August 7, 2014 August 7, 2014 Lync Online Presentation Lync Online Presentation 12:00pm CST 12:00pm CST
Jan 20, 2016
August 7, 2014August 7, 2014Lync Online PresentationLync Online Presentation
12:00pm CST12:00pm CST
2
Opening RemarksOpening Remarks
Omar CollierOmar CollierContracting OfficerContracting Officer
These slides are not to be interpreted as a comprehensive description of the procurement strategy or requirements in the Draft RFP
To the extent there are any inconsistencies between this briefing and any future RFP, the RFP will govern
3
Purpose of Pre-Solicitation ConferencePurpose of Pre-Solicitation Conference
The purpose of this Pre-Solicitation Conference is to help industry understand the Government’s requirements
Questions:– Real-time questions will be entertained during the conference by
sending in a “chat”. Also, questions submitted electronically will be answered after a brief break. These questions and responses will be posted to the CRS2 procurement website and the posted response will be considered official responses. If a difference exists between verbal and written responses to questions, the written responses shall govern. If there are questions that we need more time to respond to, they will be posted to the CRS2 website at a later time.
– The deadline for submitting questions prior to release of the Final RFP is August 8, 2014. You will have an opportunity to submit questions after the Final RFP is released.
4
Topic Presenter
Welcome Delene Sedillo, Associate Director, JSC Office of Procurement
Opening Remarks Omar Collier, Contracting Officer
Organization, Vision, and Objectives Marybeth Edeen, Board Chair
Orientation and Procurement Overview Omar Collier
Section I Capabilities Marybeth Edeen
Section II Topics Omar Collier
SOW, Attachments, and DRDs Marybeth Edeen
Instructions and Evaluation Overview Marybeth Edeen/David Wilson
Pricing David Wilson
Additional Information Omar Collier
Break and Question Submissions
Q&A, Schedule, and Closing Remarks
5
6
Organization, Vision, and ObjectivesOrganization, Vision, and Objectives
Program Vision◦ A world renowned laboratory in space enabling discoveries in
science and technology that benefit life on Earth and exploration of the universe.
Program Mission◦ To advance science and technology research, expand human
knowledge, inspire and educate the next generation, foster the commercial development of space and demonstrate capabilities to enable future exploration missions beyond low Earth orbit.
7
Commercial Resupply Services are critical to the execution of the ISS Program to provide crew supplies and research payloads to the ISS◦ MUST fly on-time◦ MUST provide flexibility for cargo manifesting◦ MUST be reliable
Combination of upmass, volume and number of flights per year is critical to the success of the ISS program
Research requirements to perform high quality science and technology development drive unique capabilities for the resupply service vehicles◦ These are critical for ISS to be a platform for discovery that will
improve life on Earth and allow us to explore beyond low Earth orbit External dependencies required to provide the service can limit the
robustness of a solution ◦ Political, social, economic or environmental impacts or events that
constrain the ability to meet these needs will be carefully evaluated for risk reduction approaches
8
Goal is to have a full and open competition that provides the most complete set of services for minimum cost◦ Inclusion of ISS Integration Certification as a separate CLIN and separate
payable milestones◦ Want to limit non-recurring engineering costs
Intent of the RFP is to define the requirements that the program needs at an ~85-90% level◦ Some highly desired capabilities were put as “should” statements instead
of “shall” statements not because we do not want them but because we are not sure we can afford them
◦ Special capabilities outside of an offeror’s mission defined capabilities would be handled on a case-by-case basis and would be negotiated as a special task when the need arises
9
ISS Flight PlanISS Flight PlanFlight Planning Integration Panel (FPIP)Flight Planning Integration Panel (FPIP)
(For Reference Only)(For Reference Only)
For current baseline refer to SSP 54100 Multi-Increment Planning Document (MIPD)
DC1 ↓
ISS Flight PlanISS Flight PlanFlight Planning Integration Panel (FPIP)Flight Planning Integration Panel (FPIP)
(For Reference Only)(For Reference Only)
For current baseline refer to SSP 54100 Multi-Increment Planning Document (MIPD)
12
Orientation and Procurement Orientation and Procurement OverviewOverview
Omar CollierOmar CollierContracting OfficerContracting Officer
Source Selection Authority −William Gerstenmaier, Associate Administrator for the Human
Exploration and Operations Mission Directorate
Acquisition Team− Marybeth Edeen, Board Chair− Omar Collier, Contracting Officer − Sam Krenek− Daniel Londa− Doug Rarick
13
Contracting Officer: Omar K. [email protected] 281.483.0004
Contracting Officer:Aneesah K. [email protected] 281.244.5329
CRS2 web address: http://procurement.jsc.nasa.gov/crs2/ − Click on the “Anonymous Questions to the Contracting Officer and Feedback”
link to submit a question− This link will remain active until the release of the Final RFP; afterwards
communication will be in accordance with clause VI.A.17 COMMUNICATIONS REGARDING THIS SOLICITATION
14
Ombudsman (NFS 1852.215-84): “…before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution … If resolution cannot be made by the Contracting Officer, interested parties may contact the installation ombudsman …”
JSC ombudsman information Perri E. [email protected] NASA Johnson Space Center
2101 NASA Parkway/Mail Code:ACPhone: (281) 358-0445
Houston, TX 77058
Installation ombudsman information may be found at:http://prod.nais.nasa.gov/pub/pub_library/Omb.html
Agency ombudsman information:NASA HeadquartersMail Code: LP011Washington, DC 20546-0001Phone: (202) 358-0445
15
Contract Numbers: NNJ09GA02B & NNJ09GA04B
Prime Contractors: Space Exploration Technologies (SpaceX) & Orbital Sciences Corporation (Orbital)
Contract Type: FAR Part 12 Commercial Services, Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ)
Ordering Period: Dec 23, 2008 - Dec 31, 2015 ◦ Possible extension to Dec 31, 2016, Option to extend to Dec 31, 2017
Delivery Period End: December 31, 2016◦ Possible extension to Dec 31, 2017, Option to extend to Dec 31, 2018
Services currently provided on contract include: Cargo resupply missions to the ISS for pressurized or unpressurized cargo delivery, disposal, return, or any combination thereof
16
If an RFP is issued, the actual issued RFP and amendments take precedence over this conference or any draft RFP issued
Competition: Full and Open Competition; NAICS Code 481212 and Size Standard 1500 Employees
Subcontracting Goals:
Period of Performance: −Contract Ordering Period: May 2015 to December 2024
17
Small Businesses (SB) 9.0 %Small Disadvantaged Business Concerns (SDB) 1.5%Women Owned Small Business Concerns (WOSB)
1.0%
HUBZone Small Business Concerns (HBZ) 0.1%Veteran Owned Small Business Concerns (VOSB)
0.5%
Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB)
0.2%
Type of Contract: FAR Part 12 Commercial Services, Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ)
NASA may elect to award multiple contracts.
The guaranteed minimum value for any awarded contract is six (6) cargo resupply service missions with the capabilities defined for the awarded mission in Table I.A.3-1, Mission Capabilities for the Standard Resupply Services Mission.
The total maximum value of any contract awarded will be $14 billion. The total amount of all task orders under all contracts awarded shall not exceed $14 billion.
Services to be provided on contract include: ◦ Cargo resupply missions to the ISS for pressurized or unpressurized cargo delivery,
disposal, return, or any combination thereof◦ Special Task Assignments and Studies
18
19
CRS2 DRFP Section I CapabilitiesCRS2 DRFP Section I Capabilities
Marybeth EdeenMarybeth Edeen
20
Capability
Per Flight Range
Standard Mission
A
Standard Mission
B
Standard Mission
C
Standard Mission
D REQUIRED CAPABILITY: Pressurized Upmass Delivery (kg) Consisting of:
2500-5000 TBP TBP TBP TBP
M01 bag complement (#) 0-10 TBP TBP TBP TBP M02 bag complement (#) 6-100 TBP TBP TBP TBP M03 bag complement (#) 0-6 TBP TBP TBP TBP Single powered lockers with L-24 hour late load and 24 hour scrub turnaround (# lockers) 2-6 TBP TBP TBP TBP Conditioned stowage with L-24 hour late load and 24 hour scrub turn around (# bags) 2-6 TBP TBP TBP TBP Passive CTBEs with L-24 hour late load and 24 hour scrub turnaround (# CTBEs): 6-10 TBP TBP TBP TBP Including a Triple CTB with L-24 hour late load (# triple CTB) 0-1 TBP TBP TBP TBP Balance of CTBEs (# CTBEs to meet requirement of 74 CTBE/1000 kg)
TBP TBP TBP TBP
REQUIRED CAPABILITY: Pressurized Downmass Return (kg) Consisting of:
2500-5000 TBP TBP TBP TBP
M01 bag complement (#) 0-10 TBP TBP TBP TBP M02 bag complement (#) 6-100 TBP TBP TBP TBP M03 bag complement (#) 0-6 TBP TBP TBP TBP Powered lockers with R+24 hour hand over (# lockers) 2-6 TBP TBP TBP TBP Conditioned stowage with R+24 hour hand over (# bags) 2-6 TBP TBP TBP TBP Passive CTBEs with R+24 hour hand over (# CTBEs) 6-10 TBP TBP TBP TBP Balance of CTBEs (# CTBEs to meet requirement of 74 CTBE/1000 kg)
TBP TBP TBP TBP
21
REQUIRED CAPABILITY: Pressurized Disposal Downmass (kg) Consisting of:
2500-5000 TBP TBP TBP TBP
M01 bag complement (#) 0-10 TBP TBP TBP TBP M02 bag complement (#) 6-100 TBP TBP TBP TBP M03 bag complement (#) 0-6 TBP TBP TBP TBP Balance of CTBEs (# CTBEs to meet requirement of 74 CTBE/1000 kg)
TBP TBP TBP TBP
OPTIONAL CAPABILITY: Accelerated Pressurized Return Downmass (kg) Consisting of the same requirements as Pressurized Return Downmass with the following modifications: TBP TBP TBP TBP Powered lockers with R+6 hour in lieu of R+24 hour hand over (# lockers) 2-6 TBP TBP TBP TBP Conditioned stowage with R+6 hour in lieu of R+24 hour hand over (# bags) 2-6 TBP TBP TBP TBP Passive CTBEs with R+6 hour in lieu of R+24 hour hand over (# CTBEs) 2-10 TBP TBP TBP TBP Powered lockers with R+3 hour in lieu of R+6 hour hand over (# lockers) 1-2 TBP TBP TBP TBP REQUIRED CAPABILITY: Unpressurized Upmass and Disposal (kg) Consisting of:
800-1500 TBP TBP TBP TBP
Unpressurized upmass items (# items) 1-3 TBP TBP TBP TBP Unpressurized disposal items (# items) 1-3 TBP TBP TBP TBP DEFINE: Operational Capabilities Docking or Berthing D or B TBP TBP TBP TBP Mated Duration (days) 45+ TBP TBP TBP TBP
Offerors are required to provide 1) pressurized upmass, 2) pressurized return or pressurized disposal or both, 3) unpressurized upmass and disposal. Offerors have the option to provide accelerated pressurized return in lieu of pressurized return. Offerors can meet the required and optional capabilities by mixing them in any manner they choose within their 4 standard missions.
22
CRS2 DRFP Section II TopicsCRS2 DRFP Section II Topics
Omar CollierOmar Collier
23
MissionLevel
Milestone
Major Resupply Mission Milestone
Invoice Submission
Date (ATP + or L- months)
Amount (%of Standard
Mission Price)
1 Authority To Proceed TBP TBP2 Vehicle Baseline Review TBP TBP3 Unpressurized Integration Review (if
applicable)TBP TBP
4 Mission Integration Review TBP TBP5 Cargo Integration Review TBP TBP6 Cargo Delivery to ISS TBP TBP7 Mission Completion TBP TBP
ISS Integratio
n Milestone
Major ISS Integration Certification Milestone
Invoice Submission
Date (Contract ATP + months)
Amount (% of ISS Integration
Cost in CLIN0002A)
1 Integration Review 1 ATP+TBP TBP2 Integration Review 2 ATP+TBP TBP3 Integration Review 3 ATP+TBP TBP4 Integration Review 4 ATP+TBP TBP5 Integration Review 5 ATP+TBP TBP6 Integration Review 6 ATP+TBP TBP7 Integration Review 7 ATP+TBP TBP
• Inclusion of payment constraints limits government risk while allowing service provider to make progress on integration in parallel with missions
• Constraints modified based on industry feedback and current practices
Purpose:◦ Define the terms and conditions for delivering non-NASA cargo
and performing contractor objectives unrelated to the ISS resupply mission
Constraints:◦ Shall not limit or interfere with the capabilities NASA is ordering◦ Notification timeline defined◦ Safety review process◦ Risk review process◦ Right to refuse◦ Resources required from ISS to evaluate the impacts to ensure
safety will be charged against an equitable adjustment
24
Purpose:◦ Ensure competition exists throughout the life of the contract for deliveries which
have not previously been awarded◦ To allow qualified service providers the opportunity to provide services at greater
value to the government◦ For providers to introduce new capabilities not available or identified at the time of
the award of the initial contract. Criteria: The Cargo Resupply Service provider shall have a plan to demonstrate ISS
integration as defined in paragraph 3.1 of the Statement of Work of the DRFP Minimum: The guaranteed minimum order amount for IDIQ contracts awarded in
accordance with the On-Ramp Clause will be two cargo resupply service missions Maximum: The maximum value of IDIQ contracts awarded in accordance with the
On-Ramp Clause are subject to the limitations of the total maximum value of any contract awarded of $14 billion, and the total amount of all task orders under all contracts awarded value of $14 billion
25
Task Orders may be issued from contract award through December 31, 2024
Contractor shall not be required to make any deliveries under this contract after December 31, 2024
Pricing for all Resupply Service Task Order Proposals shall not exceed the prices contained in the Schedule for the specific quantities being requested. Any Contractor proposed reduction will only be applicable to the Resupply Service Task Order addressed in the proposal and will not be deemed as a permanent reduction of the prices contained in the Schedule.
26
Identifies key positions and facilities for the work
Does not require key personnel in the key positions to be listed in the contract but does require updates to CO and COR at program reviews
27
18.1 NASA reserves the right to utilize Government-performed technical assessment of launch and cargo vehicles/configurations to evaluate the readiness of the Contractor to deliver NASA cargo to the ISS.
19.1 NASA insight and approval includes insight into any corporation, corporate divisions, subsidiaries, joint ventures, partner(s) and/or any other business entity actually performing launch or orbital vehicle manufacturing, management, orbital-to-launch vehicle integration, testing and launch.
19.2 NASA will retain approval authority over portions of the resupply service that interface with ISS hardware, cargo and operations.
19.3 NASA will retain insight into other components of the resupply service in order to assess the risk to the cargo itself and to its safe and timely delivery. NASA insight is defined as gaining an understanding necessary to knowledgeably assess the risk of Contractor actions or lack thereof through observation of manufacturing, processing or tests, review of documentation, and attendance at meetings and reviews, and review of flight performance.
28
Furnished Property◦ A comprehensive list of property is currently being developed and will be
incorporated into the RFP
Furnished Services and Data◦ Tracking and Data Relay Satellite System (TDRSS) and NASA Integrated
Services Network (NISN) support◦ The Government will make available the NASA Docking System (NDS)
data. ◦ Design data and acceptance test requirements for the systems below:
Common Communications for Visiting Vehicles (C2V2) Flight Releasable Attachment Mechanism (FRAM) designs Common Berthing Mechanism (CBM)
◦ Payload preparation capabilities at Kennedy Space Center (KSC) as defined in Attachment V.M., Payload Processing Capabilities Required at Launch Site, of the Statement of Work (SOW)
29
30
SOW, Attachments, and DRDsSOW, Attachments, and DRDsMarybeth EdeenMarybeth Edeen
The SOW, Attachment A, is composed of 4 sections, which outlines the following:
◦ 1.0 Scope◦ 2.0 Standard Resupply Service Mission◦ 3.0 Special Task Assignments and Studies◦ 4.0 Program Management
31
The end-to-end service shall include all activities to provide the resupply services including launch and landing site and associated resources, launch vehicle, ISS visiting vehicle, reentry vehicle and the manner in which these are architected and implemented by the Contractor.
NASA requires the service to be provided in no fewer than four (4) flights per year with the cargo somewhat evenly distributed throughout the year.
The only Crew interaction with the vehicle shall be during the period when the vehicle is mated to ISS.
For the initial mission of a Contractor’s vehicle, additional orbital maneuvers may be required to be demonstrated while outside the ISS approach ellipsoid. For the initial mission only, cargo capabilities may be lower than those defined in the SOW and will be negotiated on a case-by-case basis.
32
Required Capabilities◦ Pressurized Delivery Upmass◦ Pressurized Return Downmass or Pressurized Disposal Downmass◦ Unpressurized Delivery Upmass and Disposal Downmass
◦ Dual Docked/Berthed Visiting Vehicles◦ Common Communications for Visiting Vehicles◦ Minimum 45 days docked/berthed◦ Launch and landing attempts on 2 out of every 3 days within a TBP launch window◦ Defined cargo types/quantities and variability, delivery and return timing,
integrated operations approach
Optional Capabilities◦ Accelerated Pressurized Return◦ Launch on Need (LON)
Safety and Mission Assurance and NASA Insight and Approval
33
ISS Integration
Requirements Change Evaluation
Special Tasks and Studies
34
Formal Reviews◦ Program Reviews◦ Technical Reviews (per mission)
Vehicle Baseline Review Mission Integration Review Unpressurized Integration Review Cargo Integration Review Post Delivery Review Post Mission Review
◦ ISS Integration Certification Reviews (per vehicle design) ISS Integration Certification Milestones 1-7
Progress towards ISS Integration Vehicle development to meet ISS integration requirements Safety External licenses/agreements
35
Configuration Management Export Control Management Scheduling Data Review for Crew Privacy
36
DRDs that are anticipated to be due with the proposal are : ◦ Mishap Preparedness and Contingency Plan◦ Safety and Health Plan◦ Mission Integration and Operations Management Plan (MIOMP)◦ Work Plan◦ Organizational Conflict of Interest Avoidance Plan
Attachments◦ Small Business Subcontracting Plan
37
38
Instructions and Evaluation OverviewInstructions and Evaluation Overview
Marybeth Edeen/David WilsonMarybeth Edeen/David Wilson
Volume I - Offer Volume− Model Contract
− Representations and Certifications
− DRDs
− Minimum Requirements
Volume II - Mission Suitability Factor− Subfactor A Technical Approach
System Capabilities and Summary of Performance Initial ISS Integration Certification ISS Resupply Mission Performance Plan
− Subfactor B Management Plan Company Organization Performance Milestones Safety and Mission Assurance
− Subfactor C Small Business Utilization Small Business Subcontracting Commitment to Small Business
Volume III - Price Proposal Volume IV - Past Performance
39
Pay close attention to ensure that the number of pages, page margins, font type, font size, and page size are in conformance to VI.A.18 Proposal Preparation-General Instructions
Please note page limitations.—Some volumes/sections are subject to a page limitation and others are not.
• In the Past Performance Volume, the Past Performance Information is subject to the page limit of 25 pages, but the Environmental Non-Compliance, OSHA Forms 300 and 300A, Insurance Carrier Information, and Consent Letter are not subject to the page limitation.
—Proposal information must be provided in the correct volume.—Proposal page limitations for Mission Suitability Volume is anticipated to
be updated to an undivided page limit for Technical and Management Subfactors (e.g. 225 pages for Technical, Management, and Appendixes).
Having non-conforming pages returned may affect the government’s evaluation of a proposal, and how this proposal is ultimately rated.
40
Price is approximately equal to the combination of Mission Suitability and Past Performance.
Mission Suitability is more important than Past Performance.
Price is more important than Mission Suitability.
Price is more important than Past Performance.
41
Subfactor A – Technical Approach - 650 points◦ System Capability and Summary of Performance
Meet the requirements in the SOW and per flight ranges as defined More comprehensive compliment of capabilities
Meet the need in 4 flights per year Provide LON capability More types/higher quantities of capabilities Provide flexibility for cargo Meet the research needs
Operational maturity of proposed capabilities
◦ Initial ISS Integration Certification Schedule and plans
◦ ISS Resupply Mission Performance Plan Technical feasibility of approach per MIOMP
◦ Risks and External Dependencies
42
Subfactor B – Management Approach – 300 points ◦ Company Information
Proposed management team and org structure Teaming arrangements Management plan
◦ Performance Milestones Compliance with limitations Risk to NASA
◦ Safety and Mission Assurance Safety, reliability, maintainability, supportability, quality, software
assurance, and risk management approach Mishap Preparedness and Contingency Plan Safety and Health Plan
Subfactor C – Small Business Utilization – 50 points◦ Small Business Subcontracting Plan compared to small business goals
43
44
PricingPricing
David WilsonDavid WilsonLead Price AnalystLead Price Analyst
Sub-CLIN 0001A-D Standard Mission Prices Sub-CLIN 0001E Provision of Early Cargo
Integration Hardware Sub-CLIN 0002A Initial ISS Integration
Certification Sub-CLIN 0002B NASA Requirements Changes Sub-CLIN 0002C Special Task Assignment and
Studies◦ Government Furnished Equipment, Property and
Services (GFEPS) Template◦ Milestone Payment Schedule Templates
Price analysis to validate price reasonableness on all proposed Standard Mission Pricing table and Special Task Assignment prices.
Mission Price Evaluation: (CLIN 0002A ISS Integration Certification Price) + the sum of (CLIN 0001 Contract Years 2017-2024 NTE Standard Mission prices at ½ annual demand for pressurized upmass).◦ 15,000kg annual demand for pressurized upmass◦ 2,000kg annual demand for unpressurized upmass◦ Time Value of Money◦ Government Furnished Equipment, Property and
Services (GFEPS) (FAR 45.202)
47
Additional InformationAdditional Information
Omar CollierOmar Collier
When reading the DRFP, note that:−Important information is contained in the SF 1449 and numerous
clauses and provisions that have been incorporated, via full text and/or referenced text, throughout the document
−Clauses incorporated by reference have the same force and effect as if they were included in their full text
−Section V. Attachments includes documents, exhibits, and other attachments
• For example, Statement of Work (SOW); Glossary; Data Requirement Descriptions (DRD); Acronyms and Abbreviations
48
Minimum Requirements (IV.A.1)
Commercial Space Act Requirements◦ Certification Regarding United States Commercial Provider of
Space Transportation Services
Organizational Conflict of Interest
49
Offeror’s initial proposal should contain the best terms from a price and technical standpoint
The Government preference is to award without discussions, however, the Government reserves the right to conduct discussions with those Offerors who have made it to competitive range
If discussions are held, the Offeror will:−have the opportunity to correct weaknesses and; −be requested to resubmit the SF1449 with Final Proposal
Revisions (FPR) which will include clearly marked changes
50
51
For your proposal to be considered timely, your package must be delivered to Building 420 by the due date and time stated in the RFP.
Review all proposal delivery instructions with your courier to stress the importance of timeliness and the proper location of delivery.◦ Shipping and Receiving will give your courier a receipt of delivery.
When delivering a proposal in person, remember to deliver the proposal through Gate 4, and not through the Central JSC Gate 1.◦ Directions to Gate 4 are in the proposal instructions.
Allot at least 48 hours to over-night a proposal through a mail carrier.◦ A commercial/government mail carrier may have a mechanical breakdown or otherwise fail to
deliver in a timely manner. If you choose to deliver in person on the due date, remember that late flights, traffic
jams, and congestion in the JSC area may affect the timeliness of your proposal. Review the proposal instructions, coordinate with the point of contact in advance of
the delivery, and ask questions if any instructions are not clear.
NOTE TO PROSPECTIVE OFFERORS
Prospective Offerors are reminded not to contact incumbent personnel (either directly or through electronic means) during duty hours or at their place of employment, as such contacts are disruptive to the performance of the current contract
52
Questions may be submitted
◦ Through the CRS2 website at http://procurement.jsc.nasa.gov/crs2/questions.asp
◦ Using the Microsoft Lync messaging
53
54
Q&A, Schedule, and Closing Remarks
For questions submitted during the conference that we do not answer during this period, your question and our response will be posted with a later CRS2 Q&A posting.
Reminder: All contractual and technical questions must be submitted in writing (e-mail) not later than August 8, 2014.
55
Release of Final Request for Proposal (RFP) 09/30/14
Questions or Comments for Final RFP due10/23/14
Proposals Due 11/14/14
Contract Award 04/28/15
56
This concludes the This concludes the ISS CRS2ISS CRS2
Pre-Solicitation ConferencePre-Solicitation Conference
Thank You for your participation.Thank You for your participation.
57