Transformation Twenty-One Total Technology Next Generation
(T4NG)
November 16, 2016
Matthew Ginty Contracting Officer
Technology Acquisition Center
Joseph During Program Manager
Technology Acquisition Center
Agenda
Technology Acquisition Center (TAC) Overview
T4NG Contract Overview T4NG Best-of-Breed Contractors VA’s Task Order Process
Use By Other Federal Agencies
2
TAC – Mission Statement
The Technology Acquisition Center (TAC) is dedicated to providing acquisition and program management
expertise and support for life cycle management of enterprise-wide solutions in Information Technology (IT).
3
TAC – Customer Service
Workload is distributed amongst the buying divisions: Complex IT Requirements - services, hardware, software IT Interagency Agreements Simplified Acquisitions
Responsible for preparing and executing quality contracts that support the IT efforts and needs of
its customers: Main customer is the Office of Information Technology (OI&T) Other Customers:
Veterans Health Administration (VHA) National Cemetery Administration (NCA) Veterans Benefits Administration (VBA) Department of Homeland Security (DHS) Department of Housing and Urban Development (HUD)
TAC offers full complement of services (Big “A”): Contracting Support Cost & Pricing Support Engineering Support Legal Support Evaluation Support
5
T4NG – Contract Overview
Follow-on to highly successful T4 Contract
Contractor-provided solutions in support of IT, health IT, and telecommunications, to include services and incidental hardware, for customer requirements that vary across the entire spectrum of existing and future technical environments
Multiple Agency Contract (MAC) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order (MATO) Contract Ordering period – Five (5) years with one 5-year option (Awarded March 7, 2016)
Maximum overall value of the T4NG contract: $22.3 Billion
Time-and-Materials (T&M) /Labor Hour, Cost Reimbursement (CR) & Firm-Fixed Price (FFP) task orders
Allows up to $5.5B (25%) in obligations from other Federal agencies in support of Office of Management and Budget’s (OMB) Category Management Initiative
Individual Task Orders issued utilize a best value, performance-based approach 28 Best of Breed Contractors
6
T4NG IT Functional Areas
4.1 Program Management, Strategy, Enterprise Architecture and Planning Support
4.2 Systems/Software Engineering 4.3 Software Technology Demonstration and Transition 4.4 Test & Evaluation (T&E) 4.5 Independent Verification and Validation (IV&V) 4.6 Enterprise Network 4.7 Enterprise Management Framework 4.8 Operations and Maintenance (O&M) 4.9 Cyber Security 4.10 Training 4.11 Information Technology (IT) Facilities Task Orders may contain more than one Functional Area necessary to
provide a total solution. 7
Special Contract Requirements
Clause H-1 On Ramp
Utilized to add service-disabled Veteran-owned small business (SDVOSB), Veteran-owned small business (VOSB), and/or small business Contractors under any circumstances, including in the event an Off-Ramp is exercised.
Ability to On-Ramp Contractors Revisiting the original pool of T4NG Offerors deemed in the competitive range Issuing a follow-on T4NG solicitation for evaluation Government can exercise this right at its sole discretion
8
Special Contract Requirements
Clause H-2 Off Ramp The Government, in its sole discretion, may exercise the Off-Ramp if any of the following events
occur: SDVOSB/VOSB/Small Business contract holder that was not awarded under Full and Open
Competition and no longer qualifies as a SDVOSB/VOSB/Small Business. If the Government elects to exercise the Off-Ramp, the Contractor will be removed from the
program and thus will not be eligible to propose on any T4NG task order competitions. Current task orders may continue until such time that the current period of performance
ends. Options will not be exercised.
9
Special Contract Requirements
Clause H.4 Small Business Participation Requirements Prime contractors shall:
Meet the Government’s overall small business participation requirement for this procurement. Make a good faith effort to meet their T4NG proposed small business participation
percentages.
Considered as part of Prime Contractor’s past performance evaluation (after 6 months) Any change in business size or ownership will NOT change the SB Participation Goals; they will
NOT be renegotiated
Failure to make a good faith effort to meet the overall small business participation requirement or percentages may prevent the contractor from receiving future task orders.
10
Business Type Requirement
Overall Small Business 35%
Business Type Goals
SDB (including Section 8(a)) 5%
WOSB 5%
HUBZone 3%
VOSB 12%
SDVOSB 10%
Special Contract Requirements Clause H.5 Veterans Employment The Contractor shall:
Maintain its Veterans employment numbers as provided at time of proposal submission. Numbers will soon be considered by the CO in his/her evaluation of the prime contractor's past performance on future task order awards. The prime contractor is cautioned that failure to make a good faith effort to maintain its overall Veterans employment numbers may prevent the contractor from receiving future task orders.
Currently employing over 16,000 Veterans which is approximately 24% of the T4NG Prime Contractor workforce.
11
Teaming
T4NG Primes can team with other T4NG Primes for RTEPS.
Must have Prime – Subcontractor relationship (cannot have two (2) Primes under a single TO). Thus, we will have privity of contract (and communicate with) only one Prime per Task Order.
Primes are NOT limited to partnering with their initially proposed Teams
12
T4NG Past Performance
Past Performance evaluations based upon: Average of the cumulative Quality Assurance Surveillance Plan (QASP) ratings received for all awarded task orders Extent to which Small Business Participation goals have been met
Past Performance Factor rating expressed as a numerical score. Maximum possible score of five (5) points in past performance Maximum possible score of five (5) points in past performance in achieving small business participation goals Total maximum possible score of 10 points
Veterans Employment will also be utilized
13
T4NG Post Award
Quality Assurance Surveillance Plan (QASP)
Provides a systematic method to monitor Contractor performance and identify any issues. Cumulative scores from all task orders used in past performance assessment.
Quarterly Collective Prime Contractor Program Management Reviews (PMR) All 28 vendors come together at TAC. Address any issues in an open forum to ensure all vendors are afforded the same information. Provide an opportunity for vendors to ask specific questions.
Individual Prime Contractor PMRs.
Held at discretion of Contracting Officer on an as needed basis.
14
Sample Tasks Designed to test the Offeror’s expertise and innovative capabilities, and in general – to be a
problem solver. Offerors were not given an opportunity to correct or revise a sample task response. Responses to each Sample Task were evaluated against a Government developed solution,
which would meet all of the Government’s requirements for each Sample Task.
Sample Task Topics: Electronic Health Record (i.e. VA’s VISTA) modernization Telehealth Enhancements & Expansion Cloud Migration
Unlikely any one Offeror had the subject matter expertise to answer all 3, Offerors’
likely needed to know who does what, network, hire subcontractors, etc., in order to “tackle” the sample tasks-essentially put together the best team possible.
SMEs who evaluated, also developed the questions and solutions
16
Technical Factor – 3 Sample Tasks
Sample Tasks tested an Offeror’s ability to be a problem solver
T4NG Vendors
17
Vendor Size Business Information Technology Solutions, Inc. SDVOSB Halfaker & Associates, LLC SDVOSB, 8(a), WOSB Nester Consulting LLC, dba GovernmentCIO SDVOSB, HUBZone Systems Made Simple, Inc. Large TISTA Science and Technology Corporation SDVOSB Favor TechConsulting, LLC SDVOSB, 8(a), EDWOSB Booz Allen Hamilton, Inc. Large B3 Group Incorporated SDVOSB, HUBZone AbleVets, LLC SDVOSB Ellumen Inc. Small The Informatics Applications Group, Inc. WOSB CACI-ISS, Inc. Large Accenture Federal Services Large HMS Technologies, Inc. SDVOSB Liberty IT Solutions, LLC SDVOSB SRA International, Inc. Large International Business Machines Corp. Large Information Innovators Inc. Large By Light Professional IT Services, Inc. Large Intelligent Waves LLC SDVOSB Kforce Government Solutions, Inc. Large CGI Federal Inc. Large HP Enterprise Services, LLC Large Leidos, Inc. Large Insignia Technology Solutions SDVOSB Pro-Sphere Tek Inc. SDVOSB SBG Technology Solutions, Inc SDVOSB Veterans EZ Info, Inc SDVOSB
Market Research/RFI Process
Extensive market research is performed to accomplish the following: Refine requirements by soliciting feedback/questions on
draft PWS Gauge vendor interest Determine vendor capability Determine acquisition strategy (Fair Opportunity vs. Set
Aside)
19
RTEP Process
Requests for Task Execution Plans (RTEP) will specify the technical requirements as well as the basis for award and evaluation factors (i.e. price, technical, past performance, etc.)
RTEPs may be evaluated on Best Value, Lowest Price Technically Acceptable (LPTA), or “2-step” Best Value basis
Yes/No Bid within two days of RTEP issuance
Question & Answer period (3-days unless otherwise specified)
Task Execution Plans (TEPs) due seven business days after RTEP issuance. Longer response periods will be provided on a case-by-case basis
TEP evaluation completed within approximately 12 days of TEP receipt
20
RTEP Process
Customer: Develops Acquisition Requirements Package
Contracting: Develops and issues RTEP
TEP evaluation and selection
CO-Issues Task Order
T4NG Prime - starts work
21
Prime Contractors - Yes/No Bid Intention (2 days) Develop TEPs (7 business days)
Contracting: Lists action on Pipeline Report and releases
RFI
TAC provides full service support.
Interagency Agreement (IA) put in place with external customer. Contract obligation amount and TAC fee for service
External customer submits requirements to TAC
Any document exchanges through secure email or a secure module on Virtual Office of Acquisition (VOA) site.
TAC offers full complement of services to include: Contracting Support Engineering Support Cost & Pricing Support Legal Support Evaluation Support
TAC solicits, awards, and manages the task order (TO) using VA’s Acquisition Task Order Management
System (ATOMS) and electronic Contract Management System (eCMS).
Full service support for post award management of the Task Order.
Fee up to 2.5%.
External customer would utilize its own Contracting Officer’s Representative (COR) to monitor performance.
23
Ordering Assisted Acquisition
Federal Agency orders directly from the T4NG vehicle. External customer completes solicitation and any associated documents.
Any document exchanges through secure email or a secure module on VOA site
TAC utilizes ATOMS to conduct business with vendors and uploads documents to VOA site for customer review. (solicitations, proposals etc.).
External customer creates the award document and obligates the funds via its own contracting/financial systems Post award administration handled by the external customer.
TAC tracks all task orders via ATOMS to maintain award information and
ensure overall ceiling is not exceeded. 0.5% Contract Access Fee.
24
Ordering Direct Acquisition
Why T4NG?
Streamlined Acquisition Process resulting in shorter lead time to award Low fee for use
Ease of Use for Simple to Complex Acquisitions
Dedicated TAC support, including Contracting Support, Engineering Support, Cost &
Pricing Support, Legal Support, Evaluation Support, etc. for Assisted Acquisitions Large pool of SDVOSBs/VOSBs/Small Businesses to assist in meeting Small
Business goals
Maintenance of T4NG specific task order performance and Veterans employment information used in evaluation
Additional information available by request.
25
External Customer Information
TAC External Customer Liaisons
Mr. Richard Loeffler [email protected]
732-440-9708
&
Mr. Richard Wortman [email protected]
732-795-1149
26