SOLICITATION NOTICE
D -- Information Technology Policy and Planning
- Notice Date
- 4/9/2018
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC Norfolk (N32205), Building SP-64, 471 East C Street, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N32205-18-R-1007
- Archive Date
- 5/30/2018
- Point of Contact
- James D. Findlay, Phone: 7574431190
- E-Mail Address
-
James.Findlay@Navy.mil
(James.Findlay@Navy.mil)
- Small Business Set-Aside
- N/A
- Award Number
- N32205-18-C-1002
- Award Date
- 4/30/2018
- Description
- JUSTIFICATION AND APPROVAL (J&A) FOR USE OF OTHER THAN FULL AND OPEN COMPETITION J&A Number N102-18-R-1002 1. Contracting Activity: Military Sealift Command, Norfolk, VA, N102A IT/Engineering Supplies and Services 2. Description of the Action Being Approved. The following action is for the award of an extension bridge modification for a period of six (6) months from 01 May 2018 - 31 Oct 2018 for Military Sealift Command (MSC) bridge contract N32205-18-C-1002, continuing the Information Technology Policy and Planning Support (ITPPS) requirement. This action is being conducted under an other than full and open competition basis to the incumbent contractor, Savvee Consulting, Inc. This bridge modification to the current task order will extend the period of performance as indicated and add additional FY18 and FY19 funds. 3. Description of the Supplies/Services. N32205-18-C-1002 provides critical IT governance and financial management support that assists N6 in merging the physical, financial, contractual, and performance attributes of its Information Technology (IT) investments to enable cost-efficient, timely business decisions. The specific efforts covered under this contract include: Program Management support, IT Asset Management support, Portfolio Management support, Budget Execution support, and Enterprise Architecture (EA) support. These five efforts are closely related and play a significant role in N6's IT Governance Review and Approval processes as set forth by the Clinger-Cohen Act of 1996. The Portfolio Management SMEs are vital to N6's ability to governance its IT. IT Governance includes, but is not limited to interaction with MSC's CIO, the Head of Contract Activity, and the Human Resources Board. Additionally the contractors are considered IT, Procurement Request (ITPR) SMES and must interact with United States Fleet Forces Command (USFFC) who control the ITPR process. Furthermore, EA provides vital support to the development and delivery of MSC's future IT Afloat infrastructure. Finally, the Budget Execution SMEs prepare funding templates; assist in managing both N6's Navy Working Capital Fund, and TRANSCOM Working Capital Fund budgets. The total estimated dollar value for this action is $1,875,626.40 which amount represents $1,860,326.40 in labor costs and $15,300.00 in reimbursable other direct costs. The total estimated dollar value for this sole source award is derived from the labor rates and reimbursable costs proposed by the incumbent contractor under the current contract. The period of performance on the current contract is 01 Nov2017 - 30 April 2018. The period of performance for this action with will be a six-month bridge modification from 01 May 2018 - 31 Oct 2018. See paragraph 5 below for more information. 4. Statutory Authority Permitting Other Than Full and Open Competition. This justification is prepared under the provisions of 10 U.S.C. 2304(c)(1), One source or limited sources, as implemented by FAR 6.302-1(a)(2). Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 5. Rationale Justifying Use of Cited Statutory Authority. FAR 6.302-1(a)(2)(iii)(B), states: For DOD, NASA, and the Coast Guard, services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in- (B) Unacceptable delays in fulfilling the agency's requirements. (See 10 U.S.C.2304(d)(1)(B).) The services provided by contract N32205-18-C-1002, Savvee Consulting Inc., assist in the performance of four critical aspects of MSC's Information Technology IT governance and financial management functions. Since the inception of the Clinger-Cohen Act of 1996, how agencies acquire, use, and dispose of Information Technology has become very structured. First the Act has created a focus on information resource planning and how it supports the strategic missions. Second the act calls for the implementation of a capital planning and investment control process that links budget formulation to budget execution. Third and finally the act encourages an organization to rethink the way IT works before investing in information systems. The contractors supporting these efforts assist in providing critical command and control by preparing daily correspondence that, once approved by a Government SME, advises leadership of potential issues impacting IT programs and projects. For example, the contracting team assists in the tracking of software licenses. If a license is allowed to lapse MSC becomes subject to reinstatement fees that, depending on the software company can be as much as 25% of the base contract. For example, Shavlik software, necessary for Information Assurance compliance is mission critical software with an annual renewal fee of approximately $25K and a 10% reinstatement fee. Allowing it to lapse would cost MSC an additional $2.5K. Without the contractors assisting in overseeing the expiration of the hundreds of licenses MSC holds the $2.5K on Shavlik could multiply exponentially as we miss renewal deadlines. The contract team also assists in pulling together the various data elements that compile MSC's Capital Planning and Investment Control (CPIC) process. These elements, once married up and approved by Government SMEs, provide the Chief Information Officer with the information needed to either continue investing in advanced IT initiatives critical to MSC's global supply mission or to seek a different direction that could potentially provide the same support but at significantly reduced costs. For example through proper contract oversight and with the assistance of the data provided by the contractors supporting this effort N6 was able to remove a task from the expensive Afloat Operations support contract resulting in an approximant savings of $1M over the life of the contract. A continued investment in these contract services without a break in service reduces IT financial waste throughout MSC and directly supports the points directed by the Clinger-Cohen Act of 1996. For the foregoing reasons, any gap in the services provided under the contract in question would be directly and significantly adverse to the best interests of the Government. 6. Description of Efforts Made to Solicit Offers from as Many Offerors as Practicable. There is insufficient time to solicit offers from other sources for services to begin 01 May 2018. This action allows time for the competitive follow-on solicitation, already in preparation, to be completed, which will result in a competitive award. The utilization of an industry day is currently in process for additional market research to be conducted. The estimated date for the industry day is the first week of April 2018. Therefore, this constrained time and for the reasons discussed in paragraph 5 above, for any company other than Savvee to provide the required services without a break in service would not be feasible. 7. Determination of Fair and Reasonable Cost. The incumbent contractor will submit proposed labor rates for the six (6) month extension. It is anticipated that similar rates under the current contract will be submitted. These rates will be determined to be fair and reasonable using price analysis techniques described in FAR 15.404-1(b). 8. Actions to Remove Barriers to Future Competition. A competitive follow-on solicitation will be completed allowing full and open competition during the period of this six- month bridge which will result in a competitive award. Once the requirements were established for this effort, it took several additional months to draft and finalize the requirements package and solicitation documents. At this time, the risk of a known additional delay is considered extremely low. As stated, the circumstances giving rise to the need for this extension modification have been addressed by the Government and are not expected to recur prior to award of the follow-on award. Currently the Government is in the process of hosting an industry day in early April 2018 in order for additional communication with vendors in order to provide for communication with the Requiring Office, Contracting Office, and potential vendors in order to resolve any further issues and concerns with this requirement. The recompete will be competed as a small business set-aside. It is being conducted as a full and open competition via Solicitation N32205-18-R-1018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b9e0b6fa0c61e93237ceba1e702f7aea)
- Place of Performance
- Address: Naval Base Norfolk, Norfolk, Virginia, 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN04882716-W 20180411/180409230648-b9e0b6fa0c61e93237ceba1e702f7aea (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 |