SPECIAL NOTICE
R -- I&O Support Services - JA17037
- Notice Date
- 1/11/2017
- Notice Type
- Special Notice
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- JA17037
- Archive Date
- 1/26/2017
- Point of Contact
- Michael T. Collins,
- E-Mail Address
-
michael.t.collins108.civ@mail.mil
(michael.t.collins108.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- JA17037 Limited Source Justification (LSJ) 1. Identification of the agency and the contracting activity. This is a Limited Source Justification acquisition for the Defense Health Agency (DHA), Infrastructure and Operation (I&O) Division, conducted by the U.S. Army Medical Research Acquisition Activity (USAMRAA) under an IDIQ pursuant to FAR 8.401. 2. Nature or description of action. Approval is being requested to extend services for the DHA I&O Division through a modification to the existing National Institutes of Health (NIH) Information Technology Acquisition and Assessment Center (NITAAC) contract for six (6) months, as prescribed by FAR 52.217- 8, Option to Extend Services, on NIH GWAC W81XWH-13-F-0333, with Quasars Incorporated. 3. Description of Supplies/Services (including estimated value). This award provides for services in support of Infrastructure and Operations (I&O) requires acquisition and finance expertise that complements their evolving mission requirements within DHA HIT environment. This support to the evolving I&O mission includes acquisition training, contract management and monitoring support, and file management; and includes acquisition-related strategic planning; contract documentation preparation and tracking; deliverables/database management and lifecycle contract administration. This contract also seeks to obtain support on fiscal year financial planning, budget preparation, analysis, execution and out-year resourcing to include development and preparation of necessary documentation for Program Budget Decisions (PBDs), the Future Years Defense Program (FYDP), the Program Objective Memorandum (POM) and the Budget Execution Submission (BES). The modification would extend services currently being performed at the same level of effort and with the same tasking as is currently being performed on the existing task order. 4. Authority Cited and supporting rationale. IAW FAR Part 8.405-6(a)(1)(i)(C); In the interest of economy and efficiency, the work is a logical follow-on to an original Federal Supply Schedule order, provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. This contract was originally competed as fair opportunity. This extension of services modification is needed as the competitive follow-on requirement is in the process of being re-competed by USAMRAA. It is expected to be awarded by April 2017. Only one vendor, Quasars Incorporated, is in the position to continue services at the level needed by the Government. Quasars Incorporated has the required knowledge and skills to provide continued sustainment and implementation support services required to support the DHA mission. DHA is requesting an extension with a period of performance beginning January 23, through July 22, 2017 to allow sufficient time to make a follow-on award under a Fair Opportunity contract that is being competed through USAMRAA under DoP-17-02634. This extension is necessary to ensure that the I&O Division has the necessary support services required to assist in its daily tasks without a break in service. Failure to award this extension at this time will result in a delay in accomplishing critical tasks already in progress which would result in disruption and loss of Acquisition Support/Financial Support for over 46 programs including critical programs such as the Network Support Service (NSS) and Global Service Center. 5. A determination by the ordering activity contracting officer that the order represents the best value consistent with 8.404(d). Consistent with 8.404(d) the best value to extend services, the contract may be extended at prevailing rates/prices of the current contract period of performance. Further, the requested extension is pursuant to FAR 52.217-8, in which pricing for the extension will remain commensurate with the pricing and level of effort that was determined to be fair and reasonable at the time of contract award. The Government has assessed the level of effort and the labor mix employed under the current contract to ensure that best value is obtained and the activities required are the same services throughout the 6-month extension and are fully in scope of the existing Firm Fixed Price contract. Based on an analysis of the current level of effort, an extension to Quasars Incorporated would yield the best value to the Government and reduce administrative costs associated with a new procurement of the same tasking.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/JA17037/listing.html)
- Place of Performance
- Address: QUASARS INCORPORATED, 2864 DEERFIELD DR, Ellicott city, Maryland, 21043, United States
- Zip Code: 21043
- Zip Code: 21043
- Record
- SN04369196-W 20170113/170111234428-19f6d44ed39915272db8e591cfb2f18f (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 |