Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2011 FBO #3550
SOLICITATION NOTICE

D -- J&A - Information Systems and Network Support for OUSD P&R

Notice Date
8/12/2011
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Archive Date
8/28/2011
 
Point of Contact
Lara K. Huegle,
 
E-Mail Address
lara.huegle@disa.mil
(lara.huegle@disa.mil)
 
Small Business Set-Aside
N/A
 
Award Number
HC1028-08-D-2014-0006
 
Award Date
7/29/2011
 
Description
JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION LIMITED SOURCES JUSTIFICATION JA11-077 Upon the basis of the following justification, I, as Procuring Activity Competition Advocate, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c) (1) as implemented by FAR 6.302-1, only one responsible source and no ther suppies or services will satisfy agency requirements. JUSTIFICATION 1. REQUIRING AGENCY AND CONTRACTING OFFICE Agency: Department of Defense Office of the Under Secretary of Defense Personnel and Readiness Washington, DC 20301-4000 Contracting Activity: Defense Information Systems Agency/Defense Information Technology Contracting Organization DISA/DITCO 2300 East Drive Scott AFB IL 62225-5406 2. NATURE/DESCRIPTION OF ACTION(S) BEING APPROVED: This action is to extend the performance period on Firm Fix Price (FFP) contract HC1028-08-D-2014-0006 issued to BAE SYSTEMS, Inc. on a sole source basis, in order to maintain continuity of vital Information Technology help desk and network support mission essential recurring services pending award of the Net-Centric Integrated Enterprise Information Technology Solutions (NIEITS) RFP HQ0034-10-R-0046 follow-on competitive acquisition to be completed by Washington Headquarters Services Acquisition Directorate contracting office. The existing contract with BAE SYSTEMS will be extended for six (6) months from August 1, 2011 through January 30, 2012, and will include three (1) three-month option periods. The original period of performance for this task was October 1, 2010 through January 31, 2011 with two (3) month option periods that have been exercised. The options are only being included to allow the Government to extend the performance period on a three month basis in the event award and/or performance under the follow-on competitive contract is delayed. OUSD Personnel and Readiness intends to extend this contract using FY11 funds. The total estimated value, including all options is $972,924.50 (approximately $108 thousand per month). 3. DESCRIPTION OF SUPPLIES/SERVICES: This contract is being sought for two categories of IT services, Operations and Engineering. Operations services include IT Service Desk, Server and Desktop Operations, Asset Management, Information Assurance, and Applications Development and Support. Engineering services provide for system patches, upgrades, changes, and repair of systemic problems. Both the Operations and Engineering services provide support to a customer base of approximately 600 users with an installed base of approximately 800 computers and 40 servers. There are more computers than users due to several classification levels, for example many users have an unclassified and maybe two classified computers (at different classification levels) and possibly a laptop for home/telework/TDY use, plus conference room, kiosk and training center computers. The user base consists of the 2 OUSD Personnel and Readiness Principal Staff Advisors offices. The user base is located in approximately 8 buildings in the National Capital Region, predominately in the Pentagon, Rosslyn, Crystal City, and Alexandria. The total estimated value, including all options is $972,924.50 (approximately $108 thousand per month). 4. IDENTIFICATION OF STATUTORY AUTHORITY: 10 U.S.C.230(c) (1), as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. 5. DEMONSTRATION OF CONTRACTOR'S UNIQUE QUALIFICATIONS: (FAR 16.505(b)(2)(C)). Previous Acquisition Hisory: This extension is required due to receipt of a protest prior to award which was received on DATE from (contractors, purpose of protest, ). 3 one month option periods have also been established in case of protest upon award of the follow-on solicitation in order to ensure continuity of services. Based upon estimates from Washington Headquarters Services Acquisition Directorate contracting office that a follow on contract will not be able to be awarded prior to December 1, 2011, this J&A is for a base period of 6 months plus 3 one-month options. Each option will be exercised only if resolution of the protest does not occur during the previous period. The total estimated value, including all options is $972,924.50 (approximately $108 thousand per month). Actions are underway to award the follow-on competitive acquisition. The Government received 14 proposals to solicitation HQ0034-10-R-0046 to represent full and open competition. All proposals have been evaluated, and the competitive follow-on awards to three awardees were scheduled to be made. Prior to award, the government received a protest requiring a decision from the Small Business Administration (SBA). The SBA provided a decision on or about 8 April 2011 disallowing the protest. Thereafter, on April 22, 2011, the government received a three separate protests, 2 requiring agency decisions, and one requiring a GAO decision. The agency decisions are due to be received by May 30, 2011 and the GAO decision is due to be received by August 15, 2011. GAO has issued a protective order and the basis for the protest cannot be released. Once the protests have been resolved, it is anticipated that a 90 - 120 day period (Dec 2011) will be required to re-solicit the task order to the Multiple Award Contract awardees, evaluate the proposals, award the task order and provide adequate transition time (30 days) between the task order winner and incumbent contractor. The options will only be exercised if GAO requires the award to be re-solicited or additional transition time is required. BAE SYSTEMS can provide uninterrupted service no degradation in support as they hold critical knowledge and expertise which are vital to the continued operations of the IT infrastructure, business applications, and processes, while the Government competes the follow-on acquisition. If this requirement is awarded to a new contractor major disruptions will occur as the new contractor learns to operate and maintain the numerous unique and specialized applications within a very short period of time and to be used in a short period of time (i.e., six months). The in-processing process for OUSD PR currently takes in excess of 1 week and the learning curve for learning and implementing complex standard operating procedures would add an additional 2 - 4 weeks of inadequate support for our customers. All of this combined will result in unacceptable degragation of services for IT systems and business applications, and directly affects the operations within the Office of the Under Secretary of Defense Personnel and Readiness (OUSD P&R). There is a high risk to the Government in terms of degradation of service and support to transition support to another contractor for such a limited time frame. In addition, the Government would incur a substantial additional cost of more than $108,000 monthly due to multiple transitions from one new contractor to the next and associated in processing costs for each new contractor. The new contractor would potentially only be on board for six months at a time. As such, there would be a transition from BAE SYSTEMS to the new contractor, and a transition from the new contractor to the successful contractor of the follow-on acquisition. This duplication of costs would be mitigated by awarding a six month extension to the existing contract with BAE SYSTEMS as there would only be one transition period from BAE SYSTEMS to the successful offerors on the NIEITS follow-on contract when awarded. Moreover, the administrative challenges and monetary support involved with hiring and obtaining and keeping security clearances (building passes, etc.) cannot be completed in this timeframe, thus preventing a new contractor from working, which will cause a disruption in critical services. Managing two contractors during the re-compete of the work would be inefficient, costly (estimated at more than $108,000), and unmanageable; working handoffs between two contractors and establishing processes for coordinating work would further degrade any productivity.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d7b931788ae71ce8d911befb887af293)
 
Record
SN02532334-W 20110814/110812235521-d7b931788ae71ce8d911befb887af293 (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.