizational Conflict of Interest – Affiliate(s)
www.energy.gov/EM 79
Section J – List of Attachments
J-1 Advance Understanding on Human Resources J-2 Performance Evaluation and Measurement Plan (to be inserted at the time
- f Contract award)
J-3 Special Financial Institution Account Agreement (to be inserted at the time
- f Contract award, if applicable)
J-4 Master Small Business Subcontracting Plan (to be inserted at the time of Contract award) J-5 List of Applicable Laws and Regulations (List A)/DOE Directives (List B) J-6 Treaties and International Agreements/Waived Inventions J-7 Site Services and Interface Requirements Matrix J-8 Performance Guarantee Agreement (to be inserted at the time of Contract award) J-9 Wage Determinations J-10 List of Real Property J-11 Government Furnished Services and Information (GFS/I) J-12 Community Commitment Plan (to be inserted at the time of contract award)
www.energy.gov/EM 80
One-on-One Session Logistics/Ground Rules
- The purpose of the one-on-one sessions are to discuss the recently
issued SRNL Draft RFP, 89303320REM000063.
- Meetings will not be more than 30 minutes.
- Opportunity for interested parties to present their thoughts and
suggestions on the procurement.
- There will be no negative ramifications for an entity choosing not to
participate or cancelling their scheduled time.
- DOE is not requesting and will not accept company marketing material.
- Registrants have been provided their assigned one-on-one timeslot.
- If you submitted a registration form by the deadline that indicated