SOLICITATION NOTICE
D -- Combined Systems Support
- Notice Date
- 4/19/2012
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Indianapolis, 8899 East 56th Street, Indianaplois, Indiana, 46249
- ZIP Code
- 46249
- Solicitation Number
- HQ042507a00020015
- Archive Date
- 5/11/2012
- Point of Contact
- Deborah J. Robertson, Phone: 3175102108, David Auer, Phone: 6146930116
- E-Mail Address
-
deborah.robertson@dfas.mil, David.Auer@dfas.mil
(deborah.robertson@dfas.mil, David.Auer@dfas.mil)
- Small Business Set-Aside
- N/A
- Award Number
- HQ042507A00020015
- Award Date
- 4/11/2012
- Description
- Federal Acquisition Regulation (FAR) PART 8 LIMITED SOURCE JUSTIFICATION DFISS III Task Order for TSO-IN 1. IDENTIFICATION OF THE REQUIRING AND CONTRACTING ACTIVITY: a. Requesting Activity: I &T Shared Services - Indianapolis ATTN: DFAS-ZTAAA/IN 8899 East 56th Street Indianapolis, IN 46249-4300 (317) 212-3535 b. Contracting Activity DFAS Indianapolis Contract Services Directorate 8899 East 56th Street Indianapolis, IN 46249 2. NATURE OR DESCRIPTION OF THE ACTION: The purpose of this document is to obtain the necessary approvals for a limited source acquisition in accordance with FAR Part 8.405-6. "Limited source" in this case pertains to the award of a logical follow-on task order for the continuation of DFAS Financial Integrated Support Systems, Version III (DFISS III) systems support for I&T. The provision for a logical follow-on can be found at FAR 8.405-6(a)(1) (i) (c) and FAR 16.505(b)(2)(i) (c). This acquisition is being conducted under the authority of the Multiple Award Schedule Program, Title III of the Federal Property and Services Administration Act of 1949. The estimated value of this task order is $4,836,122.00. It will be set up as a time and material order. The period of performance is from April 1, 2012 through March 31, 2013. 3. DESCRIPTION OF SUPPLIES/SERVICE: The DFISS III Blanket Purchase Agreements (BPAs) were awarded in April 2007 to fulfill a continuing need for DFAS system support. TSO-IN provides DFAS with software and technology support, and supportes the DFAS mission along with other selected outside customers. The implementation of DFAS standard systems requires project and program management support, analytical, technical, and programming support as well as the writing of programs to support database administration. The follow-on to this Task Order provides continued contractor support for the following systems: the Defense Industrial Financial Management System (DIFMS), the NAVAIR Industrial Material Management System (NIMMS), and the Automated Bill of Materials (ABOM) system. DIFMS and NIMMS are separate web-enabled, primarily COBOL and JAVA based application systems that are integrated and linked by a common data base designed to provide a standard financial and material system for customers operating in a Defense Working Capital Fund (DWCF) environment. ABOM is a sub-system of NIMMS that was developed in the MAPPER 4GL but is in the process of being reengineered into Java utilizing specialized, state-of-the-art development tools. The supported systems currently operate in Navy and Marine Corps depot maintenance environments, Navy Research and Development (R&D) facilities, and at the Air Force Logistics Centers (ALCS). 4. PERIOD OF PERFORMANCE: April 1, 2012 through March 31, 2013 5. ESTIMATED CONTRACT VALUE: $4,836,122.00 6. PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS The DFISS III BPAs were awarded so the activities requiring these services could depend on the consistency of one company for a period of five years. The BPAs were competed and awards were based on best value factors including technical experience, past performance, management, staffing, and cost/price. Per FAR 8.405-3(c)(2), all new requirements were initially competed between the four BPA holders. The BPA terms specified that subsequent awards for the same services will not be re-competed, but logical follow-on orders will be awarded after a determination of satisfactory performance has been made. In this case, Computer Sciences Corporation (CSC) is the incumbent. CSC currently has a staff of approximately 35 people with one vacancy in Indianapolis, IN. This staff provided the core support for the DIFMS and NIMMS / ABOM systems for DFAS I&T Accounting Services-IN. DFAS I&T Accounting Services-IN relies on the contract staff for their technical qualifications and system knowledge and cannot risk the personnel disruption of a re-competition every year. The primary reason for establishing a five-year BPA with the understanding that follow-on orders would be awarded was to avoid the risk of the learning curve, as well as improving staff retention. 7 DETERMINATION OF BEST VALUE The award of the initial task order for TSO-PR, where support for DIFMS, NIMMS, and ABOM was originally based, was competed between the four BPA holders on a best value basis. Command and control of the systems was transferred to TSO-Indianapolis after the BRAC closure of TSO-PR. CSC was awarded the initial order. Per the terms of the BPA, a logical follow-on will be awarded. The Contract Specialist reviews the GSA Schedules of all DFISS III holders to determine if the labor rates have increased/decreased since the initial BPA Award. To date, rates have been consistent. 8. DESCRIPTION OF MARKET SURVEY The market survey for the BPA competition revealed numerous companies with potential capability for these services. The BPA RFQ was posted on GSA e-Buy for all qualified companies to consider. Five quotes were received. Four BPAs were awarded. The BPA holders have included numerous small and small disadvantaged businesses in their portfolios to use in conjunction with their own capabilities. 9. ANY OTHER SUPPORTING FACTS This order must be issued on a limited-source basis in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the BPA. Initially all FSS 70 schedule holders were provided fair opportunity to establish a BPA. In turn, all BPA awardees were then given a fair opportunity to be considered for the initial task order. The inclusion of priced options was not considered viable since the Statement of Work is updated from year to year which results in a different number of hours per labor category. The SOW changes from year to year are within the scope of the base year, in that as some types of system work are minimized, while other system work may be bolstered. This follow-on will provide continued support for DIFMS/NIMMS/ABOM through March 31, 2013. As the system command and control was just transferred to TSO-IN, now I&T Accounting Services, over the last task order, continuation of the contract staff that performed the transition is imperative. 10. ACTIONS TAKEN TO REMOVE BARRIERS TO COMPETITION (Efforts to obtain competition) See Paragraph 6 above. The BPA awards were competed and resulted in pricing below the GSA schedule; then, the initial task order awards were competed between the BPA holders resulting in further reduction in rates. The BPA instructions notified the holders that subsequent task orders for the same services would not be re-competed, but that logical follow-ons would be awarded.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Indianapolis/HQ042507a00020015/listing.html)
- Place of Performance
- Address: DFAS Indianapolis, Indianapolis, Indiana, 46249, United States
- Zip Code: 46249
- Zip Code: 46249
- Record
- SN02726863-W 20120421/120420000658-d465e868b14f7edbaefbb36839173067 (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 |