Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2018 FBO #5949
SOLICITATION NOTICE

R -- Wide Area Workflow Developmental Test & Evaluation Support

Notice Date
3/6/2018
 
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
HC102818F0294
 
Archive Date
4/5/2018
 
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
3/5/2018
 
Description
Multiple Award Schedule (MAS)/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: 35014-36 Contract Number: HC1028-12-D-0026 Task/Delivery Order Number: HC102818F0294 Procurement Title: Wide Area Workflow Developmental Test & Evaluation Support Contracting Office: Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization (DITCO)/Joint Interoperability Test Command (JITC) Mission Support Section (PL83l5) Estimated Value: REDACTED Statutory 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 Procuring Activity Competition Advocate, 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: •(a) Requiring Agency: DISA/JITC 2001 Brainard Road, Building 57305 Fort Huachuca, Arizona 85670 •(b) Contracting Office: 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 ensure critical, uninterrupted JITC support to the Defense Logistics Agency's Wide Area WorkFlow (WAWF) eBusiness Suite program by awarding a follow-on task order to ManTech on the current Testing and Evaluation (T&E) Mission Support Services (MSS) indefinite-delivery/indefinite-quantity (ID/IQ) contract. The action will ensure that four years of testing knowledge is not lost and can be smoothly transitioned to another contractor while testing and deploying WAWF 5.11.1 User Acceptance Test (UAT) effort and conducting WAWF 5.12.0 System Integration Test (SIT) effort. This will allow overlap to transfer knowledge and not negatively impact WAWF's deployment schedule. The period of performance (PoP) on the current task order ends February 18, 2018. The WAWF program The WAWF e-Business Suite is a Paperless Contracting DoD-wide application designed to eliminate paper from the receipts and acceptance process of the DoD contracting lifecycle. The goal is to enable authorized government vendors and DoD personnel the ability to electronically create and monitor invoices, receiving reports, and property transfer documents. The follow- on task order will include an approximate level of effort of REDACTED labor hours. The required PoP is February 19, 2018 to April 30, 2018. This effort is funded with 2018 RDT&E funds. •3. DESCRIPTION OF SUPPLIES/SERVICES: •(a) The Wide Area Workflow (WAWF) eBusiness Suite is made up of I nvoicing, R eceipt, A cceptance, and P roperty T ransfer ( iRAPT ), Electronic Document Access (EDA), myInvoice, Item Unique Identification (IUID), Contracting Officer Representative Tracking (CORT) Tool, eMIPR, Management Reporting System (MRS), National Industrial Security Program (NISP) Contract Classification System (NCCS), Contract Closeout, Contract Deficiency Report (CDR), Contracting Communication Module (CCM), and Data Lake. Contracting Department of Defense (DoD) wide application designed to eliminate paper from the receipts and acceptance process of the DoD contracting lifecycle. The goal is to enable authorized government vendors and DoD personnel the ability to electronically create and monitor invoices, receiving reports, and property transfer documents. Currently, ManTech supports WAWF eBusiness Suite by providing independent developmental test and evaluation (DT&E) for all pre-Production version releases. It was awarded based on a test schedule developed in 2013. WAWF 5.11.1 and 5.12.0 are being tested by JITC with overlapping version testing for delivery into Production. Before new WAWF capabilities can be fielded, they must undergo system and functional T&E to ensure the operational user receives an effective, suitable, interoperable, and secure system while not sacrificing current functionality. JITC provides WAWF eBusiness Suite DT&E support in the form of system and functional release testing to determine how well the new requirements will work prior to Production release. This sole-source task order will provide contractor support through the entire WAWF 5.11.1 test cycle and the preparation for WAWF 5.12.0. These test efforts are vital to the continued WAWF incremental releases into the Production environment. This sole-source task order is for three months in order to complete the current WAWF 5.11.1 User Acceptance Test (UAT) effort and prepare and complete the WAWF 5.12.0 System Integration Test (SIT) effort. The WAWF 5.11.0 and 5.11.1 test efforts uncovered issues that require additional testing to ensure that the release can be safely fielded. As a result of these findings, the timeline provided to the contractors as part of the previous solicitation required additional effort.. A follow-on task order with a PoP ending in April 2018 is required to support 5.11.1 and 5.12.0 test planning, execution, and reporting efforts. •4. SUPPORTING RATIONALE, INCLUDING A DEMONSTRATION THAT THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS OR THE NATURE OFTHE ACQUISITION REQUIRES USE OF AN EXCEPTION TO FAIR OPPORTUNITY: •(a) Exception to Fair Opportunity. In accordance with 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 originalorder. •(b) Description of the Justification. This action requires the authority cited as the PoP of the task order will expire prior to completion of testing activities. The current contractor for this task, ManTech, is uniquely qualified to complete the testing activities as they have been responsible for the program for the last four years. As a result, they provide highly specialized capabilities and resources that are not available from any other contractor. •(c) Justification •(1) Minimum Government Requirements. The Government requires immediate and highly specialized knowledge of WAWF and Subsystem requirements and WAWF testing strategy and artifacts. Due to the aggressive nature of the T&E schedule, there is no gap or time between during the 5.11.1 regression test planning, execution, and reporting efforts to compete a new task. In addition, contract classification restrictions may prevent a new contractor from being able to immediately begin work and meet the scheduled timelines due to lead time necessary for requesting, approving, and onboarding of new accounts. •(2) Proposed Sole Source Contractor. A follow-on task order with the current contractor, ManTech, provides the Government substantial benefits as the work is an extension of what they are currently performing. Substituting contractors for the additional work at this phase of WAWF test cycle will be detrimental by adding unnecessary delays and increasing costs to field the version. This is due to the amount of time already invested in the ongoing test efforts, resulting in their unique and highly specialized knowledge of legacy WAWF and subsystem requirements, new WAWF capabilities, and DLA and DoD Contracting Policy; as well as their working knowledge of testing requirements for programs on Deputy Assistant Secretary of Defense (DASD), DT&E, Director, Operational Test and Evaluation (DOT&E), and DLA oversight. Additional costs will include duplicative familiarization and training of a new contractor, as well as the unavoidable coordination amongst stakeholders engaged in preparing for and conducting multiple, complex, and, in some cases, concurrent detailed T&E events. These costs would be in addition to the costs incurred for direct T&E labor to prepare another contractor to sufficiently support this effort. •(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 DT&E and deliverables on the task order. As such, they can provide the Government highly specialized knowledge of the WAWF system, and they are best suited to adapt quickly to the changes without incurring excessive additional cost as a result of the re-baseline. Given that the testing is nearly complete, it is impractical to compete a new task order, engage another contractor, and still meet WAWF eBusiness Suite Production release dates. •(4) Demonstration of Unique Source. ManTech brings over four years of outstanding WAWF-specific system knowledge and test experience to the WAWF task. They are uniquely qualified with experts in Government Contracting, Government Invoicing, Data Lake strategies, and Federal, DoD, and DLA acquisition support policies. ManTech has been indispensable in making test support for this critical task effective and successful. ManTech is the only qualified contractor capable of providing these unique services without incurring significant additional time and duplicative costs, which is currently estimated to be REDACTED. 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. Therefore, it is not in the best interest of the Government to compete a new task order to address the imposed changes to the requirement. •(5) Procurement Discussion. The nature of this action is to issue a follow-on cost- plus-fixed-fee task order with a PoP ending on April 30, 2018. This sole source task is required to ensure timely completion of testing activities to ensure DLA WAWF is able to meet its T&E and Production release schedule. •(6) Impact. Failure to issue a follow-on sole source task order with an extended PoP will result in JITC not being able to execute the DLA WAWF T&E schedule which would result in DLA mission failure. Soliciting for a new contractor will result in a significant amount of time, duplicative effort, and associated cost. This is due to the substantial amount of activities by multiple stakeholders it would take for a new contractor to establish the appropriate accounts on all WAWF subsystems and Help Desk; sufficiently understand the capabilities that require testing; develop test cases, scenarios, and scripts; develop test plans; conduct the required coordination; and validate assessment methodologies. Therefore, the logical action is to issue a sole source task order to the existing contractor, ManTech. If the requirement were to be re-competed, it would delay the start of the task up to three-months based on the timelines to issue a competitive task order and up to nine-months, with maximum stakeholder support, to transition to a tester(s) with full knowledge and understanding of the WAWF system, subsystems, and integrated environments. Selecting another prime contractor would increase costs, due to the time required to obtain required security clearances and familiarize the contractor with WAWF capabilities to adequately support multiple, simultaneous planning and test events. •5. COST/PRICE FAIR AND REASONABLE DETERMINATION: During source selection of solicitation number HC1028-12-D-0026-0048, a cost/priceevaluation was conducted in accordance with FAR 15.404. The contract prices were determined to be reasonable. The proposed cost/prices for the follow-on task order 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 issue a follow-on sole source 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: None •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, 2013 -February 18, 2018 Total Contract Value: REDACTED (Base + all options, if this action is approved) Contract Type: CPFF •(b) This TO was awarded following a fair opportunity competition using the JITCT&E MSS IDIQ. All T&E MSS contractors were afforded the opportunity to beconsidered. •(c) The action proposed to remove barriers to full and open competition is that WAWF testing and support will be awarded utilizing the new TEC contract after this solesource award period of performance is complete. •9. REFERENCE TO THE APPROVED ACQUISITION PLAN (AP): This requirement does not require a written acquisition plan, as one was completed at the base contract level. REQUIREMENTS CERTIFICATION: I certify that the supporting data under my cognizance which are included in the J&A are accurate and complete to the best of my knowledge and belief.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee2161f72c378718c97a7d0046d3039c)
 
Place of Performance
Address: DISA/JITC, 2001 Brainard Road, Building 57305, Fort Huachuca, Arizona, 85670, United States
Zip Code: 85670
 
Record
SN04844113-W 20180308/180306231100-ee2161f72c378718c97a7d0046d3039c (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.