Anzeige

ProTech training presentation

1. Jun 2017
Anzeige

Más contenido relacionado

Anzeige

ProTech training presentation

  1. An Introduction
  2. AGENDA GENERAL CONTRACT MANAGEMENT TASK-ORDER – ORDERING PROCEDURES QUESTIONS PROTECH OVERVIEW
  3. WHAT IS PROTECH? Specific requirements competed at the task order level in each of five mission domains (Professional & Technical Services) ProTech is a strategic sourcing program to acquire professional and technical services efficiently and effectively to meet the mission of NOAA. ProTech consists of a set of Indefinite Delivery / Indefinite Quantity (IDIQ) Contracts in five separate domains awarded to large and small businesses. Awards made based on full and open competition with “Reserves” for small business Mandatory use program with a 3% ProTech fee for service.
  4. ACQUISITION PROFILE 0 1 2 3 1 2 3 4 5 YEARS BILLIONS YEAR BASE 1-YEAR OPTIONS Multiple Award – Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts Task Order Types - Time & Materials, Firm Fixed Price, and Cost Reimbursable o $2.5 B (historical trend with escalation) o $0.5 B for Growth and Department of Commerce utilization $3B 5YR with
  5. AUTHORIZED CLIENTS  All NOAA Line and Staff offices  Other Department of Commerce Bureaus  Decentralized ordering (ordering at the Staff and Line local level)  ProTech is not a Government-Wide Acquisition Contract (GWAC) and cannot be used by other Federal agencies.
  6. STRATEGIC SOURCING ACQUISITION DIVISION PROTECH OVERVIEW GENERAL CONTRACT MANAGEMENT TASK-ORDER – ORDERING PROCEDURES QUESTIONS SSAD serves as the Program Office with oversight for the execution of the ProTech contract vehicles. The ProTech Branch within SSAD will use the ProTech Program Office and portfolio of contracts to: o Provide guidance and assistance to clients who use ProTech contracts; o Ensure that clients are aware of their responsibilities and the scope of the ProTech contracts; o Address and satisfy the needs of all participants in the acquisition process; o Maintain a level of contract and program integrity that prevents or mitigates contractual or programmatic problems and risks; and o Solicit feedback and provide continuous process improvement.
  7. BENEFITSOBJECTIVES Delivery of top quality, performance-based services and solutions that meet NOAA mission requirements; Delivery of services and solutions with a streamlined acquisition methodology; and, Provides competitive solutions from a pool of exceptional small and large businesses. Obtain high quality professional and technical services Task Areas – 1. Studies, Analyses and Reports 2. Applied Research and Consulting 3. Data Collection and Surveys 4. Program and Project Management Develop an industrial base of partners Develop and maintain performance-based contracts Streamline/simplify procurement process by having contracts in place. Reduction in award time Contribute to the overall NOAA mission
  8. EFFICIENCY & EFFECTIVENESS 005-money-bag.png Mandatory usage for NOAA, available to DOC and bureaus. Exceptions will be evaluated on a case-by-case basis. ProTech fee for service sustainment Spend analysis through visibility Consolidation of similar services; does not invoke “bundling” regulatory analysis  Dollar savings of greater than 15% exceed regulatory guidance of 5%  Reduced transaction costs  Reduced Program Management costs  Reduced prices paid to vendors
  9. ROLES & RESPONSIBILITIES Contracting Officer (CO) IDIQ Contract Level ProTech Program Management Office (PMO) ProTech Program Manager (PPM) Contracting Officer’s Representative (COR) ProTech IDIQ Contract Level Contracting Officer Task Order Level (TO CO) NOAA AGO Ombudsman Prime Contractor Holders’ Program Manager
  10. ORDERING GOVERNED BY FAR 16.505 Must provide each awardee a "fair opportunity to be considered" for each order in excess of $3,500. The fair opportunity process is not subject to protest – with exceptions. Performance-based acquisition methods must be used to the maximum extent practicable. Source selection procedures in FAR Subpart 15.3 do not apply. Simpler and more efficient process Less costly and time-consuming for both the NOAA and the contractors
  11. PROTECH OVERVIEW GENERAL CONTRACT MANAGEMENT TASK-ORDER – ORDERING PROCEDURES QUESTIONS Only firms awarded a contract under the relevant domain will be allowed fair opportunity to be considered for task orders under that domain. The Contracting Officer will determine relevant domain based on scope and client consultation regardless of staff or Line affiliation. A task order requirement shall be created in one domain only. Each task order requirement will be evaluated and the Contracting Officer will determine if the fair opportunity will be limited to socio-economic groups, small business firms under the domain or open to all firms under the domain. The Contracting Officer may use solicitation precursor techniques (requests for information, source capability statements, pre-proposal conferences, oral presentations) to determine whether the task order may be limited to small business firms or made available to all firms within the domain. 1 2 3 4
  12. ORDERING PROCEDURES o Prime Contract Management o Standardized Operating Procedures (SOPs) o Review/Edit SOW/PWS/SOO packages o Review request package to establish an RFP o Coordinate COR technical review of proposals o Prepare proposal packages for COR/source selection review Award o Validate funds to support requirements o Award Task Order o Establish Task Order Kick-Off Meeting o Establish post award log o Provide 90-120 day reminders for options/follow-ons, as needed o Evaluate Contractor’s performance via Contractor Performance Assessment Reporting System (CPARS) o Conduct contract management functions for all mods (i.e., Can include, POP extensions, additional scope of work, reduced scope of work, adjustment of funds, administrative) 3% feeFee includes access to the ProTech suite of contracts, to include the following ancillary services as required:
  13. ORDERING PROCEDURES o The ProTech fee will be recovered through the regular PR obligation process in C.Suite. o Clients shall ensure that the appropriate ProTech object class code (26-03) appears in the PR line of accounting o The system will automatically calculate and attribute the fee to the proper account at obligation. o The amount on the resulting PR will not reflect the fee, so make sure your accounts contain sufficient funds. Lack of funds will halt TO award. 3% feeFee includes access to the ProTech suite of contracts, to include the following ancillary services as required:
  14. TRADITIONAL MULTIPHASE FAIR OPPORTUNITY PROTECH TASK ORDER PROCESSING
  15. TRADITIONAL ORDER PROCESSING 1. SOO/SOW/PWS is sent with a “Request for Traditional Technical and Cost/Price Proposal” to all contract holders within the designated Domain. The request should typically place a limit of no more than fifteen 15 pages on the technical proposal, subject to adjustment at the discretion of the TO CO based on the size, scope and complexity of the TO. The request may also include an oral presentation requirement if it is determined to be beneficial to the evaluation. A complete cost or price proposal must be submitted, with no page restrictions. The amount of time allowed for the traditional response is typically eight days, which may be adjusted based on the scope/complexity of the requirement and the needs of the program office. 2. Technical and cost/price evaluations are conducted by the Government evaluation teams designated according to the written Evaluation Plan. 3. Exchanges take place (if needed). 4. A TO is awarded to the successful offeror.
  16. MULTIPHASE FAIR OPPORTUNITY PROCESSING 1. A SOO/SOW/PWS is sent with a request for a multiphase proposal to all prime contractors within the designated Domain IDIQ portfolio. The request could be for a written proposal, oral proposal, or both. If the Phase 1 request includes a written proposal, the request would typically place a limit of no more than seven pages for the response, which encompasses the proposed technical and management approach, as well as past performance information. Within the seven pages, the offeror should also include a preliminary estimate or not-to-exceed (NTE) estimate for cost. The amount of time allowed for the Phase 1 response is typically five days, which may be adjusted based on the scope/complexity of the requirement and the needs of the customer. The request may also include an oral presentation requirement if it is determined to be beneficial to the evaluation. 2. Technical evaluations and evaluations of the preliminary cost estimate/NTE are conducted by the Government evaluation teams designated according to the written Evaluation Plan. 3. Based on the evaluations, a down-select could occur which identifies the contract holders that would be most qualified to compete for the TO. The down-select process could identify one or more prime contractors that are the most qualified. 4. Only the most qualified offeror(s) remaining after the down- select process will be invited to submit a Phase 2 Traditional Technical and Cost/Price Proposal. 5. Technical and cost/price evaluations are conducted by the Government evaluation teams designated according to the Evaluation Plan. 6. Exchanges would take place (if needed).
  17. 1. Request For Task Order Proposal Development 3. Issuance Of The Request For Task Order Proposals 5. Task Order Award 2. Task Order Solicitation Preparation 4. Evaluation 6. Notification To Unsuccessful Offeror(s) PROTECH HIGH-LEVEL CONTRACT PROCEDURES
  18. REQUEST FOR TASK ORDER PROPOSAL DEVELOPMENT At a minimum the Program Office will provide: o Appropriate Work Statement(s) (SOO/SOW/PWS) o Performance location of the work o Period of performance/deliverable schedule o Applicable performance standards o Any special regulations, including applicable Section 508 requirements or exceptions o An Independent Government Cost Estimate (IGCE) o Contractor evaluation criteria and evaluation plan o Funded purchase request (PR) – must cite ProTech object code “26-03”
  19. TASK ORDER SOLICITATION PREPARATION TO CO o Reviews the Request o Determines the application of any Fair Opportunity Exception, including SB Set-Aside o Determine the task order proposal request process approach • Traditional Process • Multiphase Process o Prepares a Task Order Solicitation
  20. ISSUANCE OF THE REQUEST FOR TASK ORDER PROPOSALS TO CO issues the request for TO proposals to the contract holders Request shall include, at a minimum: TO identifier number and date of proposal request Identification of Domain customer Work statement (i.e., SOW, SOO, or PWS) Identification of anticipated ordering process – traditional or multiphase Task order type and proposal due date NOAA (contracting officer/specialist) point-of-contact information Instructions for submission of the technical and cost/price proposal Criteria/basis for award.
  21. EVALUATION The TO CO receives the offers in accordance with the request for offers. Technical and cost/price evaluations are conducted by the Government technical evaluation team designated according to the written evaluation plan as required. The TO CO will lead in any exchanges for the Government side, if needed. The TO CO, in coordination with the TO COR, shall prepare a completed award recommendation package
  22. TASK ORDER AWARD The TO CO awards the task order A copy of the award and any subsequent modifications shall be forwarded to ProTech@noaa.gov.
  23. NOTIFICATION TO UNSUCCESSFUL OFFEROR(S) After award, the TO CO shall issue notification, via email, to those offerors who did not receive the award If requested by the offeror, the TO CO should discuss with them the reasons for their non-selection. The TO CO may only discuss the reasons for non- selection. The TO CO may not discuss other contract holders’ proposals, compare contract holders’ proposals, or allow a non-selected contract holder access to the award decision documentation.
  24. Jay Standring ProTech.Satellite@noaa.gov 301-628-1368 Jay Standring ProTech.Weather@noaa.gov 301-628-1368 Kenyada Corley ProTech.Fisheries@noaa.gov 301-628-1378 Patricia Page ProTech.Enterprise@noaa.gov 301-628-1405 Courtney Holbrook ProTech.Oceans@noaa.gov 301-628-0029 Learn more at www.ProTechServices.noaa.gov

Hinweis der Redaktion

  1. Send them bullet images options
Anzeige