Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2015 FBO #5000
SOLICITATION NOTICE

D -- N00033-10-D-6506 provides IT Ashore Operations Support during ship and site visits. - JUSTIFICATION AND APPROVAL (J&A)

Notice Date
7/31/2015
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC DC, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540, United States
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-10-D-6506
 
Archive Date
8/31/2015
 
Point of Contact
JARRED S HENLEY, Phone: 2026855945, Troy Francis, Phone: 202 685 5560
 
E-Mail Address
jarred.s.henley@navy.mil, troy.francis@navy.mil
(jarred.s.henley@navy.mil, troy.francis@navy.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N00033-10-D-6506
 
Award Date
7/15/2010
 
Description
JUSTIFICATION AND APPROVAL (J&A) Exercising of FAR 52.217-8 for a period of 180 days from 01 August 2015 through 31 January 2016 for Military Sealift Command's (MSC) contract N00033-10-D-6506 for IT Ashore Operations Support. This action is being conducted under an other than full and open competition basis to the incumbent contractor, SAIC. Description of the Supplies/Services. N00033-10-D-6506 provides IT Ashore Operations Support during ship and site visits. More specifically, it includes the following task order requirements under the current contract: Ashore Datacenter Support. Provides support for data center operations for MSC applications and data at Navy data center in Charleston, including classified and unclassified infrastructure and Windows operations, Information Assurance (IA) support, Oracle and Sybase database management, UNIX administration, and IS Portal administration. iNavy SharePoint Development. Provides support for Microsoft Sharepoint development to integrate MSC into the iNavy environment, including training and Tier 2 support. Enterprise Connectivity Support. Provides classified and unclassified Enterprise Network Operations Center (ENOC) connectivity support, including operation and maintenance of network perimeter devices, compliance with Change Requests (CRQ), and maintenance of Information Assurance Vulnerability Management (IAVM) posture for ENOC Online Compliance Reporting System (OCRS) and Vulnerability Management System (VMS). MSC Global Service Desk (GSD) Support. Provides service desk support for MSC users worldwide, including creation and tracking of system and user trouble tickets and administration of Move Add Change (MAC) Requests. Program Management Support. Provides management of contract services, including procurement and travel management, asset management, change management, development of standard operating procedures (SOP), management and execution of operations projects, and administration of MSC IT training. Information Assurance Vulnerability. Provides support for the identification and remediation of Information Assurance Vulnerability Alerts (IAVA) and Information Assurance Vulnerability Bulletins (IAVB) and management configuration of the Host-Based Security System (HBSS). Certification and Accreditation (C&A) Support. Provides support for MSC compliance with DoD Information Assurance Certification and Accreditation Process (DIACAP) requirements for C&A of MSC systems and sites. NMCI Telecommunications Support. Provides desktop systems support, video teleconferencing support, and telephone system administration for MSC users at MSCHQ, MSC Norfolk, and Ship Support Unit San Diego (SSU SD). The total estimated dollar value for this option exercise is $6,465,410.00. The total estimated dollar value for this option exercise is derived from the labor rates and reimbursables costs proposed by the current contractor under N00033-10-D-6506. The period of performance for this action will be a six-month option. See paragraph 5 below for more information. 4. Statutory Authority Permitting Other Than Full and Open Competition. This justification is prepared under the provisions of 10 U.S.C. 2304(c)(1), One source or limited sources, as implemented by FAR 6.302-1(a)(2). Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 5. Rationale Justifying Use of Cited Statutory Authority. At the request of MSC, the Defense Information Systems Agency (DISA) is currently working on the follow-on procurement for the services currently provided by SAIC under contract N00033-10-D-6506. Pending an award under that procurement, SAIC is the only contractor in a position to provide the varied services required under its contract in the short performance period justified under this action. It is impractical, given the complex and integrated nature of the services, to solicit and award an interim contract to another contractor for only a six-month period. Further, the continuity provided by extending SAIC's contract is especially important at this time owing to the command cybersecurity inspection MSC is scheduled for in September 2015. SAIC is providing critical support as MSC prepares for that inspection, which includes advising MSC leadership on matters affecting the supportability of the current MSC IT enterprise and options for investing in the IT infrastructure. 6. Description of Efforts Made to Solicit Offers from as Many Offerors as Practicable. This action allows time for the competitive follow-on solicitation to be completed, which will result in a competitive award. The action supported by this justification was synopsized on 07 July 2015 on the Federal Business Opportunites website. No responses were received. 7. Determination of Fair and Reasonable Cost. The current labor rates have been determined to be fair and reasonable using price analysis techniques described in FAR 15.404-1(b). The same rates will be exercised under this option. 8. Actions to Remove Barriers to Future Competition. The Government encountered unforeseen circumstances resulting in unanticipated delay of the competitive procurement, including a change in technical requirements. The circumstances giving rise to the need for this option exercise have been addressed by the Government and are not expected to recur prior to award of the competitive contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N00033-10-D-6506/listing.html)
 
Place of Performance
Address: Military Sealift Command, 914 Charles Morris Court SE, Washington Navy Yard, District of Columbia, 20397, United States
Zip Code: 20397
 
Record
SN03819388-W 20150802/150731235142-80628b9305df3e60ea498fe359608924 (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.