Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2025 SAM #8517
SOLICITATION NOTICE

D -- Employee Relocation Software, Technology & Support Services Intent

Notice Date
3/20/2025 1:19:35 PM
 
Notice Type
Presolicitation
 
Contracting Office
INFORMATION TECHNOLOGY ACQ DIV (ITA Durham NC 27709 USA
 
ZIP Code
27709
 
Solicitation Number
GS-33F-0007U_68HERD20F0075
 
Response Due
3/31/2025 2:00:00 PM
 
Archive Date
04/15/2025
 
Point of Contact
Marley, Shelley
 
E-Mail Address
Marley.shelley@epa.gov
(Marley.shelley@epa.gov)
 
Description
Three (3) Month Extension to GS-33F-0007U/68HERD20F0075 � Employee Relocation Software, Technology & Support Services Intent to Sole Source: NAICS Code: 518210� Data Processing, Hosting, and Related Services. The US Environmental Protection Agency (EPA) has a requirement for continuation of services under the current contract, GS-33F-0007U/68HERD20F0075, as described below. GS-33F-0007U/68HERD20F0075 expires on March 31, 2025. The Government intends to compete, negotiate, and award follow on services to this contract in accordance with the Federal Acquisition Regulations (FAR). However, the contract for follow on services will not be awarded prior to the expiration date of GS-33F-0007U/68HERD20F0075. The services under this contract are critical and cannot lapse. The EPA intends to negotiate, on a sole source basis, with MLINQS, LLC, 8416 Queen Elizabeth Blvd, Annadale, VA 22003-4260, a modification to contract GS-33F-0007U/68HERD20F0075 to extend services under this contract, not to exceed three (3) additional months of service, until such time that the competition for the follow-on contract for Employee Relocation Software, Technology & Support Services is completed awarded. MLINQS, LLC currently provides Employee Relocation Software, Technology & Support Services to the EPA, under contract GS-33F-0007U/68HERD20F0075 and has provided these services and support under said contract since March 2020. The continuity that MLINQS, LLC�s services will provide are critical to the EPA to ensure continuity of mission critical work. There are no other entities that have the capability of providing the level, breadth, and depth of support that are required by the EPA in order to continue mission critical services with the least amount of disruption in a short period of time on a temporary basis. MLINQS, LLC is best suited for continuing to provide the above indicated services and support for the requested three (3) month extension as they have the necessary services already in place, fully functioning, and doing so will guarantee continuity of services for the EPA while the Government completes the competition and award for the follow-on Employee Relocation Software, Technology & Support Services contract. The Government is not stating that there are no other contractors who can provide these technical support services. The Government understands that there are other companies that provide similar Information Management Center Services. The Government is instead saying that considering the short period of performance contemplated within this extension and that the five-year follow-on contract award will be competed amongst eligible, qualified companies, that no other contractors could transition this workload from MLINQS, LLC and efficiently continue performance without potential reduced services, increased costs, and unnecessary risks to the Government. This three (3) month extension of services is not an attempt by the Government to limit competition to the incumbent contractor but to provide additional time to complete the evaluation of proposals received and the award of a follow-on contract. In accordance with FAR Part 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the Agency. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon response to this notice, is solely within the direction of the Government. This notice will be posted for 10 days. The intent of this synopsis is to state the Government�s intention to sole source this requirement and to determine if any other source(s) exist; and, therefore, no solicitation is available. All interested parties who believe they can provide the required service should: 1) fully explain their capabilities and qualifications in writing and submit same via FedConnect, a government web portal, within 10 days from the date of this announcement; and 2) must submit itemized pricing that is sufficient to make a determination that competition is feasible. Consequently, any responder(s) failing to provide the aforementioned data but instead choosing merely to submit a routine letter requesting a copy of the RFQ will not be honored. Offerors must submit all technical questions / responses concerning this synopsis electronically through FedConnect at www.fedconnect.net/Fedconnect/. The synopsis, amendments, and other information related to this procurement as well as any subsequent procurement notifications will be posted on the System for Award Management (SAM.gov) website at: www.sam.gov and the Fedconnect website at: https://www.fedconnect.net/. For questions, please contact Shelley Marley at Marley.Shelley@epa.gov, however, at this time phone calls related to this procurement are not being accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f880a040b63048af8d65ce5480111bca/view)
 
Record
SN07379023-F 20250322/250320230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.