ProTech an introduction (client) v1.3 8jun2017ml (lowres)

8 Jun 2017
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
ProTech an introduction (client) v1.3 8jun2017ml (lowres)
1 sur 31

Contenu connexe

Tendances

Annx i ,ii 1Annx i ,ii 1
Annx i ,ii 1cssingh11
ResumeResume
Resumeer.ani.rec
ResumeResume
Resumeer.ani.rec
Innovative Program Delivery - AirportInnovative Program Delivery - Airport
Innovative Program Delivery - AirportChris Carson
James.taylorJames.taylor
James.taylorNASAPMC
Rego University: Preparing Metrics that Matter, CA PPM (CA Clarity PPM)Rego University: Preparing Metrics that Matter, CA PPM (CA Clarity PPM)
Rego University: Preparing Metrics that Matter, CA PPM (CA Clarity PPM)Rego Consulting

Similaire à ProTech an introduction (client) v1.3 8jun2017ml (lowres)

Project success through excellence in procurement and contract managementProject success through excellence in procurement and contract management
Project success through excellence in procurement and contract managementAssociation for Project Management
procurement slides.pptxprocurement slides.pptx
procurement slides.pptxJessicaPolig1
It opslink slidesharebidpresentation v1It opslink slidesharebidpresentation v1
It opslink slidesharebidpresentation v1Jean-Philippe Perin
Project success through excellence in procurement and contract managementProject success through excellence in procurement and contract management
Project success through excellence in procurement and contract managementCatherine Bendell
Contract and procuremet guide evening launch slides 05 10-17 Contract and procuremet guide evening launch slides 05 10-17
Contract and procuremet guide evening launch slides 05 10-17 Association for Project Management
Guidelines for preparation of a RFP for e governance projectsGuidelines for preparation of a RFP for e governance projects
Guidelines for preparation of a RFP for e governance projectsAnirban Mukerji

Similaire à ProTech an introduction (client) v1.3 8jun2017ml (lowres)(20)

Dernier

★아마존 상품 등록 가이드_카테고리 승인.pdf★아마존 상품 등록 가이드_카테고리 승인.pdf
★아마존 상품 등록 가이드_카테고리 승인.pdfssuser34fe29
Industrial Tech Startups In The SF Bay AreaIndustrial Tech Startups In The SF Bay Area
Industrial Tech Startups In The SF Bay AreaChristian Dahlen
WAMGD Project Summary 2.pptxWAMGD Project Summary 2.pptx
WAMGD Project Summary 2.pptxGraceKohler1
FMS ECR Tonto.AI Negotiating Core & Fintech Contracts with AI v.attendee (red...FMS ECR Tonto.AI Negotiating Core & Fintech Contracts with AI v.attendee (red...
FMS ECR Tonto.AI Negotiating Core & Fintech Contracts with AI v.attendee (red...katlynplummer1
Commercial Growth Strategies for Startups (Sep 20th, 2023) by RevXCommercial Growth Strategies for Startups (Sep 20th, 2023) by RevX
Commercial Growth Strategies for Startups (Sep 20th, 2023) by RevXDino Jugo
140 Book Marketing Ideas to Help Authors Increase Sales140 Book Marketing Ideas to Help Authors Increase Sales
140 Book Marketing Ideas to Help Authors Increase SalesAdrienne Jack

Dernier(20)

ProTech an introduction (client) v1.3 8jun2017ml (lowres)

Notes de l'éditeur

  1. Contract Specialists are governed by the regulations and guidance provided in these documents: Federal Acquisition Regulation (FAR) The Federal Acquisition Regulations System is established for the codification and publication of uniform policies and procedures for acquisition by all executive agencies. The Federal Acquisition Regulations System consists of the Federal Acquisition Regulation (FAR), which is the primary document, and agency acquisition regulations that implement or supplement the FAR. Department of Commerce Acquisition Regulation (CAR) The CAR establishes uniform acquisition policies and procedures for the DOC that implement and supplement the FAR. The CAR is divided into the same parts, subparts, sections, and subsections as the FAR. If there is a discrepancy between the CAR and FAR, the FAR will take precedence. Commerce Acquisition Manual (CAM) The DOC internal operating guidance and procedures are contained in the CAM and other policy guidance documents issued by the Procurement Executive relating to acquisitions. The DOC Contracting Offices may issue additional guidance and procedures. NOAA Acquisition Manual (NAM) The NAM is a living document comprised of NOAA acquisition policy to ensure business practices are consistent throughout NOAA. It organizes NOAA acquisition policy in a central document using the FAR numbering and codification system. The NAM does not restrict the sound business judgement nor limit innovation, but underlines the need for the NOAA acquisition workforce to balance mission and fiduciary duty. Access to these and more can be obtained at www.acquisition.gov.
  2. 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.   Ocean Fisheries Satellites Weather Enterprise Operations Specific requirements are competed at the task order level in each of five mission domains Awards made based on full and open competition with “Reserves” for small business. The purpose of the reserve is to acknowledge that requirements cannot always be identified specifically at the contract level, but can be at the order level.  The reserve ensures that small businesses will receive a contract under a multiple award contract scenario. This option was also incorporated in FAR 19.502-4(a). The ProTech Program is the mandatory source for all NOAA Line and Staff Offices to acquire professional and technical services. Exceptions will be evaluated on a case-by-case basis. The Requiring Activity shall prepare and submit the rationale for an exception to the TO CO. The TO CO then forwards the explanation to the ProTech PMO for review and concurrence. There is a 3% fee for the use of the ProTech contracts by any organization authorized to submit task order purchase request under these contracts. The 3% fee will be calculated based on the amount of obligated dollars.
  3. Notes: highlight that the fee is inclusive of the program office support and the regular acquisition support received by the AGO servicing division. Bullet 4 is a joint effort then bullets 5-9 is the servicing division as well as CPARS.
  4. $2.5 B (historical trend with escalation) $0.5 B for Growth and Department of Commerce utilization Five year period (inclusive of options) for the IDIQ. Task order placed in the final year may have a full five year PoP.
  5. Note: Presenter should be prepared to provide specifics on anticipated process time savings. 
  6. FAR 7.107-2 (d) Benefits. (1) Benefits that are quantifiable in dollar amounts are substantial if individually, in combination, or in the aggregate the anticipated financial benefits are equivalent to– (i) Ten percent of the estimated contract or order value (including options) if the value is $94 million or less; or (ii) Five percent of the estimated contract or order value (including options) or $9.4 million, whichever is greater, if the value exceeds $94 million. (2) Benefits that are not quantifiable in dollar amounts shall be specifically identified and otherwise quantified to the extent feasible. (3) Reduction of administrative or personnel costs alone is not sufficient justification for consolidation unless the cost savings are expected to be at least 10 percent of the estimated contract or order value (including options) of the consolidated requirements, as determined by the senior procurement executive or chief acquisition officer (15 U.S.C. 657q(c)(2)(B)).
  7. Contracting Officer – IDIQ Contract Level The IDIQ contract level CO has the overall responsibility for the administration of the ProTech IDIQ contracts. The contract level CO is the only authorized individual to take actions on behalf of the Government to amend, modify, or deviate from the contract terms, conditions, requirements, specifications, details, and/or schedules within the IDIQ contracts. The contract level CO is responsible for the overall administration and final closeout of the contracts and, when necessary, shall: Provide scope oversight; Serve as liaison between ProTech contract holders and NOAA; Assist in expediting orders where practical; Ensure compliance with contract requirements; Issue the CO’s final decision and handle all contract-level contractual disputes under the Contract Disputes Act; Provide the administrative procedures for placing orders, contract administration, and issuing contract modifications; Designate the IDIQ Contract-level Contracting Officer Representatives (COR); and Track and report contract level metrics. ProTech Program Management Office (PMO)   Upon request of the Requiring Activity or the Task Order Contracting Officer (TO CO), the ProTech PMO is available to offer guidance and assistance in the following areas:   Assist the Requiring Activity with the, development of the SOW/PWS/SOO and IGCE; Applicability determination of the SOW/PWS/SOO in accordance with contract scope; Development and/or adequacy determination of proposal evaluation factors Recommendations for the task order contract type (FFP, T&M, CPFF, etc.); and Development and/or adequacy determination of the rationale used for the exception to the requirements for fair opportunity. ProTech Program Manager (PPM)   The ProTech Program Manager (PPM) is the Government’s central point of contact for all technical matters arising at the IDIQ contract level. The PPM also serves as the liaison between the IDIQ contract level CO and the NOAA Program and Line Offices for technical issues related to the ProTech contracts. Other aspects of the PPM’s role are as follows: Train Requiring Activities and other AGO offices on the ProTech Program processes; Provide technical assistance and training to Requiring Activities and other AGO offices on the development of requirements documentation (SOW/PWS/SOO), IGCE, and other PR documentation; Maintain program integrity that prevents or mitigates contractual or programmatic issues; Solicit feedback from Requiring Activities and other AGO offices and provide continuous process improvement; and Provide guidance and assistance to Requiring Activities, other AGO offices and prime contractors for use of the ProTech contracting vehicles.
  8. Contracting Officer’s Representative – ProTech IDIQ Contract Level   The IDIQ Contract Level CO will appoint a Contracting Officer’s Representative (COR) for each Domain. The Domain COR will be responsible for the day-to-day monitoring of performance of the base IDIQ contracts and assist in monitoring the performance of each task order with input from the task order CO (TO CO). The Department of Commerce Contracting Officer Representative Certification Program is described in DOC CAM 1301.670 . It is the CO’s responsibility to confirm that the appointed individual is a certified COR. A copy of the Appointment and Designation Memorandum identifying specific duties and responsibilities will be provided to the contract holders. The COR responsibilities may include:   The COR is not authorized to make any representations or commitments of any kind on behalf of the Government or the CO, unless specified in the appointment letter. In addition, the COR is not authorized to alter the contractor’s obligations or to change the contract specifications, pricing, or terms and conditions. If, as a result of technical discussion(s), it is desirable to modify requirements or the specification, changes will be issued in writing and signed by the CO. Contracting Officer – Task Order Level Services will be procured via task orders issued by Task Order Contracting Officers (TO COs) within NOAA AGO or other DOC Bureaus in accordance with the ordering procedures set forth in this guide, and Section G of the base contracts. All warranted COs in DOC and NOAA are authorized TO COs and must follow the ordering procedures accordingly.   The TO CO responsibilities include:   Determine/Select the appropriate Domain IDIQ contract for the requirement; Determine the appropriate TO competition approach – sole source (if Fair Opportunity Exception applies), small business set-aside (including consideration for socio-economic categories), or unrestricted; and the use of Traditional or Multiphase Prepare and submit Form CD-570  – Small Business Set-Aside Review Confirm the certification level of the COR is appropriate for the dollar value and complexity of the action; Appoint the Task Order COR (TO COR); Review AP or Milestone AP; Review SOW/SOO/PWS and ensure task order requirements are within the scope of the IDIQ contract; Review IGCE and evaluation criteria; Develop proposal preparation instructions and issue proposal requests to eligible ProTech contract holders; Receive and facilitate the evaluation of technical and cost/price proposals; Oversee the procurement process through task order award; Ensure the administration and final closeout of task orders; Ensure the completion of contractor performance evaluations using the CPARS or another approved agency-specific contractor performance rating system; and Adhere to the terms and conditions of the ProTech contracts, Federal Acquisition Regulations (FAR), and other applicable laws, regulations, and guidelines. Contracting Officer’s Representative – Task Order Level (TO COR)   The TO COs should appoint a COR for each task order. The TO COR will be responsible for the day-to-day monitoring of performance under that task order and conduct all delegated TO administration activities as required by the CO’s COR Appointment Letter. It is the TO CO’s responsibility to confirm that the designated individual is a certified COR. A copy of the Appointment and Designation Memorandum, identifying specific duties and responsibilities will be provided to the contractor. The TO COR responsibilities may include:   Represent the TO CO in the administration of technical details within the scope of the TO; Conduct all delegated TO administration activities as required by the CO’s COR Appointment Letter; Verify that the contractor performs the technical requirements of the contract in accordance with the contract terms and conditions of the work statement; Perform, or cause to be performed, inspections necessary to verify that the contractor has corrected all deficiencies; Monitor the contractor's performance. Notify the contractor of deficiencies observed during surveillance and direct appropriate action to correct the known deficiency. Record and report to the TO CO all incidents of faulty or nonconforming work, delays or problems; Maintain a monthly report concerning performance of services rendered under the TO; Maintain liaison and direct communications with the contractor. All documents pertaining to this contract shall be signed as "Task Order Contracting Officer's Representative" and a copy shall be furnished to the TO CO; Ensure that the Government meets its contractual obligations to the contractor. This includes but is not limited to GFP, GFE, and/or GFI that is required by the contract; Ensuring that Quality Assurance Surveillance Plans (QASPs) and appropriate metrics are provided with each order request for performance-based work statements; Ensure final inspection and acceptance of all deliverables and reports and other responsibilities that may be specified in the contract or TO, including review of Section 508 compliance testing results; Complete the prime contractor performance evaluations using the CPARS or another approved agency-specific contractor performance rating system with respect to each task order; and Maintain a COR TO file in accordance with the specific responsibilities and duties defined in the COR appointment letter.   The TO COR is not authorized to make any representations or commitments of any kind on behalf of the TO CO or the Government, unless specified in the appointment letter. The TO COR does not have authority to alter the contractor’s obligations or to change the specifications, pricing, terms or conditions of the contract. If, as a result of technical discussion(s), it is desirable to modify requirements or the specification, changes will be issued in writing and signed by the TO CO.
  9. NOAA AGO Ombudsman   In accordance with FAR 16.505(b)(8), complaints related to matters affecting task order award may be directed to the designated NOAA Ombudsman. The NOAA Ombudsman has the responsibility to review contractor complaints and ensure that all contractors are afforded a fair opportunity to be considered for each task order, consistent with the ordering procedures in the contract. The NOAA Ombudsman will review contractor complaints, and if any corrective action is needed, provide a written determination of such action to the TO CO. Issues that cannot be resolved within NOAA shall be forwarded to the Department of Commerce Ombudsman for review and resolution. Prime Contractor Holders’ Program Manager   The Prime Contractor Holders’ Program Manager shall act as the central POC with the Government for all program-wide technical matters, and will represent the contractor at all post-award status meetings. The Program Manager shall be responsible for resolution of all technical issues, program management, and other contract support. This includes providing comprehensive account support for the ProTech contract. The Program Manager is responsible for overall contract performance and shall not serve in any other capacity under this contract. A list of the Prime Contract Holders’ Program Managers is provided on the ProTech website
  10. FAR 16.505 Ordering. (a) General. (1) In general, the contracting officer does not synopsize orders under indefinite-delivery contracts; except see 16.505(a)(4) and (11), and 16.505(b)(2)(ii)(D). (2) Individual orders shall clearly describe all services to be performed or supplies to be delivered so the full cost or price for the performance of the work can be established when the order is placed. Orders shall be within the scope, issued within the period of performance, and be within the maximum value of the contract. (3) Performance-based acquisition methods must be used to the maximum extent practicable, if the contract or order is for services (see 37.102(a) and subpart 37.6). … (10) (i) No protest under subpart 33.1 is authorized in connection with the issuance or proposed issuance of an order under a task-order contract or delivery-order contract, except for— (A) A protest on the grounds that the order increases the scope, period, or maximum value of the contract; or (B) A protest of an order valued in excess of $10 million. Protests of orders in excess of $10 million may only be filed with the Government Accountability Office, in accordance with the procedures at 33.104. (ii) The authority to protest the placement of an order under (a)(10)(i)(B) of this section expires on September 30, 2016, for agencies other than DoD, NASA, and the Coast Guard (41 U.S.C. 4103(d) and 41 U.S.C. 4106(f)). The authority to protest the placement of an order under (a)(10)(i)(B) of this section does not expire for DoD, NASA, and the Coast Guard. … (b) Orders under multiple-award contracts— (1) Fair opportunity. (i) The contracting officer must provide each awardee a fair opportunity to be considered for each order exceeding $3,500 issued under multiple delivery-order contracts or multiple task-order contracts, except as provided for in paragraph (b)(2) of this section. (ii) The contracting officer may exercise broad discretion in developing appropriate order placement procedures. The contracting officer should keep submission requirements to a minimum. Contracting officers may use streamlined procedures, including oral presentations. If the order does not exceed the simplified acquisition threshold, the contracting officer need not contact each of the multiple awardees under the contract before selecting an order awardee if the contracting officer has information available to ensure that each awardee is provided a fair opportunity to be considered for each order. The competition requirements in Part 6 and the policies in subpart 15.3 do not apply to the ordering process.
  11. 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.
  12. Note the reduced page limitation for phase 1. At this stage, a full proposal is not required. The seven page submission should be just comprehensive enough to determine capability. A full proposal will be required should the contractor be
  13. Bullet points
  14. Copy of award is used for data analytics.
  15. Bullet points