SOLICITATION NOTICE
D -- Modification to "Federal Highway Information Technology Support Services II (FITSS II)"
- Notice Date
- 4/1/2014
- Notice Type
- Presolicitation
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Office of Acquisition Management, HAAM, Mail Stop E65-101, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTFH61-12-D-00032
- Archive Date
- 5/1/2014
- Point of Contact
- Jennifer Johnson, Phone: (202) 366-0904, Brendon Ricketts, Phone: 2023664214
- E-Mail Address
-
jennifer.johnson@dot.gov, brendon.ricketts@dot.gov
(jennifer.johnson@dot.gov, brendon.ricketts@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Pursuant to FAR 6.302-1, the Federal Highway Administration (FHWA) intends to negotiate a sole source contract modification with Sevatec, Inc. (Sevatec) under FHWA Contract No. DTFH61-12-D-00032, entitled "Federal Highway Information Technology Support Services II (FITSS II)." FITSS II is a single-award hybrid Fixed Price Incentive Fee and Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract with Cost Reimbursable and Firm Fixed Price task orders that was a competitively awarded, 8(a) procurement under Request for Proposal (RFP) No. DTFH61-12-R-00012. The proposed modification will increase the total potential value (ceiling) of the ID/IQ portion of the contract only to allow for the issuance of additional task orders if/as required. Sevatec is the only source that can complete the work required under the proposed modification as it was competitively awarded the base contract and this proposed modification increases only the total potential value of task orders that may be issued under the ID/IQ portion of the contract, but makes no change to the scope of work of the contract. The proposed modification will allow FHWA increased flexibility to meet previously unanticipated Agency needs that are within the current scope of this contract, but may result in an increase in the overall level of effort of the ID/IQ portion of the contract. It is not efficient or practical for FHWA to award a new contract for the potential additional work due to the duplication in scope with the FITSS II contract vehicle. If a new contract were awarded for the potential increased effort under the proposed modification, the management of two vehicles with overlapping scope will result in an increased cost to the Government to procure, award, and manage a second vehicle of identical scope. Additionally, a second contract could potentially delay the delivery of critical Agency needs due to the repeated knowledge transfer that would need to occur between the two vendors when/as efforts are initiated and completed. The intent of this notice is not to request competitive proposals, and any information received from interested parties will be considered solely for the purpose of determining whether a competitive procurement should be conducted. However, interested parties may submit a description of their firm's capabilities for satisfying this requirement, which demonstrates they possess the ability to successfully perform this effort. The responses must be received by 5PM Eastern on April 16, 2014. All questions concerning this matter should be addressed directly to Mr. Brendon Ricketts at brendon.ricketts@dot.gov and to Ms. Jennifer Johnson at jennifer.johnson@dot.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/OAM/DTFH61-12-D-00032/listing.html)
- Place of Performance
- Address: 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590, United States
- Zip Code: 20590
- Zip Code: 20590
- Record
- SN03326190-W 20140403/140401235237-0242fb9ffb4eb233bba8404324e73db9 (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 |