SOLICITATION NOTICE
R -- Distributed Common Ground/Surface Systems (DCGS) Instrumentation
- Notice Date
- 2/26/2018
- Notice Type
- Fair Opportunity / Limited Sources Justification
- 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
- Solicitation Number
- HC1028-12-D-0026-0082
- Archive Date
- 3/28/2018
- Point of Contact
- Maria R. Elemia, Phone: 520-538-4237
- E-Mail Address
-
maria.r.elemia.civ@mail.mil
(maria.r.elemia.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- HC1028-12-D-0026
- Award Date
- 2/22/2018
- Description
- Reference Number : HC1028-12-D-00260082 Title of Effort : Distributed Common Ground/Surface Systems (DCGS) Instrumentation JUSTIFICATION & APPROVAL (J&A) FOR FEDERAL ACQUISITION REGULATION (FAR) SUBPART 16.5 ACQUISITIONS EXCEPTION TO FAIR OPPORTUNITY Multiple Award Schedule/Multiple Award Contract (MAC) Orders under MAC/ Fair Opportunity - FAR 16.505, Department of Defense FAR Supplement (DFARS) 216.505-70, Procedures, Guidance and Information (PGI) 216.505-70 Purchase Request Number: 37138-10 Contract Number: HC1028-12-D-0026 Task/Delivery Order Number: 0082 Procurement Title: Distributed Common Ground/Surface Systems (DCGS) Instrumentation Estimated Value: $100,000 Authority: FAR 16.505(b)(2)(i)(C) JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY 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: Requesting Agency: DISA/JITC 2001 Brainard Road, Building 57305 Ft Huachuca, Arizona 85670 Contracting Activity: DISA/ DITCO/PL8332 2300 East Drive, Building 3600 Scott Air Force Base, Illinois, 62225 •2. NATURE/DESCRIPTION OF ACTION(S): The nature of this action is to add a Contract Line Item Number (4003) to extend the period of performance (PoP) and increase the level of effort on this existing CPFF task order to be consistent with JITC's fielding and test and evaluation (T&E) changes against the Testing and Evaluation (T&E) Multiple Support Services (MSS) indefinite-delivery/indefinite-quantity (IDIQ) contract held by ManTech Telecommunications and Information Systems Corporation. This action will ensure testing, post-test analysis and reporting activities involving multiple sites from various testing organizations, Services/agencies, and coalition partners will continue without a gap in service. The requested change will extend the PoP through from February 24, 2018 through July 30, 2018 and increase the level of effort by REDACTED labor hours. This effort is funded using 2018 PSD customer funding. •3. DESCRIPTION OF SUPPLIES/SERVICES: The JITC conducts testing of the Distributed Common Ground Systems (DCGS) Enterprise within the joint and coalition environments. The requirement is to provide instrumentation and automation support for multiple DCGS Enterprise Assessments that culminate with the annual capstone Enterprise Challenge 2018 (EC18) and STORMFORCE 2018 Demonstrations (e.g., setting up, modifying automated scripts, and configuring instrumentation and test automation) in the DCGS Interoperability Laboratory of the JITC. The DCGS Instrumentation team is responsible for ensuring the events run smoothly for the various testing venues (e.g., Enterprise Challenge and four preceding spirals). Each year in support of the Warfighter, JITC conducts several DCGS Enterprise Assessments that are very complex and extensive. These tests are divided into three main categories: EC Spiral Events that precede the EC Main Exercise (MAINEX) and involve up to 20 geographically disbursed test nodes from the US Military Services and Agencies on both test and operational (Secret) networks; EC MAINEX which adds coalition partners (United Kingdom, Canada and Australia) to the EC18 Spiral participating nodes and scenarios; and STORMFORCE 2018, which includes the National Security Agency, various Service-level participants, and one or more coalition partners to demonstrate signals intelligence capabilities. During these assessments, U.S. Services and the coalition countries bring various systems and capabilities to execute scenarios that revolve around the intelligence cycle. These extremely complex tests require detailed planning and coordination among multiple Services, Agencies, and countries. JITC develops and maintains/manages all test automation, supports set-up of the nodes on multiple networks, collects and reduces the data using automated test tools, and provides the data and reports to the participants and the Office of the Undersecretary of Defense for Intelligence customer. This task supports all the phases of the test, including the execution phase where we provide instrumentation that emulates users during a complex, orchestrated sequence of events that ultimately show how well intelligence data can be shared and consumed by scenario participants. In addition, the task covers the automated data collection and analysis to enable JITC to aggregate and analyze large volumes of data functions to populate the EC18 and STORMFORCE 2018 reports. The DCGS Instrumentation Operations covered by the basic contract support testing requirements are recurring in nature. The work covered by the basic contract is the work up to and including the third of five EC18 spirals (EC18 Spirals 1-3 were completed during Option 3 of the Task Order 37138-10 that ends on February 23, 2018). See the schedule below that reflects four major events during the proposed option period. EC18 Spiral 4: Feb 26 - Mar 2; EC18 Spiral 5: Apr 9 - Apr 20; STORMFORCE 2018: Apr 23 - May 18; EC18 MAINEX: Apr 30 - May 22 In addition, posttest automated data reduction and analysis will be performed from the conclusion of EC18 MAINEX through July 30, 2017 to support development of the comprehensive EC and STORMFORCE reports and cataloguing/archiving of data. •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 modification to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order. •(b) Description of the Justification. The Enterprise Challenge 2018 (EC18) demonstration is mid-way through the five EC18 Spiral events that build the DCGS federation under assessment and culminate in the STORMFORCE 2018 and EC18 MAINEX assessment events. EC18 Spirals 1, 2, and 3 have concluded, and Spiral 4 commences on February 25, 2018, immediately after the current task order option period is scheduled to conclude. The support is needed to prevent significant impact to Military Services, Defense Agencies, and coalition partners who participate in the remaining E18 Spirals 4 and 5; STORMFORCE 2018; and EC18 MAINEX. •(c) Justification. •(1) Minimum Government requirements. DCGS Enterprise testing is a mission area of the JITC. It involves Military Services, Agencies, and coalition partners who join together for Enterprise Challenge and STORMFORCE demonstrations in order to evaluate intelligence capabilities and interoperability on multiple networks. The government requires DCGS Enterprise testing to ensure implementations comply with established metrics and are interoperable to support sharing of vital intelligence, surveillance and reconnaissance data and information; ultimately the work performed by this task contributes to reduction of interoperability issues that may be caused by disparate implementations of the designated standards and/or failure of the DCGS Enterprise to meet designated performance requirements. •(2) Proposed sole source contractor. This contractor, ManTech Telecommunications and Information Systems Corporation, has supported the DCGS Instrumentation task throughout the testing program. Its experience in developing, maintaining and operating the unique DCGS instrumentation such as the JITC Multi-Service Query Engine (JMSQE), the Geospatial Intelligence Validator, and the Information Security Marking (ISM) Schematron Validator is critical for the success of the testing program. •(3) Discussion regarding cause of the sole source situation. The reason for this sole source situation is that ManTech has developed the complex and unique software deliverables on the task order that are employed from JITC's DCGS test laboratory and modified/tailored to support unique requirements during EC18 and STORMFORCE 2018 events. As such, they can provide the Government highly specialized knowledge in DCGS instrumentation and test automation. They are best suited to adapt quickly to the required extension without incurring exorbitant additional costs as a result of extension. Given that the testing cycle is currently building to the capstone events of EC18 and STORMFORCE 2018 in April and May 2018, it is impractical to compete a new task order and engage another contractor to obtain DoD's required test results on time. •(4) Demonstration of unique source. ManTech has executed this task order for four years and has built significant expertise in DCGS technologies and web services that are unique to the intelligence community. The expertise has been gained over time by participation in multiple iterations of Enterprise Challenge and other DCGS Enterprise Assessment events that are managed from the DCGS laboratory at JITC. In addition, ManTech has utilized this technical expertise to develop in-house DCGS instrumentation and tools to capture data as it traverses different networks and to quickly reduce/analyze large volumes of data so that it can be incorporated in specialized reports for the acquisition community decision makers. Every Enterprise Challenge event has different factors that require quick and often extensive modifications to the tools' existing source code in order to employ the tools with the varying systems across the United States, United Kingdom, Canada and Australia. ManTech has developed and modified the source code on numerous occasions in response to the fast-paced and rapidly changing DCGS Enterprise environment, thereby their analysts are able to quickly and effectively understand the problem at hand and respond rapidly with software changes to support the testing and ensure it stays on schedule, with no degradation or interruption in service. •(5) Procurement discussion. The nature of this action is to issue a cost-plus-fixed-fee modification to add a CLIN (4003); and thereby, increase the level of effort on this task order. Further, this modification is required to ensure uninterrupted test execution and timely completion of testing activities and the JITC DCGS Enterprise program is able to meet its DoD testing and reporting requirements. The period of time needed to support the remaining test events in the annual Enterprise Challenge and STORMFORCE cycle, and to reduce and analyze the voluminous data and provide the results report as previously described is approximately 5 months: February 24, 2018 to July 30, 2018. ManTech has been indispensable in making DCGS instrumentation and automation support for this critical task effective and successful. ManTech is the only qualified contractor capable of providing continued service without incurring significant additional time and duplicative costs which have been estimated to be 120 days and REDACTED. ManTech is currently in place, with the relevant programming skills and proper security clearances, and has the capability to support this task without interruption. •(6) Impact. Failure to add a CLIN (4003) or to extend the PoP will result in JITC not successfully completing automated testing and data collection associated with the complex tools the contractor has developed and frequently modifies to adapt to changing test requirements, thus resulting in either a significant delay or failure in reporting of vital assessment results to the DoD acquisition decision makers in the intelligence community. The EC18 and STORMFORCE 18 reports support decision-makers' deployment decisions. The projected new Period of Performance (PoP) provides instrumentation and automation test support to EC18 Spiral 4, EC18 Spiral 5, and STORMFORCE 2018 execution, data reduction, and test reporting from February 24, 2018 through July 30, 2018 in order to support the established testing schedule. Thus, an extension of the current task is needed to ensure the continuity of support to the customer to complete the annual EC18 and STORMFORCE 18 test cycle. The DCGS systems and intelligence, surveillance and reconnaissance capabilities provided by DoD agencies and coalition partners are critical for the defense of the nation and our allied partners; we would not fulfill our reporting obligations to DoD, and could delay the deployment of some of these critical systems. The delays could impact DoD's ability to defend the nation. As such, the logical action is to issue a modification to the existing task order. If the requirement were to be re-competed, it would delay the start of the task for up to four months, based on the historical evidence of the time required to issue a competitive task order award. It could take as much as three additional months, with maximum stakeholder support, to transition to a tester(s) with adequate DCGS knowledge programming skills to operate and maintain the instrumentation and test tools that automate testing and data collection, analysis and reporting. Selecting another contractor would increase costs due to the time required to familiarize the contractor with DCGS instrumentation and test automation tools and capabilities that are very complex and unique. •5. COST/PRICE FAIR AND REASONABLE DETERMINATION: During source selection of solicitation number HC1028-12-D-0026-000082, 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 will be compared to the current contract prices as well as the Independent Government Cost Estimate in order to determine fair and reasonableness in accordance with FAR 16.505(b)(2)(ii)(B)(5). •6. MARKET RESEARCH: In accordance with FAR Part 10.002, market research has been conducted to identify all qualified sources and results thereof. The initial market research was completed from 2012 to 2013 at the basic Test and Evaluation Mission Support Services (T&E MSS) contract level, and annually thereafter at the task order level in accordance with FAR 10.002(b)(1). The formal market analysis included reviews of contractors found on General Services Administration (GSA) Schedule 70, and analysis of historical contract costs. As a result of the review, it was determined that 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 this expanded effort that is within scope of the original. Market research has always identified that all prime T&E MSS contractors can complete the scope of work; however, ManTech competitively won this task order award and is the only contractor that can complete the work within the required timelines mentioned above. •7. ANY OTHER SUPPORTING FACTS: For efficiency purposes, a modification to the existing task order to add a new PoP from February 24, 2018- July 30, 2018 will be made as opposed to issuing a follow-on task order. •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-0026-0082 Contractor: ManTech Contract Period: February 24, 2014 - February 23, 2018 Total Contract Value: $ REDACTED Contract Type: CPFF Period Total Change to Lifecycle Lifecycle Amount % Change Basic Award REDACTED Mod 4 REDACTED REDACTED 0.00% Mod 16 IGCE REDACTED REDACTED -.08% Objective: Provide technical support to JITC's DCGS Test and Evaluation Focus Team from an instrumentation perspective, relating to the following activities: instrumentation and tool development; automated data collection and reduction; and troubleshooting, operating, managing and setting up hardware based tools/databases on networked systems as well as standalone configurations. •(b) No related prior award was accomplished with the need for a brand-name exception to fair opportunity, limited-sources, and/or any other exception to full and open competition justification. •(c) This task order was originally awarded without the need of an exception to fair opportunity as it was a new requirement. As a new requirement, fair opportunity was possible. •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. ALL QUESTIONS REGARDING THIS JUSTIFICATION ARE TO BE REFERRED TO:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b0b3c20a7bf4921d7588e8928c3b57d4)
- Place of Performance
- Address: 2001 Brainard Road, Building 57305, Ft Huachuca, Arizona, 85670, United States
- Zip Code: 85670
- Zip Code: 85670
- Record
- SN04835198-W 20180228/180226231601-b0b3c20a7bf4921d7588e8928c3b57d4 (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 |