Omnibus IV Contracting Strategy Michael D’Alessandro

Slides:



Advertisements
Similar presentations
Other than full and open competition, Simplified Acquisition Procedures (SAP), and Federal Supply Schedules Brendan Miller OD/OALM/OLAO/AO Operations Branch.
Advertisements

Writing Proposals for Oak Ridge National Laboratory Women-Owned Small Business Day Sonny Rogers Contract Services Group Manager Oak Ridge, TN August 24,
March 9,  HISTORY ◦ NASA HQ & JSC Lean 6 Sigma Teams  Recommended various ways to streamline process  JSC STREAMLINED TEAM CHARTER ◦ Document.
RFP PROCESSES Contracts for Professional Services.
Office of Business Development Training
Washington Metropolitan Area Transit Authority Pre-Proposal Conference Sourcing and Contracts Management System (CMS) Solution Request for Proposal FQ
Best Procurement Practices and Helpful Information August 2011.
Source Selection. What is Source Selection? Source Selection is the process of conducting competitive negotiations. Source Selection allows the Government.
FAR Part 2 Definitions of Words and Terms. FAR Scope of part (a)This part – (1) Defines words and terms that are frequently used in the FAR; (2)
GWAC Ordering Procedures Overview
Occupational Safety, Industrial Hygiene and Medical Services; Pre-Solicitation Conference NNA J-SJC October 6, 2004.
Educating Customers Simplified Acquisition Process Russellyn Rogers.
Aerospace Ground Equipment (AGE) Support Services Pre-Proposal Conference/ Site Visit Kari M. Alvarado Contract Specialist NASA-DFRC November 8, 2006 Dryden.
Phoenix Convention Center Phoenix, Arizona A Review of the Current DOE IDIQ Track 5: Project Financing Session 3: ESPC Large and Small: The Basics of ESPC.
Multiple Award Contracts Training Presented by Jennifer Salts State of Utah - Division of Purchasing 1.
COMPETITION REQUIREMENTS
Overview Lifting the Curtain - Debriefings FAI Acquisition Seminar.
US Army Corps of Engineers BUILDING STRONG ® Networking & Teaming Conference Fort Bliss Replacement Hospital Projects Jim Bales & John Rodgers Fort Worth.
Pre-Proposal Conference NASA Langley Research Center October 26, 2009.
IDEM/OWQ Laboratory Analytical Services Pre-Proposal Conference December 5, 2011 Adam Thiemann IDOA Strategic Sourcing Analyst.
Don Mansfield Professor of Contract Management Defense Acquisition University.
2.2 Acquisition Methodology. “Acquisition methodology” – the processes employed and the means used to solicit, request, or invite offers that will normally.
1 The Washington State Board of Education Applying to Authorize: Authorizer Application and Evaluation Jack Archer, Senior Policy Analyst State Board of.
1 Test Operations Contract RFP Volume III ITO Briefing RFP NNS09ZDA008R – TEST OPERATIONS CONTRACT (TOC) Ground rules This presentation is intended to.
Elevating the Quality of Life in the District Contracting and Procurement Division Information Session 2 Request for Proposal November 5, 2015.
JE-RDAP INDUSTRY DAY W911QY-16-R-0010 Kevin Parker 08 DEC 2015
{Project Name} Pre-Award Debriefing to {Insert Offeror Name} {Insert Date} Presented by: {Name}, Technical Team Lead {Name}, Contracting Officer Presented.
1 Comprehensive Tactical Infrastructure Maintenance and Repair (CTIMR) Area 3 Pre-Proposal Site Visit HSBP1015R0040 Sectors EL PASO / BIG BEND, TX
At Lewis Field Glenn Research Center Industry Briefing Solicitation No. NNC04Z70010R Construction Services Contract June 15, 2004.
MARINE CORPS INSTALLATIONS EAST CONTRACTING DIVISION DEFINING REQUIREMENTS.
Source Selection Overview Source Selection Overview June
Federal Acquisition Service U.S. General Services Administration Area Facility Operation Specialist (aFOS) 88 th Regional Support Command Pre-Bid Meeting.
Solicitation VA69D-16-R-0583 Rehab Renovation Pre-Proposal Conference June 22, :00am CDT NCO 12 Great Lakes Acquisition Center.
Small Business and Subcontracting. Subcontracting for Small Business 6 steps to successful subcontracting 6. Report Contractor performance 1. Consider.
1. 2 Cost & Price Analysis Breakout Session # 312 Beverly Arviso, CPA, Fellow, CPCM, CFCM, Arviso, Inc. Melanie Burgess, CPA, CFCM, Burgess Consulting,
US Army Corps of Engineers BUILDING STRONG ® Building and Preserving Alaska’s Future Alaska District Design-Build Contracts Moolin Seminar November.
Processes and Procedures for Contracting at UO
ROAD ACCIDENT FUND COMPULSORY BRIEFING SESSION RAF/2015/00007
Statements of Work – Getting Them Right!!
CON 280: Source Selection and the Administration of Service Contracts
Post Award Peer Review Briefing Slides
Consent to Subcontract
Processes and Procedures for Contracting at UO
“ProTech” Source Selection Under FAR Subpart 16.5
FAR Part 2 - Definitions of Words and Terms
Contracting Officer Podcast Slides
CON 280: Source Selection and the Administration of Service Contracts
Serving Those Who Served
CON 280: Source Selection and the Administration of Service Contracts
Small Business and Subcontracting.
Highways & Infrastructure Best Value Construction Procurement Presentation November, 2017.
Request for Proposal & Proposal
Chapter 3 Proposed Solutions
ROAD ACCIDENT FUND COMPULSORY BRIEFING SESSION RAF/2015/00007
ProTech FAR Subpart 16.5 – Indefinite Delivery Contracts
How to Prepare a Quality Modification Request
ProTech FAR Subpart 16.5 – Indefinite Delivery Contracts
Source Selection Training
2019 Local School District Charter Application Process
A Evaluation Factors D Pass/Fail 85% Weight S GRADES A- 67% B 93%
United Nations Voluntary Fund on Disability (UNVFD)
Omnibus IV Procurement Overview Michael D’Alessandro
U.S. Army Contracting Command
“ProTech” Source Selection Under FAR Subpart 16.5
DOTD Form September 4, 2014.
Post-Award Conference / Kick-Off Meeting
Certified Cost or Pricing Data vs
Small Business Discussion
HMPPS Innovation Grant Programme (2020 – 2022)
Post Award Peer Review Briefing Slides
Presentation transcript:

Omnibus IV Contracting Strategy Michael D’Alessandro UNCLASSIFIED Omnibus IV Contracting Strategy Michael D’Alessandro Contracting Officer Michael.dalessandro6.civ@mail.mil 7 December 2016 UNCLASSIFIED

Agenda Special Contract Requirements (Section H) UNCLASSIFIED Agenda Special Contract Requirements (Section H) Address industry concerns Instructions to Offerors (Section L) Evaluation Factors for Award (Section M) UNCLASSIFIED 2

H.1 Task Order Ordering Procedures The Government will either issue a Performance Work Statement (PWS)/Statement of Work (SOW) describing specific work and data items required, anticipated performance period; or Statement Objectives (SOO) that describes the overall task order performance objectives. The Government reserves the right to identify Best Value (Tradeoff Process or LPTA) evaluation method. Contractors may choose whether or not to submit a proposal in response to a task order RFP

H.1 Task Order Ordering Procedures Cont. Omnibus IV IDIQ contract holders may team or subcontract with other contractors at the task order level. The Government may reserve the right to utilize option periods at the task order level. In the instance options are considered, it will be clearly identified in each task order request for proposal. Option periods shall not exceed 60 months beyond the last ordering period.

H.7 Contractor’s Key Personnel Critical to the successful performance of future task orders. Key Personnel are designated as a Program Manager, a Senior Scientist, and a G&A Specialist. Shall be employees of the prime contractor unless stated at the task order level. The Contractor shall submit a resume of its Key Personnel with the Technical proposal in accordance with Section L.

H.9 Open Season On-Ramping The objective of an on-ramp is to maintain competitive sources and/or to obtain access to additional capabilities. During an open season, Offerors who are not already an IDIQ contract holder may be eligible. Current IDIQ contract holders shall not submit a proposal.

H.10 Off-Ramping The Government reserves the unilateral right to Off-Ramp non-performing Contractors. Off-ramping methods may result from one of the following conditions: Permitting the Contractor’s Omnibus IV Contract term to expire Debarment, Suspension, or Ineligibility Termination Failing to meet the contract standards of performance, deliverables, or compliances. A mutual agreement to reduce administrative burden and costs Cost overruns, unsatisfactory performance ratings, or have not met small business participation commitments within 5%

L.3 Proposal Volumes Volume Title Page Limitations Format Submission Cover Letter 3 MS Word of PDF Email I Technical 20 II Past Performance 15 III Cost/Price No Page Limit MS Excel

L.3.1 Cover Letter Offerors shall submit a cover letter on company letterhead. The cover letter shall not exceed three (3) pages. Included in the cover letter point of contact small or large business Affirmative statement Authority Agree to terms OCI Statement Valid for 365 Days

L.4.1 Volume I - Technical The Technical Volume of the Offeror’s proposal shall include one (1) section for each of the following: Corporate Management Cost Management Corporate Experience

L.4.1 Corporate Management Detailed corporate management approach at the Omnibus IV IDIQ level, to include the following: Organizational structure Vital corporate personnel Communication strategies Approach for managing, overseeing, and executing cost, schedule, and performance Understanding medical research described in SOO in Section C Offeror shall provide resumes of key personnel, as outlined in Section H.

L.4.1 Cost Management Describe previous experience (completed, not completed, or ongoing projects) implementing cost control methodologies. Describe approach to implement cost control methodologies on future Omnibus IV orders, and identify how the Offeror anticipates cost savings and/or cost avoidance will be achieved.

L.4.1 Corporate Experience Offerors shall submit five (5) examples of Government or Commercial contracts or task orders to demonstrate corporate experience performing the types of services required in the statement of objectives (SOO) for military or commercial medical research services. Offerors are NOT required to demonstrate experience in all areas of the Omnibus IV statement of objectives. Experience shall be demonstrated in at least one area of the Omnibus IV statement of objectives.

L.4.2 Volume II - Past Performance Offerors shall submit five (5) recent and relevant past performance examples. Offerors are NOT required to demonstrate experience in all areas of the Omnibus IV statement of objectives. Experience shall be demonstrated in at least one area of the Omnibus IV statement of objectives.

L.4.3. Volume III - Cost / Price For Cost/Price proposals, Offerors shall use the Microsoft Excel Spreadsheet in Section J. Propose CPFF and FFP ceiling rates (Government Site and Contactor Site) for Key Personnel identified in Section H Template automatically calculates ceiling rates for years 2-6. Ceiling rates only applicable to task order/CLINs placed on a sole source basis or when adequate price competition is not anticipated. Not applicable when adequate price competition is anticipated. Identify Adequate Accounting System for CFPP eligibility.

M.1 Basis for Award The Government intends to make multiple awards of IDIQ contracts to the Offeror(s) whose proposal(s) represents the Best Value to the Government by applying the Lowest Price Technically Acceptable (LPTA) source selection process described in FAR 15.101-2. LPTA is considered to be the proposal(s) that are rated technically acceptable with cost/price evaluated to be both reasonable and realistic.

M.1 Basis for Award cont. Must satisfy the Government’s minimum requirements to be considered “Acceptable”. All Offeror’s whose cost/price proposal have been determined to be both reasonable and realistic will be considered to be “Lowest (Evaluated) Price”.

M.2 Evaluation Methodology The Government will assess all responsive proposals against the solicitation requirements and criteria defined by the evaluation factors below. Technical Past Performance Cost/ Price

M.2.1 Factor I - Technical Each of the three (3) sections within the Technical Factor will be rated as “Acceptable” or “Unacceptable” in accordance with the definitions below. An “Unacceptable” rating for any section will result in Factor I – Technical being “Unacceptable” and will preclude an Offeror from contract award. Adjectival Rating Description Acceptable Proposal meets the requirements of the solicitation Unacceptable Proposal does not meet the requirements of the solicitation

M.2.2 Factor II - Past Performance First, the Government will evaluate proposed past performance to determine relevancy and assign a relevancy rating. Second, the Government will evaluate the proposed past performance to determine how well the contractor performed on the contracts and assign a performance confidence rating.

M.2.3 Factor II - Cost /Price The Government will evaluate each Offeror’s cost proposal for completeness, price reasonableness and cost realism in accordance with FAR 15.404-1. Cost/Price analysis will not be performed for a proposal deemed technically Unacceptable.

M.2.3 Factor II - Cost /Price cont. Completeness The Offeror’s cost proposal will be considered complete if all requirements in Section L have been satisfied. Reasonableness and Realism: Cost/price analysis using one or more methods listed under FAR 15.404-1(b) will be used to ensure that the awarded contracts will result in reasonable and realistic prices.