SOLICITATION NOTICE
D -- FACET Maintenance Agreement
- Notice Date
- 8/7/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 110 Vernon Avenue Panama City FL 32407
- ZIP Code
- 32407
- Solicitation Number
- N61331-19-Q-KJ22
- Response Due
- 8/15/2019
- Point of Contact
- Kimberly E. Jimenez, Contract Specialist, Phone 8502355341
- E-Mail Address
-
kimberly.e.jimenez@navy.mil
- Small Business Set-Aside
- N/A
- Description
- 1. Identification of the agency and the contracting activity, and specific identification of the document as a "Limited Source Justification." This is a sole source justification. Contracting activity is the Naval Sea Systems Command, Naval Surface Warfare Center, Panama City Division (NSWC PCD), 110 Vernon Avenue, Panama City, FL 32407-7001 (Contracts Division Code 02). 2. Nature and/or description of the action being approved. This action will award a firm fixed price purchase order to Premier Solutions Hi, LLC, 745 Fort Street, Suite 800, Honolulu, HI 96813, to provide maintenance support services for the FACET System. The FACET system is a customized Enterprise Content Management System to support document capture, electronic storage, and automated retrieval needs of the Naval Experimental Dive Unit (NEDU). 3. A description of the supplies or services required to meet the agency's needs (including the estimated value). Under this purchase order, the contractor shall provide Help Desk support during standard business hours refresher training and assistance via phone or email, and provide minor updates or software bug fixes for the FACET System as required to ensure the system is performing properly. The estimated value of this contract effort is approximately $12,000, with four annual options for evaluation not expected to exceed $60,000. The Government's minimum needs have been verified by the certifying technical and requirements personnel. This memo does not authorize acquisition for other requirements. All services will be provided for one (1) year after award of purchase order. The contract action will be funded with 2019 Operation and Maintenance (OMN) funds. 4. Identification of the justification rationale and, if applicable, a demonstration of the proposed contractor's unique qualifications to provide the required supply or service. 10 U.S.C. 2304(c)(5) - Authorized or Required by Statute, FAR 6.302-5(b)(4) Sole source awards under the 8(a) Program or WOSB Sole Source. Premier Solutions Hi, LLC (PSHI) is a woman and minority owned 8(a) company that provided custom software development, document scanning services, and IT support to NEDU for the last year. Premier Solutions has dedicated U.S. Navy funds to deploy, customize, and implement an Enterprise Content Management (ECM) System capable of uploading and organizing Navy documents for easy search and retrieval. Based on the efforts to date Premier Solutions is the only company with the in-house resident knowledge and personnel to properly maintain the system software, provide refresher training, and maintain a help desk to readily troubleshoot and assist NEDU personnel. 5. A determination by the ordering activity contracting officer that the order represents the best value consistent with FAR 13.106-1(b). The Contracting Officer has determined that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government's needs. 6. A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted. No additional market research was conducted because it is not practicable, for the reasons discussed in paragraph 4 above, for any company other than PSHI to provide the required services. 7. Any other facts supporting the justification. None 8. A statement of the actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made. As stated in paragraph 4 above, PSHI is the only company that can provide the required services. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/e94e8ebe1b0128603f527c68391567b0)
- Place of Performance
- Address: 321 Bullfinch Rd Panama City, FL
- Zip Code: 32407
- Country: US
- Zip Code: 32407
- Record
- SN05396962-F 20190809/190807230110 (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 |