SOLICITATION NOTICE
R -- Administrative Support Services - Administrative Support Services
- Notice Date
- 7/10/2017
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
- ZIP Code
- 20229
- Archive Date
- 8/2/2017
- Point of Contact
- Sharron R. White, , Sharron R. White, Phone: 2023443889
- E-Mail Address
-
sharron.white@cbp.dhs.gov, sharron.white@cbp.dhs.gov
(sharron.white@cbp.dhs.gov, sharron.white@cbp.dhs.gov)
- Small Business Set-Aside
- N/A
- Award Number
- HSBP1017J00356
- Award Date
- 7/3/2017
- Description
- Administrative Support Services JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION ( Cite authority, e.g., 10 U.S.C. 2304(c)(7) or 41 U.S.C. 3304(a)(7)) Pursuant to the requirements of the Competition in Contracting Act (CICA) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.3 and in accordance with the requirements of FAR 6.303-1, the justification for the use of the statutory authority under FAR Subpart 6.3 is justified by the following facts and rationale required under FAR 6.303-2 as follows: •1. Agency and Contracting Activity. Department of Homeland Security/U.S. Customs and Border Protection (CBP) Office of Human Resources Division •2. Nature and/or Description of the Action being Approved. This is an FY 2017 request for Administrative Support Services. The administrative staff shall provide technical and administrative services to include, not limited to, data entry, electronic record management, and data gathering for statistical reports. •3. Description of Supplies/Services. The Executive Services Division is entering into a bridge task order for administrative support services. The administrative staff shall provide technical and administrative services to include, not limited to, data entry, electronic record management, and data gathering for statistical reports. The vendor shall provide contractor support needed to assist the Executive Services Staff, in the preparation of Executive Core Qualifications (ECQ) templates and related documents, under the résumé-based recruitment method, for applicants selected for Senior Executive Service (SES) positions. These templates will be forwarded to Office of Personnel Management Qualification Review Boards (QRB) for evaluation. Contractor support personnel must be fully knowledgeable of SES ECQs, the OPM QRB review process, and the development of ECQ Statements or ECQ templates under the résumé-based recruitment method. In addition, the Contractor must possess outstanding writing ability, analytical skills, and verbal communication skills to work with applicants selected for SES positions. Vendor: DP George & CO, LLC 2121 Eisenhower Avenue, Suite 100 Alexandria, VA 22314-5304 Total Price: $143,042.00 •4. Identification of Statutory Authority Permitting Other Than Full and Open Competition. The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1) or 41 U.S.C. 3304(a)(1) under FAR Part 6.302-1 entitled "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. •5. Demonstration that the Nature of the Acquisition Require Use of the Authority Cited. The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1)(for USCG) or 41 U.S.C.3304(a)(1) (for other Components) implemented by the FAR Subpart 6.302-1 entitled "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." DP George & Company, LLC is currently providing the aforementioned services under task order HSBP1017J00356 This bridge is not to exceed a six month period in order to facilitate award. •6. Description of Efforts Made to Ensure that Offers are Solicited from as Many Potential Sources as is Practicable. A Federal Business Opportunities (FBO) notice will be publicized to potential Offerors for this procurement. •7. Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable. The Contracting Officer has determined the anticipated price to be fair and reasonable. The Contracting Officer reviewed a similiar task order for Administrative Support services under task order number HSBP1015J00134. •8. Description of Market Research. CBP searched GSA OASIS and found several vendors that can perform the services. In addition, market research was performed on the internet for vendors that can also perform administrative support services. Any Other Facts Supporting the Use of Other Than Full and Open Competition. In order to continue providing services and not having services delayed, it is necessary to contract with DP George & Company, LLC. Although market research efforts identified other firms with the potential to support these services, there would be no feasible way to transition the vendor and present the resources required at this time to commence services. •9. A Listing of the Sources, if Any That Expressed, in Writing, an Interest in the Acquisition. CBP conducted market research on strategic sourcing OASIS GSA vendors. Over the past two months, CBP has received several inquiries from 8a and SDVOSB Contractors.. •10. A Statement of the Actions, if Any, the Agency May Take to Remove or Overcome Any Barriers to Competition Before Any Subsequent Acquisition for Supplies or Services Required. I CBP anticipates award using DHS PACTS II Functional Category II strategic sourcing contract for service-disabled veteran small business (SDVOSB) set-side for Administrative Support services. The acquisition is anticipated to be awarded in FY 2018. •11. Contracting Officer's Certification. I certify that the data supporting the recommended use of other than full and open competition is accurate and complete to the best of my knowledge and belief.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/de09b362dd23fbb5b91af595dfea5eea)
- Place of Performance
- Address: Washington, DC, United States
- Record
- SN04573396-W 20170712/170710235900-de09b362dd23fbb5b91af595dfea5eea (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 |