SOLICITATION NOTICE
D -- EXCEPTION TO FAIR OPPORTUNITY – test & Evaluation BTA (WAWF, EDA & GEX) / WAWF DT&E
- Notice Date
- 9/19/2017
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott JITC, P.O. BOX 12798, Ft. Huachuca, Arizona, 85670-2798, United States
- ZIP Code
- 85670-2798
- Archive Date
- 10/18/2017
- Point of Contact
- John Y Farmer, Phone: 5205385529
- E-Mail Address
-
john.y.farmer.civ@mail.mil
(john.y.farmer.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- HC1028-12-D-0026-0048
- Award Date
- 9/18/2017
- Description
- Reference Number: HC1028-12-0026-0048 JPN 35014-32 Wide Area Workflow T&E Page 1 of 8 Pages JUSTIFICATION & APPROVALS FOR FAR SUBPART 16.5 ACQUISITIONS EXCEPTION TO FAIR OPPORTUNITY Federal Acquisition Regulation (FAR) Part 6 Justification & Approval (J&A), Supporting Procurements under FAR Part 12, FAR Subpart 13.5, and FAR Part 15 Purchase Request Number: 35014-32 Contract Number: HC1028-12-0026 Task/Delivery Order Number: 0048 Procurement Title: JPN 35014-32 Wide Area Workflow Estimated Value: REMOVED Statutory Authority: FAR 16.505(b)(2)(i)(C) JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (OTFAOC) Justification for OTFAOC Number: N/A Upon the basis of the following justification, I, as the Contracting Officer, hereby approve this exception to fair opportunity pursuant to the authority of FAR 16.505(b)(2)(i)(C). 1. REQUIRING AGENCY AND CONTRACTING OFFICE: Requiring Agency: Joint Interoperability Test Command (JITC) 2001 Brainard Road, Building 57305 Fort Huachuca, Arizona, 85670 Contracting Activity: DISA/DITCO-Scott/PL8322 2300 East Drive Scott AFB, Illinois 62225-5406 2. NATURE/DESCRIPTION OF ACTION(S): a. The nature of this action is to issue a modification to the current cost-plus-fixed- fee (CPFF) task order (TO) against the Testing and Evaluation (T&E) Multiple Support Services (MSS) indefinite delivery/indefinite-quantity (ID/IQ) contract, held by ManTech. This modification is to increase the level of effort to clarify the requirements in the WAWF e- business suite, version 5.11 This version develops an interface between the Contract Deficiency Report (CDR) module and Defense Logistics Agency's (DLA) Post award requests system, enable the Foreign Military Sales data requirements for entry with Reparable Receiving Reports and Reparable Combo documents, provide a webservice that will allow the myInvoice application to pull electronic tax statements from the Defense Finance and Accounting Services Simple Object Access Protocol server, incorporate a solution for Energy Receiving Report and Energy Combo documents that utilize a Free On Board indicator that will require the Initiator to select either 'D', 'O', or 'S', and provide functionality for invoices associated with Miscellaneous Reference Number: HC1028-12-0026-0048 JPN 35014-32 Wide Area Workflow T&E Page 2 of 8 Pages Payment documents that allows the 'Invoice Date' and 'Invoice Received Date' fields to be editable. b. The requested change to the task order will increase the level of effort by approximately 2,790 labor hours; thereby, increasing the total lifecycle/task order ceiling amount by REMOVED from REMOVED to REMOVED. 3. DESCRIPTION OF SUPPLIES/SERVICES: a. This task order supports Test & Evaluation and support of the WAWF e-business suite. The contractor is required to provide; Overall Test Management Support, Test Infrastructure Support, Systems Integration Testing, Systems Qualification Testing / Functional Testing, System Acceptance Testing / User Acceptance Testing, Performance Testing, Operational Support Testing, and Operational and Second-Tier Help Desk Support. b. Some WAWF e-business suite releases relate to newer technologies and capabilities that the contractor is required to research and evaluate in preparation for test preparation. If the WAWF goes from 5.X to version 6.0 then that would be a Major System release that would require a full re-test and evaluation. 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. For purposes of efficiency, the current TO is being modified rather than issuing a new sole-source TO to ManTech. This action supports keeping the test schedule on track and eliminated the additional cost that would be incurred due to a new contractor coming up to speed. b. Description of the Justification. This action requires the authority cited because DLA issued WAWF, Ver. 5.11 late in the Option Year (OY) 4 period of performance of the task order. It was determined in May 2017 during the WAWF 5.11 Software Requirements Review and Preliminary Design Review that this release would require more effort than planned at time of award. Funding to support the Test & Evaluation Efforts was sent by the customer on 14 June 2017. The DITCO contracting office was advised of the requirement on 22 June 2017. WAWF 5.11 Release User Acceptance Testing begins October 16, 2017 and deployment is scheduled for December 8, 2017. The current contractor for this task order, ManTech Corp., is uniquely qualified to continue the test and evaluation activities as they have been responsible for the program since February 19, 2013. As a result they provide highly specialized capabilities and resources that are not available from any other contractor. Among the highly qualified personnel Page 3 of 8 Pages Reference Number: HC1028-12-0026-0048 JPN 35014-32 Wide Area Workflow T&E that ManTech employs for this task order there are those who have experience providing Test & Evaluation support to the WAWF application since 2002. c. Justification: (1) Minimum Government Requirements. The increased level of effort will better enable JITC to quickly complete the required testing in support of WAWF Release 5.11.0. (2) Proposed Sole Source Contractor. ManTech International Corporation. ManTech has experience supporting Test and Evaluation of the Wide Area Workflow e-business suite for over 15 years. The current team is already up to speed supporting ongoing Test & Evaluation activities. Test scripts and scenarios have been developed and test data is being staged. It is estimated that it would cost REMOVED to the Government that would be duplicative based on the time it would take for a new contractor to come up to speed and begin to perform based on the requirements of this task. It is estimated that it would take 5 weeks for a full team of (14) people to come up to speed. These estimates were based on past burn rates of this task in conjunction will all the actions that would be needed for test prep, test account creation and system training. (3) Discussion regarding cause of the sole source situation. The reason for this sole source situation is that ManTech has completed the majority of their developmental Test and Evaluation (DT&E) deliverables on the task order. As such, they can provide the Government added support without the added time and costs that would be incurred if a new contractor was brought onboard. ManTech is currently in place, with the proper security clearances, and has the capability to support this task without interruption. No phase-in or ramp-up will be required to expand this support. (4) Procurement discussion. The nature of this action is to issue a cost-plus-fixed-fee modification to increase the level of effort on this task order. This modification is required to ensure timely completion of testing activities and that WAWF is able to meet its System requirements as outlined by DLA program office. ManTech is the only source and has been supporting this effort since February 19, 2013. During this time, their personnel have obtained the expertise and specialized knowledge of the WAWF suite. If the requirement were to be re- competed, it would take up to nine months to transition to a tester(s) with full knowledge and understanding of WAWF e-business suite to adequately support data collection to validate traceability matrix requirements. Resulting in JITC not successfully completing the system integration test and user acceptance requirements. (5) Impact. Failure to increase the effort will result in not successfully completing the testing activities and in support of WAWF 5.11.0 Release scheduled to deploy on December 8, 2017. If there will be a slip on the release of WAWF 5.11.0, there will be a great impacts to the 5.11.1 release. The DLA customer has contracts with software developers based on the current schedule. Additionally, schedule slips would greatly impact end users that participated in testing and are stakeholders of the Engineering Change Proposals (ECP) contained in the WAWF 5.11.0 and 5.11.1 releases. These stakeholders are Defense Logistics Agency (DLA), Defense Contract Management Agency (DCMA), Defense Finance and Accounting Services (DFAS), Defense Procurement Acquisition Policy (DPAP), and Navy. Page 4 of 8 Pages Reference Number: HC1028-12-0026-0048 JPN 35014-32 Wide Area Workflow T&E 5. COST/PRICE FAIR AND REASONABLE DETERMINATION: During source selection of solicitation number HC1028-12-0026-0048, a cost/price evaluation was conducted in accordance with FAR 15.404. The contract prices were determined to be reasonable. The proposed cost/prices for the extension were compared to the current contract prices as well as the Independent Government Estimate to determine fair and reasonableness in accordance with FAR 16.505(b)(2)(ii)(B)(5) The costs are acceptable and are in line with the Independent Government Cost Estimate (IGCE). 6. MARKET RESEARCH: a. In accordance with FAR Part 10, market research has been conducted for this acquisition. JITC performed a formal analysis of the market through GSA Advantage and historical contract costs. The action officer has determined through market research and market analysis that in the future, competition can be obtained for the above requirement using competition amongst T&E MSS contractors. However, the only way to avoid the loss of invested resources and additional costs to the government is to modify the existing task order to accomplish the requirement. b. The use of any contractor other than the incumbent would result in significant delays in assessment efforts and threaten the Government's ability to provide an acceptable level of support. Further, given the contract has been awarded to ManTech and the additional work is within their scope, re-competing it without cause due to performance issues would be potential cause for protest. 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: a. Procurement History. Contract Number: HC1028-12-D-0026-0048 Contractor: ManTech Contract Period: February 19, 2017 - February 18, 2018 Total Contract Value: REMOVED(original TEP; Base + all options) Contract Type: CPFF b. Objective: The purpose of this tasking is to provide support for WAWF e-business, Ver. 5.11&E. c. This TO was awarded following a fair opportunity competition using the T&E MSS IDIQ. All seven T&E MSS contractors were afforded the opportunity to be considered for this TO. This task was originally awarded for REMOVED and had six previous modifications that altered the contract value prior to this modification. The table below details the modifications Page 5 of 8 Pages Reference Number: HC1028-12-0026-0048 JPN 35014-32 Wide Area Workflow T&E and the cumulative changes to the contract value and includes the presently planned modification referenced in this justification. Page 6 of 8 Pages Reference Number: HC1028-12-0026-0048 JPN 35014-32 Wide Area Workflow T&E Action Total $ Change to Lifecycle Lifecycle Amount revised % Change Basic Award REMOVED Mod 02 REMOVED REMOVED REMOVED Mod 04 REMOVED Mod 08 REMOVED REMOVED REMOVED Mod 10 REMOVED REMOVED REMOVED Mod 13 REMOVED REMOVED REMOVED Mod 19 REMOVED REMOVED REMOVED *Mod 31 REMOVED REMOVED REMOVED TOTALS REMOVED REMOVED *Note: Modification 31 reflects the changes presented by this J&A - Base Year: February 19, 2013 - February 18, 2014 - Option Year 1: February 19, 2014 - February 18, 2015 - Option Year 2: February 19, 2015 - February 18, 2016 - Option Year 3: February 19, 2016 - February 17, 2014 - Option Year 4: February 19, 2017 - February 18, 2018 9. REFERENCE TO THE APPROVED ACQUISITION PLAN (AP): In accordance with the exceptions under DISA Acquisition Regulations Supplement 7.103 (S- 91)(1)(viii), an AP is not required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d6a3c3e4592b07a101d2cf679948b5c5)
- Place of Performance
- Address: 2001 Bdainard Road BLD G 57305, Fort Huachuca, Arizona, 85613, United States
- Zip Code: 85613
- Zip Code: 85613
- Record
- SN04683976-W 20170921/170919231826-d6a3c3e4592b07a101d2cf679948b5c5 (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 |