SOLICITATION NOTICE
D -- the PEO-MA Program Management Support effort
- Notice Date
- 2/6/2012
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- HC1028-08-F-2458
- Archive Date
- 3/3/2012
- Point of Contact
- Tricia L. Singler, Phone: 618-229-9378
- E-Mail Address
-
tricia.singler@disa.mil
(tricia.singler@disa.mil)
- Small Business Set-Aside
- N/A
- Award Number
- HC1028-08-F-2458
- Award Date
- 2/2/2012
- Description
- Purchase Request Number: N/A Multiple Award Schedule (MAS)/ Multiple Award Contract (MAC) Orders under MAS/General Service Schedules (GSA)/Federal Supply Schedules (FSS) FAR 8.405-6 JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (OTFAOC) LIMITED SOURCES JUSTIFICATION Justification for OTFAOC Number: JA12-048 Upon the basis of the following justification, I, as Procuring Activity Competition Advocate, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of Title III of the Federal Property and Administrative, Services Act of 1949 (41 U.S.C. §251, et seq.) and Title 40 U.S.C. §501, Services for Executive Agencies FAR Part 8 exception per Limited Source Justification for Other Than Full and Open Competition. JUSTIFICATION 1. REQUIRING AGENCY AND CONTRACTING OFFICE: (FAR 8.405-6(c)(2)(i)) Requesting Agency: Defense Information systems Agency (DISA), PEO-MA/IA1 P.O. Box 549 Ft. Meade, MD 20755-0549 Contracting Activity: DISA/Defense Information Technology Contracting Organization (DITCO) PL8311 2300 East Drive Scott AFB, IL 62225-5406 2. NATURE/DESCRIPTION OF ACTION(S): (FAR 8.405-6)(c)(2)(ii)) The nature of this action is to procure a three-month base period with seven (7) one-month option periods Firm Fixed Price bridge contract to extend the current Contract effort for GS10F0255S task order HC1028-08-F-2458 to allow sufficient time to recompete the contract, avoid a break in service and provide transition time for a new vendor. Additional market research was conducted in accordance with the request from the Small Business Office. This extension will allow the program office sufficient time to conduct a recompete of the current contract, while retaining the ability to provide a consistent level of effort in Program Management Support and continuity of operations and preventing a break in contract support. This extension will also provide additional time to transition the effort to the winning vendor. The bridge is structured with short term options to allow the flexibility to only extend for the minimal time required to support award and transition, as well as any time required should a bid protest be received. The Program Executive Office (PEO) for Mission Assurance and Network (MA) has an immediate requirement for on-site Program Management Support to provide a full range of program management, financial management, acquisition management, Information Assurance (IA) expertise, physical security management and property management services. This support is provided to the PEO-MA front office, all five divisions of the PEO-MA, Enterprise-wide IA and Computer Network Defense (CND) Solutions Steering Group (ESSG) (and its components: Technical Advisory Group (TAG), Acquisition Working Group (AWG), and Concept of Operations Working Group (CWG)), United States Strategic Command (USSTRATCOM), and the DISA Field Security Office (FSO). FY12 & FY13 O&M & DWCF funding will be used. 3. DESCRIPTION OF SUPPLIES/SERVICES: ((FAR 8.405-6)(c)(2)(iii)) Services needed include continued PEO-MA Project Management Support and other labor catagories that Delta Resources currently provides. The Defense Information Systems Agency (DISA), Program Executive Office - Mission Assurance/ (PEO-MA), requires a source with competencies to promote information assurance by supporting the PEO-MA Program Management Support effort with a full range of program management, financial management, acquisition management, Information Assurance (IA) expertise, physical security management, and property management services. It is intended that the support provided would be provided to the PEO-MA front office, all five divisions of PEO-MA, ESSG, USSTRATCOM, and the DISA FSO. The estimated cost of support for this J&A is $8,529,136.00 (excluding DITCO fee). This J&A includes all labor categories for order HC1028-08-F-2458 for the three-month base period that will run from 5 February 2012 to 04 May 2012 for $2,555,340.00, seven (7) one-month options Option Period 1 $849,113.60; Option Period 2 $849,113.60; Option Period 3 $849,113.60; Option Period 4 $879,113.6; Option Period 5 $849,113.60; Option Period 6 $849,113.60; Option Period 7 $849,113.60. and an optional task for IA Symposium support for $14,998.26.Although the market research has been completed, the acquisition strategy for the follow-on contract has not yet been finalized. The projected contract award date is 01 July 2012. It is estimated that the Acquisition Package for the follow-on contract will be provided to DITCO on 03 February 2012. 4. IDENTIFICATION OF STATUTORY AUTHORITY and DEMONSTRATION OF CONTRACTOR'S UNIQUE QUALIFICATIONS: ((FAR 8.405-6)(c)(2)(iv)) Only one source is capable of responding due to the unique or highly specialized nature of the supplies or services. (FAR 8.405-6 (a)(1)(i)(B)). This acquisition requires the continued services of Delta Resources under their current contract. Awarding this work to another contractor would result in substantial duplication of costs not expected to be recovered through competition as well as unacceptable delays in fulfilling the Government's need. It is estimated that it would take six (6) to seven (7) months at a cost of between $5.2M to $6M ($867k/month) for labor costs to train and transition a new firm. Delta Resources meet all of the current requirements for support and are positioned to continue providing their current level of support for the PEO-MA. Delta Resources is the only source that can fulfill this requirement without risk of a substantial break in support for the PEO-MA front office, all five divisions of PEO-MA, ESSG (and its components: TAG, AWG, and CWG), USSTRATCOM, and the DISA FSO. Based on the time to competitively procure a replacement contract and the current contract end date, Delta Resources is the only responsible and knowledgeable source that can supply the needed services during this period without a break in service. PEO-MA, ESSG, USSTRATCOM and the DISA Field Security Office (FSO) all depend daily on the services currently rendered of program management, financial management, acquisition management, Information Assurance (IA) expertise, physical security management, and property management services. Failure to support the PEO-MA and other stakeholders will negatively impact DISA's ability to effectively manage and support current programs, contracts, acquisition efforts, tasks, and Information Assurance and security management activities. The current Contract, GS10F0255S task order HC1028-08-F-2458, was competed under GSA's IT 70 FSS and awarded as a Time and Material order for a period of performance of 04 August 2008 - 05 August 2009 with two (2) one-year option periods at a life cycle cost of $19,350,142,41. Sole source modifications P00023 and P00024 extended the period of performance a combined total of 6 months in accordance with FAR 52.217-8. Modification P00023 extended the period of performance four-months from 05 August 2011 - 04 December 2011 for an additional $3,311,932.73. Modification P00024 extended the period of performance for two-months from 05 December 2011 - 04 February 2012 for an additional $1,287,367.50 for a total life cycle amount of $23,783,048.47. 5. BEST VALUE DETERMINATION: (FAR 8.405-6)(c)(2)(v)) GSA has already determined prices of supplies and fixed price services, and rates services offered at hourly rates under their schedules and are fair and reasonable. Based on the current contract costs and published labor categories and rates for similar services, the contracting officer has adequate information to ensure that the follow-on costs to the Government will be fair and reasonable. A determination will be made by the contracting officer concerning whether the order represents the best value to the Government by conducting both a technical review and fair and reasonable price determination. An independent cost estimate was developed by the Government based on Firm Fixed Price and historical data. The estimated cost of support for this J&A is $8,529,136.00 (excluding DITCO fee). This includes the three-month base period that will run from 5 February 2012 to 04 May 2012, seven (7) one-month options and an optional task for IA Symposium support. 6. MARKET RESEARCH: (FAR 10.002) (FAR 8.405-6)(c)(2)(vi)) Market research was conducted for extension modifications P00023 and P00024. The labor rates on order HC1028-08-F-2458 were considered fair and reasonable based upon GSA established rates. Initial Market Research was conducted for the follow-on contract in July 2011 by PEO-MA IA1 via a Request for Information (RFI) to industry on FedBizOpps.gov. Additional market research was conducted in accordance with the request from the Small Business Office. A second RFI notice was issued to industry on 23 November 2011 on FedBizOpps.gov (PL83110018). Thirty-six (36) RFI responses were received on 09 December 2011. PEO-MA IA1 is currently conducting a thorough analysis of the respondents. 7. ANY OTHER SUPPORTING FACTS. (FAR 8.405-6)(c)(2)(vii)) N/A 8. ACTIONS TAKEN TO REMOVE BARRIERS TO COMPETITION: (FAR 8.405-6)(c)(2)(viii)) This request is to extend that contract for a base of three-months until a new contract is awarded and a transition occurs between the incumbent and new vendor. Seven (7) one-month option periods are included to account for any possible protest and transition time. The current market research is in support of recompeting the current contract. 9. REFERENCE TO THE APPROVED ACQUISITION PLAN (AP) PROGRAM PLAN (PP): (DARS 8.405-6(c)(2)(S-91) & FAR 7.1) An Acquisition Plan is not required for this effort.   TECHNICAL 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." ((FAR 8.405-6)(c)(2)(x)) NAME: Karen Stroud SIGNATURE: //s// Karen Stroud DISA PEO-MA TITLE: Program Manager DATE: 1/13/2012 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." (FAR 8.405-6(c)(2)(x)). NAME: Colleen Rumsey SIGNATURE: //s// Colleen Rumsey DISA PEO-MA TITLE: Branch Chief DATE: 1/13/2012 CONTRACTING OFFICER CERTIFICATION: Include the following determination: "I certify that this justification is accurate and complete to the best of my knowledge and belief." (FAR 8.405-6(c)(2)(ix) and FAR 8.405-6 (d)(1)). NAME: Christina M Severino SIGNATURE: TITLE: Contracting Officer DATE: 1/25/2012 (For Approval signature select the appropriate approval level signatory and delete all others) PROCURING ACTIVITY COMPETITON ADVOCATE APPROVAL: "I have reviewed this justification and find it to be accurate and complete to the best of my knowledge and belief. Since this justification does not exceed $12.5M, this review serves as approval." APPROVED BY: (FAR 8.405-6 (d)(2)) NAME: ANN VAUGHN TITLE: SIGNATURE: DATE: 31 Jan 12 ORGANIZATION: DISA/PLA PHONE: (618) 229-9608 ALL QUESTIONS REGARDING THIS JUSTIFICATION FOR OTFAOC ARE TO BE REFERRED TO THE CONTRACTING OFFICER (ANNE KAREN KELLER, 618-229-9504)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-08-F-2458/listing.html)
- Place of Performance
- Address: Ft. Meade, Maryland, Ft. Meade, Maryland, 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN02668562-W 20120208/120206234643-70ed8014f98ec1eed58bcc5e9d00223e (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 |