Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2014 FBO #4457
SOLICITATION NOTICE

C -- Space and Missile System Center Development Planning Directorate Concept Development Division System Engineering and Technical Assistance Support - Limited Sources Justification

Notice Date
2/4/2014
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA8814-12-F-0001
 
Archive Date
3/4/2014
 
Point of Contact
Tiffany L. Trotter, , Renee Berry,
 
E-Mail Address
tiffany.trotter@losangeles.af.mil, renee.berry@losangeles.af.mil
(tiffany.trotter@losangeles.af.mil, renee.berry@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA8814-12-F-0001
 
Award Date
8/8/2013
 
Description
Limited Sources Justification for the Development Planning Directorate(XR) Concept Development Division(XRD) LIMITED SOURCE JUSTIFICATION I. CONTRACTING ACTIVITY: Contracting Activity: Space and Missile Systems Center Development Planning Contracts Division (SMC/XRC) 483 N. Aviation Blvd. Los Angeles Air Force Base El Segundo, CA 90245-2808 Task Order Number: FA8814-12-F-0001 Contractor: TASC, Inc. 100 Brickstone Square Andover, MA 01810-1438 Contracting Officer: Renee Berry, DSN 633-9052, Commercial: (310) 653-9052 II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING PROCESSED This Limited Source Justification authorizes the use of restricted competition (other than full and open) for Systems Engineering and Technical Assistance (SETA) Support provided by TASC, Inc. under Federal Supply Schedule (FSS) General Services Administration (GSA) Schedule# GS23F0008K, Task Order# FA8814-12-F-0001. This justification will allow six months extension to the current task order. The current task order period of performance ends 21 November 2013. III. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS The primary objective of this effort is to provide engineering and technical services to the Space and Missile Systems Center's (SMC) Concept Development Division (XRD) of the Developmental Planning Directorate (XR), located at Los Angeles AFB, California. The Concept Development Division performs development planning for future space and missile systems linking material solutions to warfighter capability needs. XRD also identified, assesses, and develops new material concepts and conducts engineering studies to satisfy space requirements shortfalls and to enhance integrated space systems capabilities. One branch of the division conducts modeling, simulation, and wargaming to access the operations performance and military utility of current and future concepts. Another branch establishes technology strategies and roadmaps to ensure technology investment and development supports the acquisition of future space and missile systems. Development Planning Directorate (SMC/XR) is a staff office responsible for planning of future space capabilities, including underlying technology developments, mission area architectures and roadmaps, technology/concept demonstrations/projects, and the analytic processes/tools/products to support our efforts. The organization is currently staffed with approximately 250 military, civilian, FFRDC and contractor personnel. The Directorate is co-located with the Aerospace Corp in El Segundo with strong ties to HQ AFSPC and AFRL. The Concept Development Branch (SMC/XRD) supports the XR Directorate in ten (10) key areas: Support for: (1) systems planning and decision-making assessments for developing, and acquiring new military space systems capabilities and solutions; (2) modeling, simulation and analysis in direct support of concept and architecture development; (3) simulating concepts in order to evaluate, analyze, and recommend new or modernization changes; (4) wargaming, exercise, and demonstration at the classified and unclassified level, and small experimentation in a MS&A environment; (5) System Effectiveness Analysis Simulation (SEAS) configuration management and development; (6) GPS Interference And Navigation Tool (GIANT) configuration management and development; (7) planning, analysis, and engineering support for the development of coherent Science and Technology oversight for AFSPC and the PEO for Space; (8) the ORS Concept solution Development Process; (9) HQ AFSPC Liaison Support; and (10) acquisition support to development planning and concept engineering and technology demonstrations. The scope of this effort is to provide engineering and technical services for improving policy making, decision making, and project management in the following areas: Technology Insertion, Systems Engineering, Modeling and Simulation, Studies and Analysis, Training, Configuration Management, Test and Evaluation, and Acquistion Support. IV. IDENTIFICATION OF THE JUSTIFICATION/RATIONALE FOR LIMITING SOURCES AND DEMONSTRATION OF THE CONTRACTOR'S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY/SERVICE. In CY 2011, the Concept Development (XRD) division of the Concept Development and Planning Directorate (SMC/XR) identified a requirement for Systems Engineering and Technical Assistance (SETA) services. The Program Management and Integration Directorate (SMC/PI) SMC Technical Support (STS) contract vehicle was not available for this requirement as it had reached its ceiling. SMC/XR was granted a waiver, dated 20 April 2011, from SMC/PI to establish a decentralized contract vehicle to satisfy the requirements of XRD, thus FSS GSA Time and Material Task Order# FA8814-12-F-0001 was awarded 21 November 2011. The task order for XRD support under FA8814-12-F-0001 was competitively awarded using GSA Schedule # GS23F0008K which utilized ordering procedures under FAR Part 8.405-2. All contractors were given a fair opportunity to be considered for the Task Order as each of them received a Request for Quote. After review of the quotes the Time and Material (T&M) Task Order was awarded to TASC, Inc. for one 12 month base period plus one 12 month option period ending on 21 November 2013. On 28 May 2013, Program Management and Integration (SMC/PI) granted XR an extension to its original waiver which authorized SMC/XR to establish a contracting mechanism outside SMC's Centralized Contract Vehicle SMC Technical Support (STS) Contract. The new waiver authorized SMC/XR to increase the current task order ceiling by $5M and to extend the period of performance for the current task order an additional six months. In accordance with FAR 8.405-6(a)(1)(i)(C), this limited source justification is in the interest of economy and efficiency as the work is an extension to the current task order. That effort was awarded in accordance with the ordering procedures at FAR 8.405-2 and was not previously issued under sole-source or limited-sources procedures. The need for an extension of this contract is based on SMC/CC and HQ AFSPC/A5 direction. The Architecture function was centralized from each program office to SMC/XR, resulting in additional in-scope work. Part of the new architecting effort was to determine how to do centralized architecting codifying AFSPC architecture governance, roles/responsibilities, products and timelines; and to perform cross-domain architectural trade-offs. The Government and contractor attempted to manage the additional effort within the confines of the original contract but with the high level direction were unable to totally control limit the costs to within the contract ceiling and period of performance. Additionally, SMC/XR originally intended to consolidate the requirements from the XRD SETA support contract and the Architecting, Engineering, and Integration (AE&I) contract into a combined SMC/AD Systems Concept Engineering and Architecting follow-on contract. Award of the combined task order for the consolidated requirements is not expected until February 2014, thus a sole source extension to this existing task order is necessary to cover the imminent break in services. Increasing the contract ceiling and extending the period of performance would allow for support to cover both the task order through its original period of performance and provide additional performance period until the follow-on competitive contract is awarded. SMC/XR must maintain its capability in developmental planning analysis, SMC/CC directed architecting projects, and the stand-up of the new architecting function within the Center until such a time as the Government is capable of competing and selecting a consolidated contract to meet the Government's requirements. These efforts play a crucial role in planning of future space capabilities, including underlying technology developments, mission area architectures and roadmaps, technology/concept demonstrations/projects, and the analytic processes/tools/products to support our efforts. These efforts are critical and provide the developmental planning support to allow SMC/XR the ability to perform Concept Development, Architecting, Technology Development, and Software Model Development. Without these efforts, all SMC/XRD projects and activities will be heavily impacted as well as AFSPC A3/A5/A8 and the SMC Directorates that rely on Development Planning and Architecting support. This extension of services will enable the Government to maintain the current level of support without jeopardizing the mission. A sole source task order extending the current contract is in the best interest of economy and efficiency. The costs associated with extending the current contract are substantially lower than competitively awarding a bridge contract. Competitively awarding the original contract took a team of 7 people almost 3 months (RFQ posted 2 September 2011; contract awarded 20 November 2011). Extending the current contract would require 3 people for 1 week. From an efficiency standpoint, the current contractor possesses the knowledge, security-cleared personnel, and expertise to support the mission at this point in time. Award to another contractor at this time without a pre-planned transition would result in a minimum 30 to 60 day delay in services before a new contractor would be able to get up to speed on the details and its applicability to the program (as it takes a minimum of 21 days to get network access, 14 days to get a computer, and seven (7) days to get a badge). As explained above, the tasks performed by the contractor are mission-critical tasks. Any delays caused by an interruption in services would create substantial and unacceptable risk to the program's mission and unnecessary cost impacts in today's budget-constrained environment. Additionally, any savings the Government will achieve through this short term contract extension will not be made up through competition as the original contract was awarded competitively. Finally, competitively awarding this task order would create substantial upheaval rquiring SMC/XR to concurrently work on both a bridge contract and a follow-on contract, potentially resulting in break in service followed by a new company providing services after August 2013, followed by another new service provider after February 2014. In the event that the XRD support services are not extended, there would be immediate impact to essential and time-sensitive SMC/XR projects/programs. Estimate of cost savings Activity Estimated savings Key Assumptions Modification vs. New Contract $84,022 Modification - 3 people @ 1 week; Original contract - 7 people @ 12 weeks; Delta - 4 people for 11 wks; estimated wrap rate ~ GS-12 step 10 - $47.74/hr Productivity during transition $375,000 Current contractor - burn rate ~$500K/mth; new contractor - same burn rate, but starting at 0% productivity without a transition period (no clearances, computer access, etc) reaching 100% productivity after 45 days V. DETERMINATION BY THE ORDERING ACTIVITY CONTRACTING OFFICER THAT THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.404(d) In accordance with FAR 8.404(d) GSA rates have been pre-determined as fair and reasonable or considered best value. Further discounts will be pursued in accordance with FAR 8.405-4. Additionally, there is no indication that the market for the labor categories and expected rates will change significantly from the time of the recent Task Order award, which was competitively awarded and received discounted rates. Therefore, the Contracting Officer has determined that the Government will receive fair and reasonable prices for the task order extension period. VI. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AMOUNG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED Market research was recently conducted for the STS 2 competition and has identified several contractors that are interested and have the capability to compete for SMC technical support advisory and assistance services. The results of the market research indicate that once the STS 2 has been awarded, it will be the best option to recomplete this work. The STS 2 award date is estimated to be November 2013. No further research can be done due to the extremely limited time to get this effort awarded. VII. OTHER FACTS SUPPORTING THE JUSTIFICATION None VIII. ACTIONS THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS THAT LED TO THE RESTRICTED CONSIDERATION BEFORE ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES SMC/XRD is in the process of identifying all requirements which will need to be competed for XR under the SMC STS 2 follow-on A&AS contract which will include the requirements from this task and XR's Architecting, Engineering & Integration Systems Engineering and Technical Assistance (SETA) Support (AE&I). XRD intends to compete these requirements on the STS II contract vehicle. The new SMC Technical Services II follow on contract will have multiple contract holders that will have the opportunity to compete for SMC/XRD task order requirements. IX. CONTRACTING OFFICER'S CERTIFICATION The Contracting Officer's signature on the signature page is evidence that she has determined this document to be both accurate and complete to the best of her knowledge and belief. X. TECHNICAL/REQUIREMENTS PERSONNEL'S CERTIFICATION As evidenced by the Program Manager's signature on the signature page, the technical and requirements personnel have certified that any supporting data contained herein, which is their responsibility, is both accurate and complete.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8814-12-F-0001/listing.html)
 
Place of Performance
Address: 483 N. Aviation, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN03280222-W 20140206/140204234645-ee21bbbbeb6384514f11dd2a7181a587 (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.