Chief Information Officer Solutions and Partners 3 Team Kickoff Meeting (CIO-SP3)
-
Upload
glenn-vickery -
Category
Documents
-
view
218 -
download
1
Transcript of Chief Information Officer Solutions and Partners 3 Team Kickoff Meeting (CIO-SP3)
Chief Information Officer Solutions and
Partners 3 Team Kickoff Meeting
(CIO-SP3)
Agenda• Meet & Greet 2:00 p.m. – 2:20 p.m.• Westover PMO & Team Introductions 2:20 p.m. – 2:40 p.m.• Westover’s Organizational Structure 2:40 p.m. – 3:00 p.m.
– Who We Are– CIO-SP3 PMO– IDIQ Committee– Roles and Responsibilities
• CIOSP3 Team Presentation 3:00 p.m. – 4:00 p.m.– CIOSP3 Contract Overview– Processes– Registering Opportunities
• Questions and Discussions 4:00 p.m. – 4:30 p.m.
2
Westover’s CIO-SP3 Team Introductions
3
CIO-SP3 Contract Overview
4
Who is NITAAC?• NIH Information Technology Acquisition & Assessment Center
(NITAAC)– Housed within HHS– Over 20 years experience in Government-Wide IT contracting
• An Office of Management and Budget (OMB) Executive Agent authorized to award and administer Government-Wide Acquisition Contracts (GWACs)- Currently, only 3 agencies have OMB Executive Agent Status
• NITAAC administers multiple GWACs for IT products, services and solutions:
5
CIO-SP3 Contract Summary
6
Name: Chief Information Officer - Solutions andPartners 3 (restricted)
IDIQ Vehicle Type: Government-Wide Acquisition Contract (GWAC)Contracting Agency: National Institutes of Health (NIH)Eligible Users: All Government-Wide agenciesWestover’s Role: PrimeSubcontractors: 4 Approved Subcontractors; Obtain CO approval prior to replacing,
adding, or deleting team membersNIH CAF (NCAF): .75% (Total NCAF = Total Award Value * NCAF Percentage (.75%));
No additional charge for value-added servicesTask Order Types: FFP, T&M, Cost-ReimbursementContract POP: 10 Years; 07 June 2012 - 31 May 2022Contract Number: HHSN316201200190WCeiling: $20BPrime Contractors: 90 Primes including: 22nd Century Team, Emergint, Inuteq, Snap, FEI,
Sekon, and Tantus.Website: http://www.westover.com/ciosp3/
CIO-SP3 Scope• The CIO-SP3 contract provides IT solutions and services including,
but not limited to, Health and biomedical-related IT services to meet scientific, health, administrative, operational, managerial, and information management requirements.
• Hardware/Software must be considered to be critical and related to the services being acquired under the task order.
• Key functional areas:
7
– IT Services for Biomedical Research, Health Sciences, and Healthcare
– Chief Information Officer (CIO) Support
– Imaging– Outsourcing– IT Operations and Maintenance
– Integration Services– Critical Infrastructure
Protection and Information Assurance
– Digital Government– Enterprise Resource Planning– Software development
Westover’s Scope
8
Task Area 1: IT Services for Biomedical Research,
Health Sciences, and Healthcare
Task Area 2: Chief Information Officer
(CIO) Support
Task Area 5: IT Operations and Maintenance
Task Area 7: Critical Infrastructure Protection and
Information Assurance
Task Area 10: Software Development:
Overview of Key Contract Terms and Conditions
9
Contract Terms
10
10-Year, multiple award indefinite-delivery, indefinite- quantity (IDIQ) GWAC
Flexible Pricing Arrangement Firm-Fixed-Price (FFP), Cost-Plus-Fixed-Fee (CPFF), Cost-Plus-Award-Fee
(CPAF) Cost-Plus-Incentive-Fee (CPIF), and Time-and-Materials (T&M) Flexibility to use “hybrid” contract types to fit the needs of unique requirements
$20 billion contract ceiling
For everything ITSM in support of the Federal Enterprise Architecture, the Department of Defense Enterprise Architecture and the Federal Health Architecture.
.75% contract access fee; no additional charge for value-added services
137 Labor Categories with competitive priced labor rates
Contract Terms (cont.)
11
Potential Application? Everything IT!
Biomedical Information Services
Workforce Management
Capital Planning and Investments
IT Portfolio AnalysisMarket Research Identify and Access
ManagementCloud Computing
Software as a Service (SaaS)
Software DevelopmentConfiguration
ManagementHelp Desk/IT SupportWeb DevelopmentData Quality
ManagementEnterprise Data
ManagementSystems Engineering Cyber Security
Contract Terms (cont.)
12
No need to synopsize or post requirements on FedBizOpps
Costs determined to be fair and reasonable at the parent level
FAR 16.505 Ordering Fair Opportunity (FAR Subpart 16.505(b)(1) – Each awardee
must provide a fair opportunity to be considered for each order exceeding $3,000
Competition requirements in FAR Part 6 and policies in FAR Subpart 15.3 do not apply
Streamline process that saves you time Setting a competitive range is not required Scoring or ranking proposals/quotes not required (FAR 16.505(b)
(v)(B) Firms have already been technically evaluated for scope
capabilities; CO can use simplified evaluation
Invoicing Procedures
13
The loaded labor rates that you submitted for this award can be used on FFP and T&M task orders. The loaded hourly rates are ceiling price rates and contractors may, at their discretion, elect to propose lower hourly rates when responding to a request for a task order proposal. Travel and other ODCs, if applicable may be estimated for each task order. Any amount negotiated for travel and ODCs, will be added to the extended price of all ordered items to arrive at the total for the task order.
Invoicing Procedures
14
For Cost Reimbursable task orders, the subcontractor will provide to the prime contractor complete supporting schedules identifying all applicable direct and indirect costs for performance of the task order. Subcontractors with government-approved rates should possibly submit the most recently approved provisional indirect billing rates for indirect costs. The fee negotiated with the agency by the prime contract for each task order will apply to the subcontractor. If the task order type is to be CPAF or CPIF, the fixed portion of fee and the award or incentive portion will be clearly differentiated.
Invoicing Procedures
15
Rate Refresher: Because of the dynamic nature of IT services and potential changes in market conditions, the PCO may determine that there is a need to reassess the rates that have been negotiated and agreed upon during the contract period of performance. If warranted, rates will be renegotiated with all subcontractors; however, renegotiation of rates will occur no more frequently than every two years.
Invoicing Procedures
16
GWAC & Task order Period of Performance:
This GWAC has a period of performance 07/15/12 – 07/14/22 while the period of performance for each task order placed under this contract will be specified in the individual task order. Task orders may not exceed 120 months, inclusive of options, from the date that the task order is awarded. Task order options, if included at initial issuance of the task order, may be exercised after the expiration date of the GWAC; however, no task order (including task order options) may extend more than 60 months beyond the expiration of the GWAC.
Registering OpportunitiesIDIQ Team Member Website
Secure portalAccess to rfp’sAccess to templatesTeam Newsletter PricingTeam member contact information
17
Task Order Process
18
Definition
Customer submits RFP
Submission
NITAAC reviews
scope and releases to
eligible contract holders
Released Pending
Q&A
Optional
Pending Proposal
Contract holder(s) submits
proposals
Awarded
Select awardee (s) and prepare
award documents *
Funded
Load award documents using the CIO-SP3
Contract #
* Award documents prepared in customers contract writing system i.e. Prism
Advantages of using NITAAC• Cost Competitive:
– Fair and reasonable prices/rates negotiated at the master contract level– Task and delivery order competition drives prices/rates even lower
• Faster: - Streamlined ordering and procedures saves time, money and resources
• Easier: - Web-based systems automates task and delivery order competition,
management, awardee selection and notification.
• Control: - Task and delivery order placed directly by agency with end-to-end
management by CO/KO
• Contracts: - Agile and flexible in support of all contract types
19
Advantages of using NITAAC (cont.) Customer Service:
- Customized support from Contracting Officers and IT Specialist- 1 hour response to any contractual, technical and procedural questions
- Comprehensive SOW/PWS assessment on every order- SOW/PWS evaluated for scope, clarity and other factors to assure quality
response- Assessments returned with recommendations within 24 hour
Guide and templates:- Statement of Work Template- Quality Assurance Plan (QASP) Template- Sample Instructions to Offerors- Average Labor Rates- Performance Based Contracting Kit- Independent Government Cost Estimate (IGCE) Template
20
Who uses NITAAC GWACs?
21
Who uses NITAAC GWACs?CIO-SP2 FY11 Highest Award:
FY2011: $148,852,324.49FY2010: $133,092,265.44
Average Award: $14,000,000 - $15,000,000
22
Partnering for Success
23
Teamwork
Joint Marketing
Develop fact-based strategic insights
Developing Relationships
Commitment
Fostering Wining Strategies
Collaborative Innovation
Adaptability
Conclusion• Thank You!• Additional Questions?• Westover’s CIO-SP3 Contact Information:
24
Program Manager Contract Administration Deon NoralsWestover’s CIO-SP3 PM(301) [email protected] Dr. Faye ColemanWestover’s CIO-SP3 Deputy PM(301) [email protected]
Monday IyomahanWestover’s Contract Administrator (301) [email protected] Cheryl ValentineWestover’s CIO-SP3 Alternate Contract Administrator(301) [email protected]