Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2014 FBO #4520
SOLICITATION NOTICE

L -- DISN Video Services

Notice Date
4/8/2014
 
Notice Type
Fair Opportunity / Limited Sources Justification
 
NAICS
541519 — Other Computer Related 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
 
Solicitation Number
DCA200-02-D-5000-0054
 
Archive Date
5/8/2014
 
Point of Contact
Bryan B. Eversgerd, Phone: 6182299319
 
E-Mail Address
bryan.b.eversgerd.civ@mail.mil
(bryan.b.eversgerd.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Award Number
DCA200-02-D-5000
 
Award Date
3/28/2014
 
Description
JUSTIFICATION & APPROVALS FOR Federal Acquisition Regulations (FAR) SUBPART 16.5 ACQUISITIONS EXECEPTION TO FAIR OPPORTUNITY Multiple Award Schedule / Multiple Award Contract (MAC) Orders under MAC/ Fair Opportunity - FAR 16.505, DFARS 216.505-70, PGI 216.505-70 Contract Number: DCA200-02-D-5000 Task/Delivery Order Number: 0054 Procurement Title: Defense Information Systems Network (DISN) Video Services Contracting Office: PL8312, Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization (DITCO)-Scott Estimated Value: $11,948,252.72 Authority: FAR 16.505(b)(2)(i)(C) JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY Number: JA14-059 Upon the basis of the following justification, I, as the Agency Competition Advocate, hereby approve this exception to fair opportunity pursuant to the authority of FAR 16.505(b)(2)(i)(C). •1. REQUIRING AGENCY: DISA Network Services Directorate (NS) 6916 Cooper Avenue Ft. Meade, MD 20755 CONTRACTING OFFICE: DISA/DITCO/PL8312 2300 East Drive, Bldg 3600 Scott Air Force Base, IL 62225 2. NATURE/DESCRIPTION OF ACTION(S): Pursuant to FAR 16.505, this is a Justification and Approval covering the award of a cost plus fixed fee (CPFF) modification on a sole source basis to Apptis Inc. A modification for a 30 day period of performance, with three 1-month option periods, will be awarded using Task Order 0054 under the Defense Information Systems Network (DISN) Global Solutions (DGS) contract (DCA200-02-D-5000). The continued level of effort will provide continuity of operations under the existing task order which provides global unclassified and classified video services for the DISN. These services include video teleconferencing (VTC) technical support services, configuration management, VTC engineering support, VTC network security services, and DISN VTC support for United States Forces- Afghanistan (USFOR-A). Funding will be provided via Defense Working Capital Funding and Fiscal Year 2014 Operations & Maintenance funding. 3. DESCRIPTION OF SUPPLIES/SERVICES: The DISN Video Services (DVS) Program Support task order provides vital global unclassified and classified video services for DISA/NS25. The video services are interoperable and provide a full-service VTC utility available to all DISN users. The VTC utility is a real-time, near-full motion video service that allows simultaneous video and audio communications between two or more dedicated or dial-up VTC sites worldwide. DVS customers include the Department of Defense (DoD), other federal departments and agencies, state, and authorized contractors totaling more than 4000+ dedicated and dial up users. Customers access the video services via geographically, strategically and tactically located DVS Hubs. Access to DVS is available to fixed, deployed, and mobile resources at all times during both peacetime and wartime conditions. This logical follow-on will add four 1-month option periods beginning March 31, 2014, to ensure a continuity of services in accordance with FAR 52.237-3. Each 1-month period of performance is estimated at $2,987,063.18. The total 4-month lifecycle value is $11,948,252.72. The DVS Program is supported via a CPFF task order which provides unclassified and classified video services and support for the DISN. Additionally, provides direct support for USAFOR-A in Afghanistan for video services. The identified option periods will be utilized in the event of a protest filed in response to the task order award resulting from the Global Information Grid Services Management Engineering, Transition, and Implementation (GSM-ETI) competitive requirement, HC1028-13-D-0011/0006, which was awarded March 21, 2014. A protest to GAO could potentially result in a delay of 100 days from the time of the protest. The three 1-month option periods are included in this requirement to ensure a continuity of services are sustained. The proposed logical follow-on modification will include transition tasks to ensure a seamless transition is supported. 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) Exception to Fair Opportunity. 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 follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order. •(b) Description of the Justification. The Government recently awarded the recompete effort under a competitive small business multiple award IDIQ contract. The award was executed on March 24, 2014. The Government requires a logical follow-on to the existing DGS task order to allow for a seamless transition. Current support under the DVS program includes nine full-time employees for USFOR-A and are positioned in Kabul, Afghanistan. The Afghanistan staff provides direct VTC support for USFOR-A and is the only DoD VTC capability in the region that interfaces with North Atlantic Treaty Organization (NATO) coalition. Due to the requirement of working in Afghanistan, all contractor employees are required to "out process" ten days in advance of contract expiration with the intent of leaving three to five days prior to expiration to allow for return travel. Entering Afghanistan to work takes between two weeks and one month from the time of hiring an employee to enter Afghanistan. This presents a gap in coverage for our most important mission partner, which are the US Armed Forces in Afghanistan. The execution of a logical follow-on will allow for a seamless transition and also a strategy in the event of a protest to the follow-on requirement. •(c) Justification: •(1) Minimum Government requirements: This effort was recently competed using the GSM-ETI multiple award contract. The GSM-ETI contract is a small business set-aside. The award (HC1028-13-D-0011/0006) was competed among all seven GSM-ETI contractors via fair opportunity with six of the contractors providing proposals. The solicitation was competed using FAR 16.5, Best Value Tradeoff. The award was executed on March 21, 2014, however, due to this effort supporting mission critical functions around the globe, specifically in a war zone, this effort requires a sound transition and continued support in the event of a protest to the follow-on requirement. The Government anticipates a 30 day transition period to ensure a seamless transition of the services to the GSM-ETI small business contractor. •(2) Proposed sole source contractor: Apptis Inc. is currently performing the duties of this task order and has the capability to continue the support. Apptis in the only source with unique capabilities and in-depth knowledge of the DVS program support to perform the continuation of this effort in an efficient and economical manner. Awarding a logical follow-on to the current task order would provide the best value to the Government. Award to any other source would likely result in significant mission degradation and substantially higher costs that the Government is not expected to be recovered through another source. The higher costs will be associated with the additional travel, repatriation fees, and other direct costs to return the current workforce and replace them with a different contractor's workforce. Awarding to a different contractor, competitive or non-competitive, would result in a significant amount of acquisition lead time. This is unnecessary considering the follow-on task order was awarded on March 21, 2014, under GSM-ETI to a small business contractor. •(3) Discussion regarding cause of the sole source situation: This current effort was recently competed under the small business GSM-ETI contract. This GSM-ETI requirement was awarded on March 21, 2014,.however due to the nature of the requirement a sound transition is required to avoid a gap in coverage for mission critical functions of the Warfighter. •(4) Demonstration of unique source: Apptis has the capability of utilizing existing resources to continue support to ensure there is no gap in support of the DVS program. Apptis currently possesses the knowledge and expertise of the DVS program that another source would require significant transition time to become fully operational. The logical follow-on to the DVS program will allow for a reasonable transition time to ensure that the program doesn't suffer mission degradation. Apptis currently employs nine employees in Afghanistan for video support in support of the DVS program. All contract employees operating in Afghanistan require in-theater clearances which take 2-4 weeks to attain for new employees. The current employees in-theater don't require this lead time and may be extended under the current clearance as long as a contract modification is executed. Without this logical follow-on, these employees will be required to leave 2-5 days prior to current contract expiration. This will result in a potential gap in coverage between 2-4 weeks. This gap in coverage would decimate our video capabilities under the DVS program in Afghanistan. The Government will also save on travel costs associated with return flights of the current contractors and flights to Afghanistan for another contractor. •(5) Procurement discussion: The DVS Program Support is a CPFF task order providing vital global unclassified and classified video services. The video services are interoperable and provide a full-service VTC utility available to all DISN users around the globe. It is fully operational and will satisfactorily support our continued needs of the DVS program. •(6) Impact: In order to maintain program success of the DVS Program Support, we must extend the current task order to ensure a seamless transition is executed ensuring mission success. Without this logical follow-on, the DVS program would cease beginning March 30, 2014, and could experience a gap in coverage of 120 days in the event of a protest to the current follow-on award. The lapse in coverage would decimate the DISN capability to attain VTC services and impact our national interests in Afghanistan and other parts of the globe. The current Afghanistan VTC support is the only DoD VTC solution in Afghanistan that interfaces with NATO-coalition video network. This VTC capability is operated and maintained with the current contractor workforce. Removal of this workforce would remove this VTC capability in its entirety resulting in the loss of a valuable communication capability for all of USFOR-A. This impacts the US mission in Afghanistan and risks the lives of all US and NATO coalition forces due to the decrement in communication capabilities. 5. COST/PRICE FAIR AND REASONABLE DETERMINATION: The contracting officer will compare the proposed prices with prices under the current task order award and make a determination that the prices are fair and reasonable. The current task order was awarded and prices were determined to be fair and reasonable. The contracting officer will also compared the proposed prices with prices for similar services and make a determination that the prices are fair and reasonable. 6. MARKET RESEARCH: The DVS Program task order was awarded under the basic DGS single-award IDIQ contract. The basic DGS contract was awarded under a full and open competition. This requirement is being transitioned to a competitive GSM-ETI task order which was awarded on March 21, 2014. 7. ANY OTHER SUPPORTING FACTS: N/A 8. ACTIONS THE AGENCY MAY TAKE TO REMOVE OR OVERCOME BARRIERS THAT LED TO THE EXCEPTION TO FAIR OPPORTUNITY: (16.505(b)(2)(ii)(B)(7). •(a) Procurement History. The DVS program support task order is currently operating under the DGS contract. This effort was recently competed using the GSM-ETI multiple award contract. The GSM-ETI contract is a small business set aside. The award (HC1028-13-D-0011/0006) was competed among all seven GSM-ETI contractors with six of the contractors providing proposals. The solicitation was competed using FAR 16.5, Best Value Tradeoff. The award was made on March 21, 2014. Due to the mission critical nature of this effort, a seamless transition is required to ensure a continued mission-presence for our forces around the globe. 9. REFERENCE TO THE APPROVED ACQUISITION PLAN (AP): AP was not accomplished as an AP is not required. TECHNICAL CERTIFICATION: I certify that the supporting data under my cognizance which are included in the J&A are accurate and complete to the best of my knowledge and belief. NAME: ______________________ SIGNATURE: _______________________ (Jeff Bentley) TITLE/ORGANIZATION: _____________________________ PHONE: _______________ (Print/Type) DATE: ________ REQUIREMENTS CERTIFICATION: I certify that the supporting data under my cognizance which are included in the J&A are accurate and complete to the best of my knowledge and belief. NAME: ______________________ SIGNATURE: _______________________ (Frank Cabral) TITLE/ORGANIZATION: _____________________________ PHONE: _______________ (Print/Type) DATE: ________ CONTRACTING OFFICER CERTIFICATION: I certify that this justification is accurate and complete to the best of my knowledge and belief. NAME: ______________________ SIGNATURE: _______________________ (James Franey) TITLE/ORGANIZATION: _____________________________ PHONE: _______________ (Print/Type) DATE: ________ AGENCY COMPETITON ADVOCATE APPROVAL: I have reviewed this justification and find it to be accurate and complete to the best of my knowledge and belief. Since this justification does not exceed $12.5M, this review serves as approval. NAME: ______________________ SIGNATURE: _______________________ (Douglas W. Packard) TITLE/ORGANIZATION: _____________________________ PHONE: _______________ (Print/Type) DATE: ________ ALL QUESTIONS REGARDING THIS JUSTIFICATION ARE TO BE REFERRED TO Bryan Eversgerd, Contract Specialist, 618-229-9319, or James Franey, Contracting Officer, 618-229-9346.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/DCA200-02-D-5000-0054/listing.html)
 
Place of Performance
Address: Fort Meade, Maryland. Scott AFB, Illinois. Kandahar, Afghanistan., United States
 
Record
SN03332651-W 20140410/140409021721-354bba3b478ff2986f138057d459dfb3 (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.