SOLICITATION NOTICE
D -- Defense Readiness Reporting System-Strategic (DRRS-S)/Operational Test and Evaluation (IOT&E) Task - Package #1
- Notice Date
- 1/15/2014
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541330
— Engineering Services
- 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
- Point of Contact
- Maria R. Elemia, Phone: 5205384237
- E-Mail Address
-
maria.r.elemia.civ@mail.mil
(maria.r.elemia.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- HC102812D00270011
- Award Date
- 12/20/2013
- Description
- Signature JUSTIFICATION & APPROVALS FOR FAR SUBPART 16.5 ACQUISITIONS (I.) EXCEPTION TO FAIR OPPORTUNITY Multiple Award Schedule (MAS)/ Multiple Award Contract (MAC) Orders under MAC/ Fair Opportunity - FAR 16.505, DFARS 216.505-70, PGI 216.505-70 Purchase Request Number: Contract Number: HC1028-12-D-0027 Task/Delivery Order Number: 0011 Procurement Title: Defense Readiness Reporting System-Strategic (DRRS-S)/Operational Test and Evaluation (IOT&E) Task Contracting Office: Defense Information Technology Contracting Office (DITCO)/PL8315 Estimated Value: Removed ( BY and 1 Option Year) Authority: FAR 16.505(b)(2)(i)(C) JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY Upon the basis of the following justification, I, as the Procurement Activity Competition Advocate, hereby approve this exception to fair opportunity pursuant to the authority of FAR 16.505(b)(2)(i)(C). 1. REQUIRING AGENCY AND CONTRACTING OFFICE: Requiring Agency: Joint Interoperability Test Command (JITC), 2001 Brainard Road, Building 57305, Fort Huachuca, AZ 85670 Contracting Office: Defense Information Systems Agency (DISA)/DITCO Scott, Services and Support Branch (PL8315), JITC Support Section (PL8315), 2001 Brainard Road, Building 57305, Fort Huachuca, AZ 85670 2. NATURE/DESCRIPTION OF ACTION(S): JITC is requesting an increase in the level of effort to provide additional support to Defense Readiness Reporting System - Strategic (DRRS-S) system to conduct an Initial Operational Test and Evaluation (IOT&E) retest. This retest is necessary because key functionality was not available during the previous test event. This test methodology will follow the same process as the previous testing. The scope will be expanded to encompass the functionality missing from the previous test event. This modification 04 to the existing Cost Plus Fixed Fee task order HC1028-12-D-0027 0011 issued by DITCO. Initial funding has been submitted to JITC by DRRS Implementation Office (DIO). Funding will be provided by DIO for the remaining of the contract extension. 3. DESCRIPTION OF SUPPLIES/SERVICES: JITC conducted a DRRS-S v4.6 IOT&E April - May 2013 and submitted a test report to the Department of Operational Test and Evaluation (DOT&E). Upon review, DOT&E determined that key functionality needed to retire Global Status of Resources and Training System (GSORTS) was missing and downgraded the test to an Operational Assessment. They directed DIO that the development of the key functionality needed to be completed, then JITC would retest. (1) The original contract called for an April - May 2013 IOT&E and some minor participation in Joint Operation Planning and Execution System (JOPES) and Global Command and Control System-Joint (GCSS-J) testing. This contract will add an additional IOT&E on the DRRS -S system in order to conduct end-to-end testing and retest the system to determine if the issues identified in previous testing. (2) The contractor will develop a new test plan based on the previous one and execute the test as directed by the government. (3) The period of performance for this increase level of effort is the last month of the base year through Option Year 1. This task will be completed at the end of Option Year 1. 4. SUPPORTING RATIONALE, INCLUDING A DEMONSTRATION THAT THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS OR THE NATURE OF THE ACQUISITION REQUIRES USE OF AN EXCEPTION TO FAIR OPPORTUNITY: (a) IAW FAR 16.505(b)(2)(i)(C): The order must be issued on a sole-source basis in the interest of economy and efficiency because it is a logical modification to an order already issued under the contract, and all awardees were given a fair opportunity to be considered for the original order. (b) The DRRS-S Operational Test task order was awarded as a Cost Plus Fix Fee task order to American Systems on 14 January following a fair opportunity competition using the JITC MSS contract. The awarded contract was modified on 28 June 2013 to include support of the JOPES and GCSS-J interface testing with DRRS-S that was paid by DIO. Because the task falls in scope with the current DRRS-S Operational Test task, the logical modification is to an order already issued under the current contract. All contractors were given an opportunity to submit a proposal for the original award. Three proposals were received in response to the RFP. (c) Justification: (1) Minimum Government Requirements. Need contractors trained in Operational, Interoperability and Information Assurance testing. They also need to be knowledgeable about DRRS-S, and have a basic understanding of JOPES and GCSS-J. (2) Proposed sole source contractor. American Systems received the award of the existing task order HC1028-12-D-0027 0011 through fair opportunity under the MSS contract. DIO has made a significant investment to date in the current contractor, and therefore it is logical to sole source this modification to American Systems (3) Discussion regarding cause of the sole source situation. As stated above, this modification is a logical follow-on to work already under contract. Holding a separate fair opportunity competition simply to increase the level of effort for the exact work already under contract would result in the needless substantial duplication of cost and other resources as well as possible mission degradation. (4) Demonstration of Why Follow-On Is Logical. The reasons stated in paragraph 4(c)(3), above, apply to this section as well. Furthermore, American Systems is poised and staffed with the appropriate personnel to start work upon award. American Systems possesses the intimate knowledge and experience with the DIO environment to be productive from day one. The nature of the requirement requires a contractor with working knowledge of the DRRS-S technical architecture, business process and service organizations to effectively design, develop and deploy capabilities rapidly throughout the participating agencies. (5) Procurement Discussion. The DRRS-S Operational Test Support has included the tasks in the base year of the current contract. JITC would like to continue with the existing contract in order to accomplish the scheduled IOT&E. DRRS-S knowledge, experience and skills to provide the technical and policy support within the timeframes established by JITC. American Systems possesses the intimate knowledge and experience with the DRRS-S environment to be productive from day one. (6) Impact. If this J&A is not approved, the overall cost of supporting this test will increase. JITC will have to expend funds to bring a new contractor up to speed on the program and the test approach. Given that this is the final year of this task, bringing on a new contractor at this point would result in unnecessary expenditures. 5. COST/PRICE FAIR AND REASONABLE DETERMINATION: Rates have been established with the basic contract. All rates set forth in the contract, and used on individual task orders, were based on full and open competition and a price analysis was accomplished. Proposed task order rates and loadings will be compared with the basic contract rates and loadings and verified as fair and reasonable. The total estimated value for this requirement is Removed (Total estimated value, including option.) 6. MARKET RESEARCH: This task was competed with all seven contractors under the Test & Evaluation Mission Support Services IDIQ contract and awarded in January 2013. Thus, the existing competitive sources (four T&E MSS contractors) have been evaluated within the last year and the technical requirements remain unchanged from the original award. The four contractors were evaluated for the requirements to provide support to the Defense Readiness Reporting System (DRRS) Implementation Office (DIO) to determine Operational Effectiveness, Suitability, Interoperability and Security of the system. Test strategies and collection opportunities were to be defined in support of an Operational Test and Evaluation event. Of the four T&E MSS contractors, only American Systems was able to meet all of the government requirements. No other contractor/offeror provided the expertise, capability, and qualifications associated with the DIO support requirements and also provided the best overall value to the Government. American Systems: The Technical Approach was well thought out and covered all the key areas of the task. It described how the task was going to be managed, the process for taking over the task midway through the Test Planning Stage and the Labor Category level for each of the key work areas. Oberon: Inadequate labor categories. This task is too complex to be support strictly by Intermediate and Associate level support. TASC: The Technical Approach did not properly address the Task Management aspect. The Technical Approach did not do an adequate job of describing how the task was going to be managed and the process to ensure that the timeline was going to be followed. Lockheed Martin: The Technical Approach lacked the level of detail that specifically addressed the issue of picking up the task midway through the Test Planning Phase. 7. ANY OTHER SUPPORTING FACTS: None. 8. ACTIONS THE AGENCY MAY TAKE TO REMOVE OR OVERCOME BARRIERS THAT LED TO THE EXCEPTION TO FAIR OPPORTUNITY: (a) Procurement history. Task Order HC1028-12-D-0027-0011 was awarded 14 January, in the amount of RemovedPeriod of Performance: 14 January 2013 - 13 January 2014 with one one-year option. Awarded using the JITC T&E MSS contract - fair opportunity amongst seven contractors. 9. REFERENCE TO THE APPROVED ACQUISITION PLAN (AP): N/A. This requirement does not require a written acquisition plan.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/10c5812bb0c0055521ff7a28aea770fe)
- Place of Performance
- Address: DITCO/JITC Contract Support Branch, 2001 Brainard Road, Fort Huachuca, Arizona, 85670, United States
- Zip Code: 85670
- Zip Code: 85670
- Record
- SN03268427-W 20140117/140115234348-10c5812bb0c0055521ff7a28aea770fe (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 |