MU2E PROCUREMENT MANAGEMENT PLAN



Similar documents
Secure Electronic Voting RFP Kit

CHAPTER 5 SMALL PURCHASES

MANAGEMENT 3 PROCUREMENT AND CONTRACTOR. Purpose

TABLE OF CONTENTS. Prefacej... 1

PROCUREMENT STANDARD OPERATING PROCEDURES (SOP)

8.OFFER DUE DATE: 2:00pm September 18, PAYMENT DISCOUNT TERMS

PROCUREMENT POLICY CHAPTER

Project Procurement Management

An organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award.

State Health Benefit Plan Procurement Policy

Government Contracting 101 PART 2. Text File. Welcome to SBA s training program, Government Contracting 101, Part 2.

COALITION PROVISIONAL AUTHORITY ORDER NUMBER 87 PUBLIC CONTRACTS

CHARTER TOWNSHIP OF WASHINGTON PURCHASING & BID POLICY

TABLE OF CONTENTS. Purchasing and Contracts Division Purchasing Policies and Procedures The Competitive Process... 2

UNIVERSITY HOSPITAL POLICY

Procurement Policy. 2.1 Mosaic and all its North American subsidiary companies.

Purchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes

Guidelines for Submitting Unsolicited Contract Proposals

24 CFR PART Procurement. States. Procurement standards.

Florida Division of Emergency Management ITB-DEM Disaster Recovery Services Questions and Answers (ANSWERS IN BOLD)

DGS (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS

Luzerne County Purchasing Manual. Approved May 2014

U.S. Department of Energy Human Resources and Administration Home Page

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

CROW WING COUNTY BRAINERD, MINNESOTA

HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING

Banner - A packaged Enterprise Resource Planning (ERP) software product that

The supply of materials and services for the University must be undertaken as follows:

Date of Original Policy: September 2002 Last Updated: July 2015 Mandatory Revision Date: July 2020 Assistant Vice-President (University Services)

PART SMALL BUSINESS PROGRAMS

Procedures for Tenders and Contracts. October Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14

CONTRACTOR PERFORMANCE SYSTEM PROCEDURAL DOCUMENT. Revision date: May 25, 2015

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK (845)

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, Table of Contents

SUMMER FOOD SERVICE PROGRAM Procurement Standards

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for PRINT MANAGEMENT SYSTEM FOR PUBLIC COMPUTERS

Overview 1) Grantee s procurement requirements must be in conformance with the appropriate applicable Federal, State, and local laws.

Corporation for Public Broadcasting Travel Management Services Request for Proposals Due: September 21, 2015 at 5 p.m. EST

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])

HISTORICAL RECORD / HISTORIQUE. NSPO REGULATION No / RÈGLEMENT N 4200 DE LA NPSO NSPO PROCUREMENT REGULATIONS RÈGLEMENT DES ACHATS DE LA NSPO

The CITY OF BAYONNE is soliciting bids for the provision of the following professional services:

Palm Beach County Clerk & Comptroller s Office Contracting & Purchasing Review

CORPORATE PROCUREMENT POLICY

FORT PIERCE UTILITIES AUTHORITY Committed to Quality

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

How To Support A Small Business Subcontracting Plan At Idaho National Laboratory

U.S. Department of Housing and Urban Development COMMUNITY PLANNING AND DEVELOPMENT

TABLE OF CONTENTS Number Subject Date Financial Policies Internal Controls Financial Reporting Revenue Management Treasury Expenditure Management

PROCEDURES: Purchasing Policy

CONTRACT ADMINISTRATION AND MANAGEMENT GUIDE

ORDINANCE NO THE PEOPLE OF THE CITY OF LOS ANGELES DO ORDAIN AS FOLLOWS:

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

Detroit Land Bank Authority. Request for Qualifications: As Needed Legal Services

RRC STAFF OPINION PERIODIC REVIEW AND EXPIRATION OF EXISTING RULES REPORT

REQUEST FOR PROPOSAL windows,sliding glass door repair and replacement contractors

Stephenson County, Illinois

Corporate Purchasing. Manual: Organizational Approved By: President & C.E.O. Section: Finance Original Date Issued: March 2011

10/30/2015. Procurement Under the New Requirements. Why This Session Is Needed. Lesson Overview & Module Objectives. Changes to conflict of interest

Contract Number: GS-35F-155CA Contract Period: January 28, 2015 January 27, 2020

4.06 Consulting Services

Policy Number: Policy Name: Bidding and Source Selection Procedures

CHAPTER 4 TYPES OF COST ESTIMATES

Project Management Guidelines

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

Benefits of the General Services Administration (GSA) Schedule. An introduction to the GSA Schedules Program and its process

Within the context of this policy, the following definitions apply:

4. Chief Financial Officer (CFO). The employee designated by the OJA Executive Director as Division Director of Financial Services.

CHAPTER 5 PURCHASING PROCEDURES General Statement Purchasing Division Responsibilities Definitions...

INTER-PARLIAMENTARY UNION

Request for Proposal For: Video Production and Live Streaming Services. ABA Section of Litigation August 14, 2013.

Open competition for each procurement Master state contract Task orders Multiple agency procurement vehicles Sole source, single source Interagency

PROCUREMENT MANAGEMENT PLAN <PROJECT NAME>

CONTRACT POLICES & PROCEDURES MANUAL CONTRACT POLICIES AND PROCEDURES MANUAL

Head, Office of Project Management Oversight

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

c. Dennis Aughtry, Esquire

Policy Number: Policy Name: Professional Services and Construction Services Procurement

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

Project Procurement Management

DOING BUSINESS WITH CHARLOTTE-MECKLENBURG SCHOOLS A GUIDE FOR VENDORS. March 2007

Public Procurement Position Descriptions

Bid closing date December 21, 2013

Food Service Management Companies Table of Contents

PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR KUWAIT PORT AUTHORITY FOR PROJECTS AT SHUAIBA PORT

REQUEST FOR QUOTE (RFQ)

Enterprise Scheduler Rev. 0 Bid # Scope of Work

FedRAMP Standard Contract Language

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects

IIT Purchasing Manual

Standing Offer Agreements

UNITED STATES DEPARTMENT OF EDUCATION OFFICE OF INSPECTOR GENERAL. September 24, 2010

PROCUREMENT GUIDELINES OF THE DISTRICT OF COLUMBIA COURTS

RFP ADDENDUM NO. 1

211 LA County. Technology Infrastructure Assessment. Request for Proposals. August 2012 Request for Proposals- 211 LA County 1

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

REQUEST FOR PROPOSALS FOR LEGAL SERVICES

Local Government Guide to Procurement with Federal Grant Funding


Project Management Procedures

DNDi PROCUREMENT POLICY 2.4

Transcription:

MU2E PROCUREMENT MANAGEMENT PLAN Version 1.1 June 29, 2012 Mu2e-doc-xxx

Approved By: R. Ray date Mu2e Project Manager J. Collins date Fermilab Procurement Department Head G. Bock date Fermilab Associate Director for Research Concurred by: P. Philp date DOE Mu2e Deputy Federal Project Director P. Carolan date DOE Mu2e Project Director R. Simpson date DOE Fermi Site Office Contracting Officer

1. Introduction This Procurement Management Plan describes how the Mu2e Project being constructed at Fermi National Accelerator Laboratory (Fermilab) will procure the goods and services required to accomplish the project mission. The purpose of this plan is to identify the critical procurements necessary to construct the Mu2e project, define the key roles and responsibilities of key individuals involved in Mu2e procurements and to formulate detailed advance plans and strategies such that procurement awards can be placed to minimize technical, cost and schedule risk to the Mu2e Project. 2. Responsibilities Technical Cost Account Managers (CAMs) are responsible for the technical definition of Project procurements. The Mu2e Project Engineers are responsible for reviewing and approving the technical component of major procurements. The technical and scientific parameters of the Project are maintained in the project database that is controlled by a Configuration Manager. Technical specifications will be reviewed for consistency with these parameters. Procurement The Mu2e Project Acquisition Manager will be responsible for ensuring that critical procurements comply with all Fermilab and DOE requirements and is the primary contact between the Mu2e Project Manager and the Procurement Department. Funds Authorization Authorization for purchase requisitions, Procard purchases, and other internal services will be given in accordance with the Mu2e signature authorization procedure defined in the Mu2e Project Management Plan (Mu2e-doc-508). Signature authority for large purchases is defined by the Fermilab Business Services Division. 3. Organization Coordination Meetings To maintain close communication and coordination between the Mu2e Project and the

Procurement Department, biweekly meetings will be held to ensure that the procurement process proceeds smoothly from the preparation of the Advance Procurement Plan (see Section 4) through delivery of the Critical Procurement. Decisions on procurement methods, statements of work, basis for evaluations and awards, and contract administration will be established as early as possible to avoid disruptions late in the procurement process. Expediting Personnel Expediters will be assigned to the Mu2e Project during heavy phases of procurements to assist in the preparation of drawing packages, and technical, safety and quality control specifications to ensure that the procurement schedule is maintained. 4. Procurement Plan Advance Procurement Plans Advance Procurement Plans (APP s) are management planning tools used to describe any procurement that has special requirements or criteria (i.e., technical, cost, schedule, quality, safety, etc.). Each APP shall be created by the applicable System Manager or Cost Account Manager responsible for the item being purchased. He or she will consult with the Project Acquisition Manager for input on compliance with procurement regulations. The plan must be signed by the relevant Cost Account and System Managers, the Project Acquisition Manager, the Mu2e Project Engineers and the Mu2e Project Manager. Procurements over specific thresholds must be approved by the Mu2e Federal Project Director or designee (Deputy FPD) and the DOE Contracting Officer. Except as otherwise determined by an APP, all procurements will be handled in accordance with Fermilab s Standard Operating Procedures, which have been approved by the U.S. Department of Energy (DOE). Any exceptions must be approved in advance by the DOE Project Director or Deputy FPD and the DOE Contracting Officer. Each APP should include the following sections as applicable: 1. Members of APP Planning Team (including author/contact person) 2. Most Recent Estimated Cost and Baseline Cost Estimate 3. Scope of Work (SOW) (Item or System Description). This section provides an overview of the procurement and provides any details to be passed onto the vendor. As the SOW will be copied verbatim from the APP, the author should take note that this section does not contain any confidential or proprietary information that should not be divulged with potential vendors.

4. Risk Management information specific to the procurement, i.e. identify potential cost, schedule technical risks associated with the item/system; describe how the specific procurement strategy and features address these risks; identify possible project mitigation actions that may be considered or available in the event a serious cost/schedule/technical risk materializes, poor vendor performance, or other trigger event, e.g. types of vendor interactions or negotiations to be pursued (how these would be managed), identification and development of other sources, or other available options. The following subsections may also be included in the SOW a. Delivery Requirements i. Special testing and/or packaging requirements ii. Deliverables (test data, manuals, documentation, certifications, and so forth). iii. Quality/Safety requirements. b. Procurement Schedule i. Delivery rate/schedule ii. First delivery, final delivery, etc. c. Proposed Sources i. Extent of anticipated small and disadvantaged business participation. ii. Pre qualification of sources d. Selection Criteria e. Award Criteria i. Evaluation system and stated basis of award ii. Designated evaluation team f. Finding and Determinations i. Type of contract. ii. Sole source or restricted source. iii. Other considerations (i.e., phased funding, build to print/spec) g. Necessary DOE approvals i. Names of approvers ii. Anticipated evaluation time required by each approver.

Critical Procurements The Mu2e Project Manager will prepare and maintain a list of critical procurements. An APP can be written to describe and/or clarify the process for any particular procurement; however an APP is required for all critical procurements. The following guidelines will be used in determining which elements of the Mu2e Project are deemed critical procurements: 1. All procurements over $1 million for a single action or an aggregate for a series of actions involving the same item. 2. Procurement actions that require complex evaluation systems. 3. Procurements that have high technical, cost, or schedule risk. DOE Oversight & Approvals The Mu2e Project Office will maintain up to date procurement schedules, Advance Procurement Plans, and the list of Critical Procurements. These elements will be submitted to the DOE Fermi Site Office for their information along with timely updates on schedule revisions and problems. Any elements requiring DOE approval will be planned in advance and submitted in a timely manner to allow adequate review. Advance DOE signature approval by the Mu2e Federal Project Director or Deputy FPD and the DOE Contracting Officer is necessary for all procurements in excess of $5M. Procurements impacted by the Buy American Act require DOE approval if they exceed $100K. The table below indicates the level of DOE approval required for various procurement thresholds as well as the expected time duration associated with each level of approval. Threshold DOE Office Additional Schedule Duration $5M - $25M Fermi Site Office 2 Weeks Buy American Act Waiver > Fermi Site Office 2 Weeks $100K Buy American Act Waiver > $1M Chicago Integrated Support Center 8 Weeks Procurement Methods Because of the nature of most of the items to be procured, procurements will be principally conducted through a negotiated procurement process (RFP, RFQ). Awards will generally be made to the lowest priced bid, assuming all technical and schedule requirements can be met. However, best value awards can be made if the requestor has stipulated that the evaluation permit trade offs between technical, price, and other

designated criteria. These stipulations shall be called out explicitly in an APP. Risk Management Each Critical Procurement shall be analyzed to determine potential cost, technical and schedule risk. Procurement methods, contract type and special features will be used as appropriate to the risk. 1. Cost Risk a. Whenever practical, fixed price contracts will be used to minimize cost risk to the Project. b. Fixed-price contracts with economic price adjustment may be used when there is serious doubt about the stability of labor, material or commodity prices during the life of the contract. Price adjustment can provide for both upward and downward adjustments. c. Requirements for related commercial items will be consolidated to enhance discounts. d. Indefinite Quantity/Delivery contracts may be used to permit economies of scale on items needed in substantial quantities over prescribed time periods. 2. Technical Risk a. Detailed technical specifications, whether defined in the APP or in an external document, will be used whenever practicable to minimize technical risk. b. Performance specifications will be used when detailed, technical specifications are not practicable. c. When appropriate, Evaluations Boards will be organized to evaluate offers on Critical Procurements to ensure appropriate cost/schedule/performance trade offs. d. Offers will be evaluated to determine the vendor s level of reliability, either by reference to relevant past performance history or through pre award surveys. e. Situations leading to post award changes will be minimized. 3. Schedule Risk a. Realistic advance planning will ensure adequate time for orderly procurement. b. If appropriate, during the evaluation, vendor s facilities, capabilities and history will be reviewed to assess the vendor s abilities to perform on schedule.

5. Source Selection 1. Competition a. Procurements will be made on a competitive basis to the maximum extent practicable. b. For critical procurements, source development will be attempted whenever an adequate number of sources is not known or to locate small and disadvantaged business if the requirements are suitable. 2. Statements of Work a. Unduly restrictive statements of work and specifications will be avoided. Detailed specifications will reflect minimum needs of the Project and functional and/or performance specifications may be used if practicable. b. Statements of work will clearly describe any special conditions such as first article testing, special inspection requirements, certifications, reports, and so forth. 3. Evaluation and Award a. The basis for evaluation and award will be established prior to solicitation and will be clearly stated in the solicitation. b. Evaluations will adequately document the basis for the selection decisions. Contract Administration 1. Procedures a. Approved contract administration procedures will be used. b. Contract terms and conditions will be actively enforced including requirements for delivery of reports. Consideration will be sought for any significant contractor performance deficiencies. 2. Changes a. Contract changes will be kept to an absolute minimum. Estimates of the cost and schedule impact of changes will be fully developed prior to the issuance of a change order. b. Any work to be added which falls outside of the scope of the contract will be treated as new work. Addition of such work to an existing contract will be fully justified.

6. Project Tracking of Procurement Actions 1. Critical Procurement Tracking System a. The Mu2e Project Office will develop, refine, and update a tracking system for all Critical Procurements. b. The Project Procurement Tracking System will commence tracking each critical procurement at the time an APP is determined to be necessary. The system will, at a minimum, track the following: i. Requirements development to the point at which there is a complete technical package. ii. Necessary approval actions, including any DOE approvals. iii. Key procurement actions including pre solicitation, publication, set aside decisions, solicitation, evaluation, and award (and any problems therein). iv. Key performance items such as reports, tests, technical problems, and any related contractual actions (for example, change orders). v. Delivery schedules and costs. vi. Status of liquidations (payments). 7. Conflict of Interest 1. Contractors All contractors must complete the Representation Concerning Conflict of Interest as a condition for award of contracts in excess of $10,000. 2. Project Personnel The Purchasing Office will assure that those personnel defining requirements or evaluating proposals have no interest in any potential or actual competitor for such a requirement. 8. Make or Buy The Project Office will review fabrication requirements and recommend whether to use in house capabilities or buy the item from an outside supplier. This program applies to the fabrication of hardware and services. The goals of this program are as follows:

a. Meet the Mu2e Project mission, cost, design, and schedule requirements effectively. b. Comply with obligations to support small, small disadvantaged, and women owned business enterprises as defined by Fermilab. c. Efficiently use and maintain Fermilab s capabilities according to the Lab s and the DOE objectives. 9. Legal Review Fermilab s Legal Counsel will provide input on procurement matters, as requested. The Legal Counsel will provide advice, direction, review, recommendations and approval of procurements in accordance with Fermilab and DOE policies. 10. Quality Assurance Fermilab s Quality Assurance Program will be incorporated into the technical specification or procurement documentation requirements to assure that the purchased products meet specifications and perform as required. 11. ES&H Control Account Managers will identify and define the materials and services that are included in each procurement, including the essential quality characteristics, ES&H, security and other requirements. Other technical, quality and ES&H advisors are consulted, as necessary. With input from the Procurement Manager, they fully define the products and services to be obtained along with the potential sources. The requirements are expressed as a statement of work or description of materials and services needed, including quality, safety and security requirements.