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.
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
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.
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.
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
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
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
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
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
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:
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:
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.
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).
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
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”
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
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.
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
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.
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.