SOLICITATION NOTICE
D -- Global IT Modernization Program -- Period of Performance Extension
- Notice Date
- 4/22/2014
- Notice Type
- Fair Opportunity / Limited Sources Justification
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA08Q0162
- Archive Date
- 5/22/2014
- Point of Contact
- Steven G. Haines, Phone: 7038756746
- E-Mail Address
-
hainessg@state.gov
(hainessg@state.gov)
- Small Business Set-Aside
- N/A
- Award Number
- GS10F0121S
- Award Date
- 4/22/2014
- Description
- LIMITED-SOURCES JUSTIFICATION 1. The U.S. Department of State, Office of Acquisition Management is conducting this acquisition for enterprise information technology (IT) supply chain management services on behalf of the Information Resource Management Bureau Global IT Modernization Program (IRM/OPS/ITI/GITM). 2. Nature and/or description of the action being approved: Addition of extended/new period of performance to GSA schedule task order, on a limited sources (single source) basis. The estimated value is $4,415,410.60. 3. A description of the supplies or services required to meet the Department’s needs: Task order SAQMMA08F4997 was awarded to ManTech Telecommunications and Information Systems Corp (“Mantech” or “contractor”) as a Firm-Fixed-Price delivery Order for a Base Year and four (4) option years with the following periods of performance: Base Year: 07/24/2008 – 7/23/2009 Option Year 1: 07/24/2009 – 7/23/2010 Option Year 2: 07/24/2010 – 7/23/2011 Option Year 3: 07/24/2011 – 7/23/2012 Option Year 4: 07/24/2012 – 7/23/2013 Under the terms of the task order, the Contractor provides Global Information Technology Modernization services, including IT supply chain management with worldwide installation of hardware and software, under the contractor’s General Service Administration (GSA) IT 70 and LogWorld Federal Supply Schedules (FSS), under FAR subpart 8.4 procedures. The option periods above were included in the task order pursuant to FAR clause 52.217-9 Option to Extend the Term of the Contract, under which the contract could not exceed 5 years total. In addition to clause 52.217-9, the task order also included clause 52.217-8 Option to Extend Services, permitting continued performance of services within the limits and at the rates specified in the contract, for a period or periods not to exceed 6 months total. The contract reached the end of its fourth and final option period on 07/23/2013, and was extended for an additional six months (through 01/23/2014) pursuant to clause 52.217-8, due to delays in the award of the follow-on contract, specifically bid protests received in September 2013 in response to the new award decision. Following the agency’s corrective action taken in response to the September 2013 protests, DOS made a new award decision and in January 2014 DOS exercised its option under task order SAQMMA08F4997 for phase-in/phase-out services pursuant to clause 52.237-3 Continuity of Services, to permit transition of these critical services to the new contractor. However, the new award was once again the subject of multiple bid protests which are under adjudication of the Government Accountability Office (GAO) as of the date of this justification. The protest-related delays necessitate further extension of this task order to ensure service continues until the protest is resolved and a new award can go into effect. Delays are not due to the lack of advance acquisition planning on the part of DOS, but rather due to repeated and prolonged protest actions made in response to the Department’s award decisions. 4. Justification authority and supporting rationale: 40 USC 501 and FAR 8.405-6(a)(1)(i)(A): An urgent and compelling need exists and following the procedures would result in unacceptable delays. Mantech, as the current provider, is the only company who can provide the required services for the brief period of time required until the protests can be resolved and the new award becomes effective, without an available transition/on-boarding period. 5. A determination by the ordering activity Contracting Officer that the order represents the best value consistent with FAR 8.404(d): The prices contained in the extended period are based on the fifth and final year of the task order, which were the result of multiple levels of competition and reflect the current state of the market. GSA determined the prices of supplies under schedule contracts to be fair and reasonable and the DOS Contracting Officer verified GSA availability and analyzed the labor mix and level of effort at time of initial task order award. 6. A description of the market conducted among schedule holders and the results or a statement of the reason market research was not conducted: The new competition has already taken place without undue restrictions or limitations to competition and performance under the new award can commence pending the outcome of the bid protests, so no additional market research was conducted. 7. Any other facts supporting the justification: A synopsis of contract award and a copy of this Limited Sources Justification will be posted within 30 days after award (i.e. the task order modification) to FedBizOpps as required by 5.301(d)(2) and 8.405-6(a)(2) and will remain posted there for a minimum of 30 days. 8. A statement of the actions, if any, 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 is made: N/A CERTIFICATIONS I certify that all supporting data that is the responsibility of technical or requirements personnel (e.g. verifying the Government’s minimum needs for requirements or other rationale for limited sources) and which form the basis for the justification are complete and accurate. //Requiring Office, IRM/OPS/ITI/GITM signed 4/10/2014 I certify that this justification is accurate and complete to the best of my knowledge and belief. //Contracting Officer. A/LM/AQM/IT/ISB signed 4/22/2014 REVIEWS //Branch Chief, A/LM/AQM/IT/ISB signed 4/10/2014 //Assistant Legal Adviser for Buildings and Acquisitions, L/BA signed 4/11/2014 //Division Director, A/LM/AQM/IT signed 4/11/2014 APPROVAL //Contracting Activity Competition Advocate, A/LM/AQM signed 4/15/2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA08Q0162/listing.html)
- Place of Performance
- Address: Springfield, Virginia, 22153, United States
- Zip Code: 22153
- Zip Code: 22153
- Record
- SN03345112-W 20140424/140422234818-68431d944d26e16a9f870dc96febb626 (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 |