Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2011 FBO #3386
SOLICITATION NOTICE

A -- Target Exploitation Development and Support (TEDS)

Notice Date
3/1/2011
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA875005D00370035
 
Point of Contact
Ms. Bonnie Goetz, Phone: (315) 330-2008
 
E-Mail Address
Bonnie.Goetz@rl.af.mil
(Bonnie.Goetz@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA875005D0037
 
Award Date
2/16/2011
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION I. CONTRACTING ACTIVITY Justification for Other Than Full and Open Competition Contracting Activity: Air Force Research Laboratory (AFRL) Purchase Request Number: E-1-1293 This program is funded with GDIP, GDIP CT, CAIS, AF ISR-A and DIA funds. II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING PROCESSED The action being processed is to extend the effective ordering period of contract FA8750-05-D-0037 (Target Exploitation Development and Support (TEDS)) from "sixty (60) months from the contract effective date" to "seventy-one (71) months from the contract effective date" and to issue a new cost-plus-fixed-fee order to continue essential operation and maintenance of the Joint Targeting Toolbox (JTT), the Joint Targeting Database (JTDB) and the Modernized Integrated Database (MIDB) until the Integrated Targeting Automation Capability (ITAC) and Defense Intelligence Modernized Integrated Database (MIDB) Enterprise (DIME) competitive acquisitions (FA8750-10-R-0002 and FA8750-10-R-0157) are awarded. The award of ITAC will provide operation and maintenance for JTT and JTDB, while DIME will provide operation and maintenance of MIDB. The effective ordering period under the TEDS contract expired 7 Apr 2010, which necessitates an extension to 7 Mar 2011 so that this new order (Order 0035) can be placed on contract. III. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS Under the contemplated new order, the contractor will provide operation and maintenance for the JTT, JTDB and MIDB programs until the ITAC and DIME acquisitions are awarded. It is anticipated that ITAC will be awarded about 8 February 2011 and DIME about 31 May 2011. Currently, TEDS Order 0031 provides maintenance of the JTT and JTDB programs through 13 Jan 2011 and TEDS Order 0033 provides maintenance of the MIDB through 24 Feb 2011. The new order will provide the continued maintenance of the JTT, JTDB and MIDB so there will be no break in service. These programs are used by the warfighter and the intelligence Community (IC) worldwide to provide the intelligence they require to satisfy mission requirements. The new order will include only the minimum work that must continue to support the warfighter and IC requirements and schedules necessary to satisfy their critical missions; namely, troubleshooting software problems, testing software patches, on-site training and installation support, life cycle support, on-going exercise support, MIDB Tier 3 Operations Support, and central maintenance facility for JTT and JTDB suite of software applications. Approximately 46,000 hours will be required between 14 Jan 2011- 30 June 2011 to provide the necessary maintenance for JTT, JTDB and MIDB and to support the transition of work between the contracting vehicles (TEDS Order 0031 and ITAC Order 0001; TEDS Order 0033 and DIME Order 0002). TEDS Order 0035 will be funded with O&M money and have a ceiling of $4,800,000. IV. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION 10 USC 2304(d)(1)(B), as implemented by FAR 6.302-1(a)(2)(iii)(B). Specifically, for DIA, the Intelligence Community and the DOD warfighters, the continued provision of highly specialized services is required from the original source as an award to any other source for this 5.5 month bridge effort would result in unacceptable delays in fulfilling the agency's and community's requirements for National Intelligence, General Military Intelligence (Order of Battle), Tactical Intelligence, Targeting Intelligence (Target Views), Terrorist / Insurgence Intelligence (CT/CI/CD/CI data), Cyber Intelligence (multi-spectrum C4 networks) intelligence information and information dissemination. V. DEMONSTRATION THAT THE CONTRACTOR'S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE (APPLICABILITY OF AUTHORITY) Currently, the JTT and MIDB work is accomplished under Indefinite Delivery Indefinite Quantity (IDIQ) Contract No. FA8750-05-D-0037 (Target Exploitation Development and Support (TEDS)) with Northrop Grumman Defense Mission Systems, Inc. TEDS was awarded on 8 Apr 2005 (with an effective ordering period to 7 Apr 2010) in order to continue development and enhancement of the current targeting functionality of Air Force (AF) and joint targeting automation software and continue development towards full automation of all needed targeting capabilities including support to all elements of the joint targeting cycle and to time-critical and time-sensitive targeting operations. The TEDS effort includes making changes to improve performance and be more responsive to operational needs; upgrading the current suite of applications with new versions of Commercial-Off-The-Shelf (COTS) and newly developed (Government-Off-The-Shelf (GOTS)) software; supporting integration testing with various operating environments (Department of Defense Intelligence Information System (DoDIIS), Theater Battle Management Core Systems (TBMCS), Joint Digital Intelligence Support System (JDISS), Global Command and Control System-Joint (GCCS-J), GCCS-Maritime (M), GCCS Integrated Intelligence and Imagery (I3), GCCS-Air Force (GCCS-AF), etc.), and responding to user mission needs concerning the initialization, operation, and management of the supported suite of applications. TEDS was a competitive solicitation whereby three proposals were received and the award made to Northrop Grumman based on the best overall value to the government. The JTT Program is responsible for maintenance and delivery of all software developed from a central maintenance facility. Currently JTT is being tested and integrated into the Global Command and Control System and requires continuous troubleshooting and life cycle support as the integration effort progresses through testing. Additionally, JTT is currently engaged in an upgrade of the Air and Space Operations Center (AOC) as part of a larger intelligence application modernization. JTT is one of the critical applications being upgraded and this is the culmination of over three years of effort to synchronize the AOC targeting application with the Combatant Command's targeting application. As these events progress, new Problem Reports (PRs) will surface and there is the possibility of providing required on-site system maintenance and training during the gap between TEDS and ITAC. The MIDB Program is responsible for maintenance and delivery of all software developed from a central maintenance facility and for data maintenance, replication/dissemination, and data extracts in support of DIA, the Intelligence Community and the DOD warfighters for National Intelligence, General Military Intelligence (Order of Battle), Tactical Intelligence, Targeting Intelligence (Target Views), Terrorist / Insurgence Intelligence (CT/CI/CD/CI data), Cyber Intelligence (multi-spectrum C4 networks) intelligence information. This requires continuous troubleshooting and lifecycle support of the infrastructure, the applications and the data. JTT and MIDB are also responsible for conducting on-going support to the warfighter in the form of on-site installation support, on-site user training and helpdesks. These functions are critical to JTT and MIDB software components being successfully installed at a user site. Additionally, JTT and MIDB support on-going exercises and experiments. The highly specialized services provided by Northrop Grumman that must continue without interruption include troubleshooting software problems, testing software patches, on-site training and installation support, life cycle support, on-going exercise support, MIDB Tier 3 Operations Support, and central maintenance facility for JTT and JTDB suite of software applications. Without the capability to provide these highly specialized services, the JTT and MIDB users will quickly experience mission performance degradation and possible mission stoppage. This degradation and downtime which would last for approximately 5 months will prevent users from accomplishing their primary mission: the conduct of Order of Battle production, target development, combat assessment, theater targeting coordination, and support to mission planning for Counter Terrorism, Counter Intelligence, Counter Drug, Counter Insurgency and Cyber missions. A gap in performance of this magnitude will adversely affect mission accomplishment at all combatant commands as well as the functional AOC's and other intelligence community partners. The JTT and MIDB Programs require Northrop Grumman's highly specialized capabilities to operate and maintain these critical intelligence systems for this short duration Order. A new contractor would not be able to immediately get up to speed to take over these activities; and it would be impractical to conduct a separate competition to cover the interim period given that competitive solicitations have already been issued for the work and are in process. In addition, waiting for the award of the ITAC and DIME competitive solicitations to continue this support presents an unacceptable 5.5 month delay in fulfilling the government's requirements. As such, there would be significant risk to not only AF, but the Joint community targeting systems if the effective ordering period of the TEDS contract is not extended to allow the award of Order 0035 to bridge the gap between the work being performed under Orders 0031 and 0033 and ITAC Order 0001 (FA8750-10-R-0002/0001) and DIME Order 0002 (FA8750-10-R-0157/0002). Therefore, the extension of the ordering period and subsequent award of a follow-on Order will be for the continued performance of a highly specialized service; namely, the continued maintenance of critical joint community targeting systems that directly impact mission accomplishment. Further, Northrop Grumman is the only firm capable of providing the services described above without the U.S. Air Force and IC experiencing unacceptable delays in fulfilling its requirements. VI. DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE The extension of the ordering period and subsequent award of Order 0035 will be only a "bridge" between the current maintenance for JTT, JTDB and MIDB and the maintenance that will be provided by the ITAC and DIME contracts once they are awarded. ITAC was competitively solicited and one proposal was received on 27 Sep 2010 from the Contractor currently performing the TEDS contract. DIME was competitively solicited on 16 Nov 2010 and proposals are due 17 Dec 2010. Upon approval of this proposed sole source action, a notice of proposed contract action required by FAR 5.203(a) will be published on FedBizOpps. VII. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE The anticipated cost of Order 0035 will be considered fair and reasonable, based on a detailed cost analysis that will be performed upon receipt of the proposal and comparison with historical data from the TEDS contract. Certified cost or pricing data will be obtained from the contractor, DCAA and DCMA will be contacted for rate recommendations and a technical and resource evaluation will be completed by the program manager to ensure the proposed technical approach is acceptable and the resources are reasonable. Negotiations will ensure that the final order estimated cost and fixed fee are fair and reasonable. VIII. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS, OR A STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED Market research was recently accomplished for the ITAC and DIME solicitations and the results may be applied to this sole source action. Although market research identified other companies that may be capable of meeting the requirements of this Order, these services are deemed to be available only from the original source because the services are highly specialized and need to continue without interruption; awarding to any other source for this short duration period of support would result in unacceptable delays in fulfilling the government's requirements. This "bridge" Order will only be approximately 5.5 months in duration and a new contractor would not be able to immediately get up to speed to take over these activities. Further, there are no currently viable alternate sources for ITAC. This is based on the fact that the recent competitive solicitation of the $49.69M ITAC acquisition resulted in only one proposal received from the TEDS contractor. IX. ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION None. X. LIST OF SOURCES, IF ANY, THAT EXPRESSED INTEREST IN THE ACQUISITION See Section VI above. XI. A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE MAKING SUBSEQUENT ACQUISITIONS FOR THE SUPPLIES OR SERVICES REQUIRED This Order is only a "bridge" between the TEDS Contract and the award of the ITAC and DIME contracts. The ITAC and DIME acquisitions are full and open competition. XII. CONTRACTING OFFICER'S CERTIFICATION The contracting officer's signature on the Coordination and Approval Document evidences that she has determined this document to be both accurate and complete to the best of her knowledge and belief (FAR 6.303-2(a)(12)). XIII. TECHNICAL/REQUIREMENTS PERSONNEL'S CERTIFICATION As evidenced by their signatures on the Coordination and Approval Document, the technical and/or requirements personnel have certified that any supporting data contained herein, which is their responsibility, is both accurate and complete (FAR 6.303-2(b)).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA875005D00370035/listing.html)
 
Record
SN02390471-W 20110303/110301234846-2c452e2a126c3f069afc03663bdff7c1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.