1 / 24

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

dyre
Download Presentation

Chief Information Officer Solutions and Partners 3 Team Kickoff Meeting (CIO-SP3)

An Image/Link below is provided (as is) to download presentation Download Policy: Content on the Website is provided to you AS IS for your information and personal use and may not be sold / licensed / shared on other websites without getting consent from its author. Content is provided to you AS IS for your information and personal use only. Download presentation by click this link. While downloading, if for some reason you are not able to download a presentation, the publisher may have deleted the file from their server. During download, if you can't get a presentation, the file might be deleted by the publisher.

E N D

Presentation Transcript


  1. Chief Information Officer Solutions and Partners 3 Team Kickoff Meeting (CIO-SP3)

  2. Agenda • Meet & Greet 2:00 p.m. – 2:20 p.m. • Westover PMO & Team Introductions2:20 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 Presentation3:00 p.m. – 4:00 p.m. • CIOSP3 Contract Overview • Processes • Registering Opportunities • Questions and Discussions 4:00 p.m. – 4:30 p.m.

  3. Westover’s CIO-SP3 Team Introductions

  4. CIO-SP3 Contract Overview

  5. 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:

  6. CIO-SP3 Contract Summary • Name: Chief Information Officer - Solutions and Partners 3 (restricted) • IDIQ Vehicle Type: Government-Wide Acquisition Contract (GWAC) • Contracting Agency: National Institutes of Health (NIH) • Eligible Users: All Government-Wide agencies • Westover’s Role: Prime • Subcontractors:4 Approved Subcontractors; Obtain CO approval prior to replacing, adding, or deleting team members • NIH CAF (NCAF):.75% (Total NCAF = Total Award Value * NCAF Percentage (.75%)); No additional charge for value-added services • Task Order Types: FFP, T&M, Cost-Reimbursement • Contract POP: 10 Years; 07 June 2012 - 31 May 2022 • Contract Number:HHSN316201200190W • Ceiling: $20B • Prime Contractors: 90 Primes including: 22nd Century Team, Emergint, Inuteq, Snap, FEI, Sekon, and Tantus. • Website: http://www.westover.com/ciosp3/

  7. 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: • Integration Services • Critical Infrastructure Protection and Information Assurance • Digital Government • Enterprise Resource Planning • Software development • IT Services for Biomedical Research, Health Sciences, and Healthcare • Chief Information Officer (CIO) Support • Imaging • Outsourcing • IT Operations and Maintenance

  8. Westover’s Scope

  9. Overview of Key Contract Terms and Conditions

  10. Contract Terms • 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

  11. Contract Terms (cont.) Potential Application? Everything IT! • Software as a Service (SaaS) • Software Development • Configuration Management • Help Desk/IT Support • Web Development • Data Quality Management • Enterprise Data Management • Systems Engineering • Cyber Security • Biomedical Information Services • Workforce Management • Capital Planning and Investments • IT Portfolio Analysis • Market Research • Identify and Access Management • Cloud Computing

  12. Contract Terms (cont.) • 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

  13. Invoicing Procedures 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.

  14. Invoicing Procedures 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.

  15. Invoicing Procedures 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.

  16. Invoicing Procedures 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.

  17. Registering Opportunities • IDIQ Team Member Website • Secure portal • Access to rfp’s • Access to templates • Team Newsletter • Pricing • Team member contact information

  18. Task Order Process * Award documents prepared in customers contract writing system i.e. Prism

  19. 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

  20. 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

  21. Who uses NITAAC GWACs?

  22. Who uses NITAAC GWACs? CIO-SP2 FY11 • Highest Award: • FY2011: $148,852,324.49 • FY2010: $133,092,265.44 • Average Award: • $14,000,000 - $15,000,000

  23. Partnering for Success Commitment Collaborative Innovation Adaptability Fostering Wining Strategies Develop fact-based strategic insights Joint Marketing Developing Relationships Teamwork

  24. Conclusion • Thank You! • Additional Questions? • Westover’s CIO-SP3 Contact Information:

More Related