Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2012 FBO #3731
SOLICITATION NOTICE

D -- Combined Systems Support

Notice Date
2/9/2012
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Indianapolis, 8899 East 56th Street, Indianaplois, Indiana, 46249
 
ZIP Code
46249
 
Solicitation Number
HQ0425-07-A-0003-0026
 
Archive Date
3/9/2012
 
Point of Contact
Deborah J. Robertson, Phone: 3172122108, David Auer, Phone: 6146930116
 
E-Mail Address
deborah.robertson@dfas.mil, David.Auer@dfas.mil
(deborah.robertson@dfas.mil, David.Auer@dfas.mil)
 
Small Business Set-Aside
N/A
 
Award Number
HQ0425-07-A-0003-0026
 
Award Date
2/8/2012
 
Description
Federal Acquisition Regulation (FAR) PART 8 LIMITED SOURCE JUSTIFICATION DFISS III Task Order for Military DFAS Cleveland Systems Support 1.IDENTIFICATION OF THE REQUIRING AND CONTRACTING ACTIVITY: a. Requesting Activity: Information and Technology Shared Services ATTN: DFAS-ZTAAA 1240 East Ninth Street Cleveland, OH 44199-2055 Richard A. LaRue, Room 2229 b. Contracting Activity DFAS Indianapolis Contract Services Directorate 8899 East 56th Street Indianapolis, IN 46249 2. NATURE OR DESCRIPTION OF THE ACTION: The purpose of this document is to obtain the necessary approvals for a limited source acquisition in accordance with FAR Part 8.405-6. "Limited source" in this case pertains to the award of a logical follow-on task order for the continuation of the Defense Finance and Accounting Service (DFAS) Financial Integration Systems Support (DFISS) III systems support in TSO-CL. The provision for a logical follow-on can be found at FAR 8.405-6(a)(1)(i)(C) and FAR 16.505(b)(2)(i)(C). This acquisition is being conducted under the authority of the Multiple Award Schedule Program, Title III of the Federal Property and Administration Services Act of 1949. This exception has been used four (4) times. 3. DESCRIPTION OF SUPPLIES/SERVICE: 1. The DFISS III Blanket Purchase Agreements (BPAs) were awarded in April 2007 to fulfill a continuing need for DFAS system support. DFAS-CL provides DFAS with software and technology support. DFAS-TSO-CL supports the DFAS mission and other selected outside customers. The implementation of DFAS standard systems requires project and program management support, analytical, technical, and programming support as well as the writing of programs to support database administration. Due to varying systems at each site, several types of abilities are required for the required tasks. Systems analysis skills are required for a variety of languages and processes. Technical analysis of hardware platforms including mainframe, mid-tier, as well as personal computers, is also needed. This Task Order will provide DFAS with contractor support to include the following systems: Customer Support Center (CSC); Garnishment Systems and Imaging Development Branch; Imaging-Transportation (IMG-TRANS); The Standard Accounting and Reporting System Financial Departmental Reporting/Major Command Reporting (STARS FDR/MCR) System; The Cash Accounting Systems to include - International Balance of Payments System (IBOP), Suspense/Aging Monitoring System (SAMS), Check Recertification System (RECERT), Navy Prompt Payment Interest System (NPPI), Cash Reconciliation System (CRS), Financial Operations Support System (FOS); Defense Joint Military Pay System (DJMS); Defense MilPay Office (DMO); Computer Associates (CA) Software Support; WEB Application Development; DFAS Program Budget System (DPBS); Defense Working Capital Accounting System (DWAS); Defense Departmental Reporting System (DDRS); Salary Offset Reporting System (SORS); Central Database (CDB); Transportation Support System (TSS); Defense Workload Operations Web System (DWOWS); Automated Disbursing System (ADS); Ask Modules; Payroll Quality Review (PQR); Integrated Garnishment System (IGS); Adoption Reimbursement System (ARS) Work Year Personnel Cost (WYPC); Support for BRAC Systems transitioned to Cleveland, Applications; Defense Financial Reporting Reconciliation System (DFRRS); Disbursing Systems; Closed Accounts Adjustment Tools (CAATs)/Agent Desktop/Call Recording/ePortal; Transformation Project Systems; My Metrics. Electronic Certification System (ECS) and Deposits in Transit (DIT); Automated Disbursing System/Strategic Disbursing Initiative (ADS/SDI); BRAC Program Management Support is also required for the administrative duties of Systems Engineering Process Group (SEPG) support is required for Task 6, Software Process Management. In addition, there may be support required for other additional DFAS systems, but this option under the Task Order will only be used if required by the government. The Total Estimated Value is $6,657,821.30.. The Period of Performance is February 1, 2012 through January 31, 2013. 4. PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS The DFISS III BPAs were awarded to provide technology support and consistency only if the Contractor performs satisfactorily. The BPAs were competed and awards were based on best value factors including technical experience, past performance, management, staffing, and cost/price. Per FAR 8.405-3(c)(2), all new requirements were initially competed between the four BPA holders. The BPA terms specified that subsequent awards for the same services would not be recompeted, but logical follow-on orders will be awarded after a determination of satisfactory performance has been made. In addition, task order cost/price will be reviewed to ensure the new proposed rates are consistent with BPA awards, which were determined to be fair and reasonable. In this case, Hewlett Packard Enterprise Services (HPES) is the incumbent. HPES currently has a staff of approximately 55 people with 4 vacancies. This staff supports numerous systems for TSO-CL and DFAS. TSO-CL relies on the staff for their technical qualifications and system knowledge and cannot risk the personnel disruption of a recompetition every year. The primary reason for establishing a five-year BPA with the understanding that follow-on orders would be awarded was to avoid the risk of the learning curve, as well as improving staff retention. One of the subfactors in the BPA evaluation was staff retention. 5. DETERMINATION OF BEST VALUE The award of the initial task order for TSO-CL was competed between the four BPA holders on a best value basis. Two proposals were received. Electronic Data Systems (now HPES) was awarded that order. Per the terms of the BPA, a logical follow-on will be awarded. The BPA pricing was competed, resulting in fair and reasonable rates for the 5-year ordering period. Because the task order was competed, resulting in fair and reasonable rates for the base year; and since the follow-on is increasing at a percentage already evaluated for the BPA award, the rates for this task order can be considered fair and reasonable. 6. DESCRIPTION OF MARKET SURVEY The market survey for the BPA competition revealed numerous companies with potential capability for these services. The BPA RFQ was posted on GSA e-Buy for all qualified companies to consider. Five quotes were received. Four BPAs were awarded. The BPA holders have included numerous small and small disadvantaged businesses in their portfolios to use in conjunction with their own capabilities. 7. ANY OTHER SUPPORTING FACTS This order is allowable to be issued on a limited-source basis based on the satisfactorily performance of Hewlett Packard Enterprise Services, LLC and in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the BPA. Initially all FSS 70 schedule holders were provided fair opportunity to establish a BPA. In turn, all BPA awardees were then given a fair opportunity to be considered for the initial task order. The use of a logical follow-on is justified because the same work is continuing and there is a continuing need for contractor support. The inclusion of priced options was not considered viable since the Statement of Work is updated from year to year which results in different numbers of hours per labor category. The SOW changes from year to year are within scope of the base year, in that as some system work is minimized, other systems may be bolstered. The inclusion of priced options was not considered viable since the Statement of Work is updated from year to year which results in different numbers of hours per labor category. 8. ACTIONS TAKEN TO REMOVE BARRIERS TO COMPETITION (Efforts to obtain competition) See Paragraph 6 above. The BPA awards were competed and resulted in pricing below the GSA schedule; then, the initial task order awards were competed between the BPA holders resulting in further reduction in rates. The BPA instructions notified the holders that subsequent task orders for the same services would not be recompeted, but that logical follow-ons would be awarded.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Indianapolis/HQ0425-07-A-0003-0026/listing.html)
 
Place of Performance
Address: DFAS - Cleveland, OH, United States
 
Record
SN02672801-W 20120211/120210114850-215175771d0baccd9accf5c39f5c96a8 (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 |
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.