SOLICITATION NOTICE
D -- Verizon's GSA Connection II GWAC; Task Order for DOL Unified Communications Field Deployment Support Services
- Notice Date
- 10/10/2019
- Notice Type
- Fair Opportunity / Limited Sources Justification
- NAICS
- 517311
— Wired Telecommunications Carriers
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Archive Date
- 11/9/2019
- Point of Contact
- Judy K. Pace, Phone: 2026934584, Ida Ryan, Phone: 20269364580
- E-Mail Address
-
Pace.Judy.K@dol.gov, ryan.ida.m@dol.gov
(Pace.Judy.K@dol.gov, ryan.ida.m@dol.gov)
- Small Business Set-Aside
- N/A
- Award Number
- GS00Q12NSD0021
- Award Date
- 9/30/2019
- Description
- 1. IDENTIFICATION OF THE AGENCY AND CONTRACTING AGENCY: Contracting Activity Customer Agency Department of Labor Department of Labor OASAM/OPS OASAM/OCIO 200 Constitution Avenue, NW 200 Constitution Avenue, NW Washington, DC 20210 Washington, DC 20210 2. NATURE AND/OR DESCRIPTION OF THE ACTION BEING APPROVED: This justification for an exception to fair opportunity authorizes and approves the issuance of a Firm-Fixed-Price (FFP) and Time and Material (T&M) Task Order for DOL Unified Communications Field Deployment Support Services as a logical follow-on to the DOL Unified Communications Field Deployment Support order with Verizon Federal Inc., 22001 Loudoun County Pkwy, C2-1-567, Ashburn, VA 20147 (GS00Q12NSD0021/1605DC-17-F-00163). This is necessary to maintain continuity of services for a highly specialized Department of Labor Unified Communications deployment support services. This new task order will allow DOL to complete the Unified Communications technology deployment to the remaining ten office locations. These remaining offices are listed within the DOL Order: 1605DC-17-F-00163 PWS, which have not been completed under the current task order due to unknown government requirements that were discovered during the site surveys that could not be predicted at the time of award. This follow-on task order will be considered a hybrid with FFP and T&M CLIN(s) for 12 months to address the unknowns that come with installation IT equipment including cabling and configuration. 3. DESCRIPTION OF SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS (Including the Estimated Value): DOL/OCIO is in need of continued support services in the following two main areas: 1) Infrastructure Hardware Installation and Network Configuration and 2) UC Solutions deployment. For the Infrastructure Hardware Installation, the Contractor is consolidating disparate agency networks into the core DOL network, upgrade and replace Layer 1 (physical layer), Layer 2 (Data layer), and Layer 3 (network layer) infrastructure. For the UC Solutions deployment, the Contractor shall focus on four components: (1) VoIP Phones, (2) Video Teleconferencing (VTC), (3) Wireless, and (4) Contact Center. For VoIP phone implementation services, the Contractor is migrating phone lines to the UC VoIP infrastructure, replace existing desk phones to VoIP phones, deploy soft phones, provide desktop faxing, and deploy E911 emergency notification and tracking. For VTC implementation services, the Contractor is installing video teleconference units and providing VTC video conferencing capabilities. For Wireless implementation support services, the Contractor is deploying wireless network and visitor guest Wi-Fi access. For Contact Center implementation support services, the Contractor is transitioning existing contact center end users to the UC platform (e.g. Primary Rate Interface (PRI) to Session Initiated Protocol (SIP) migration) and support deployment efforts for new contact center end-users. The vendor is providing services from the existing contract under the following program areas: • Project Management and Tracking - Each site deployment is a project and requires a project management plan detailing methods to track and report project progress. • Infrastructure - Hardware Installation and Network Configuration. Configuration, deployment required for infrastructure upgrades and consolidation of networks. • Deploy UC Solutions - Configuration, testing, and installing of endpoints and software for UC VoIP desk phones and soft phones, VTC conference room units, wireless network and visitor guest access, and migration and deployment for Contact Center end-users. • Training - Distribute training materials and/or conduct end-user training for solutions. • Period of Performance: September 30, 2019 - September 29, 2020 4. IDENTIFICATION OF THE EXCEPTION TO FAIR OPPORTUNITY AND THE SUPPORTING RATIONAL: a. Identification of the justification rationale is FAR 16.505(b)(2)(i)(C). A task-order issued on a sole-source basis for this requirement is in the best interest of economy and efficiency, because it is a logical follow-on to a competitively awarded task-order issued under the GSA Connection II Government Wide Acquisition Contracts (GWAC), in accordance with fair opportunity. b. It is necessary that Verizon Federal Inc. continue to work for this logical follow-on requirement. Verizon holds the necessary experience specific to supporting DOL's Unified Communications Field Deployment program and their continued services are critical to the successful completion of this project. Verizon is the only contractor that can perform this work because they possesses the specialized background knowledge, skills and abilities needed for successful, timely and cost effective completion and implementation of DOL Unified Communications technology. For another vendor to take over this project, OCIO anticipates that there would be additional costs of more than $780,000.00 for the currently completed site surveys and unacceptable schedule delays while a new vendor gains experience and knowledge of the DOL technical environment. This logical follow-on requirement is for completion of the remaining ten office locations, listed within the PWS. This logical follow-on action will maintain continuity of services in the areas cited in section three above. A gap in such services will cause unacceptable delays that will negatively impact the DOL Agencies and their missions. 5. A DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNEMENT WILL BE FAIR AND REASONABLE: GSA has determined the prices of services to be fair and reasonable for the purpose of establishing the Connections II contracts; however those initial determinations do not relieve the ordering activity Contracting Officer (CO) from the responsibility of making a best value determination. The Contracting Officer will conduct a price analysis on the price quotation to ensure that proposed pricing is fair and reasonable and that it provides the best value to the government. 6. A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS THAT LED TO THE EXCEPTION TO FAIR OPPORTUNITY BEFORE ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES IS MADE: For future DOL Unified Communications Field Deployment IT Support Services for DOL nation-wide offices, DOL anticipates a new openly competed contract action.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e95d29d8227b30208ccdc0f02e4fb7e9)
- Place of Performance
- Address: OCONUS, United States
- Record
- SN05472814-W 20191012/191010230825-e95d29d8227b30208ccdc0f02e4fb7e9 (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 |