Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2012 FBO #3864
SOLICITATION NOTICE

R -- DMEA Assessments and Strategic Planning Phase VI

Notice Date
6/21/2012
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
H94003-12-F-1204
 
Archive Date
7/21/2012
 
Point of Contact
Mary L. Lawrence, Phone: 9162311526
 
E-Mail Address
lawrence@dmea.osd.mil
(lawrence@dmea.osd.mil)
 
Small Business Set-Aside
N/A
 
Award Number
H94003-12-F-1204
 
Award Date
6/21/2012
 
Description
1. Contracting Activity: DMEA/MEE (Contracting). 2. Description of Action: To accomplish its mission the Defense Microelectronics Activity (DMEA) must stay abreast of the science and technology trends that might affect the United States' ability to maintain advanced electronic and evolving microelectronic systems. A critical component of ensuring the success of the Department of Defense (DoD) advanced electronic and microelectronic systems is understanding the current interplay between policy, overall DoD strategy and DMEA's interaction with the microelectronics and technology industrial base. An area of specific additional interest is the globalization of the technology base and reliance on foreign manufacturing bases. This presents a tractable but difficult problem related to the fidelity of electronics procured from a commercial sources and as such an uncontrolled parts supply base. It is evident that there is a need to analyze the effect of this uncertainty and develop policy that ensures trusted microelectronics are used for DoD critical products. DMEA must develop a vision, enterprise roadmap and long-term strategic plan to acknowledge and adapt to this and other industry shifts and incorporate recommend policy and processes to support improved understanding, access to, and acquisition of such advanced science and technology. The contract type is a GSA order Firm Fixed Price (FFP). The action at hand, a modification, will be funded using DMEA RDT &E funds. The estimated ceiling for this modification is $350,000 and the period of performance is expected to be four months. This effort builds upon a base and an option that were awarded for $390,000.00 on 2 December, 2011. 3. Description of Supplies/Services: In this effort, the contractor will deliver study findings and policy suggestions through analysis, prioritization and reporting on subject matter noted in SOW 12-2A8 revision one (paragraph 3.2.5) to DMEA management. 4. Authority Cited: 10 U.S.C.2304(c)1, FAR 6.302-1, Only One Responsible Source and no Other Supplies or Services will Satisfy Agency Requirements. 5. Reason for Authority Cited: As a direct outgrowth of the DMEA Assessments and Strategic Planning pilot task ( 11-111 ), the base requirement was developed to provide deeper analysis and incorporate real time updates as the information base is dynamically affected by ongoing military conflicts and as such need to be updated periodically. Therefore, these 4 months of additional scope are necessary to capture recent DoD policy changes as a result ofFY13 strategic posturing. The intended outcome of this task is the development of new policies that reduce the risks of a commercial industrial base, that if left unmitigated may undermine the performance and effectiveness of critical DoD weapon systems. Furthermore, the analysis of current strategic roadmap and plans for both ongoing and new initiatives will add to the veracity of DMEA's overall strategic technology plan. As a result of the cumulative building of knowledge done on prior tasks, any other combination of sources would have to duplicate and re-engineer the work as well as the process and methods already developed to date. As the base task is ~$390K and a "rework effort" figure of merit of 1.5 (based upon prior rework efforts) would mean that an external source would cost $585K to be prepared to begin this scope addition as a standalone effort. This would consume the entire scope addition effort of proposed work before any new analysis could be completed leading to a doubling of cost with a external source assuming that no other risk factors occurred and is not in the best interest of the Government. 6. Efforts to Obtain Competition: None. 7. Contracting Officer's Fair and Reasonable Cost Determination: I hereby determine that the anticipated cost to the Government for this contract action will be fair and reasonable. 8. Market Research: Market research was conducted in August 2011 and updated in November 2011, prior to initialization of the basic procurement request package. Research conducted was through the GSA schedule and a search for contractors through the internet. Research has found several contractors qualified to provide a limited portion of the requirements for this effort. PIPS is the only contractor found that could fulfill all required elements of this action. 9. Other Facts: None. 10. Listing of Sources: -A Non-Profit Organization Potomac Institute For Policy Studies 901 N Stuart Street, Suite 200 Arlington, VA 02536 (703) 525-0770 11. Actions to Increase Competition: None. 12. Technical Certification: I certify that the supporting data under my cognizance which are included in the justification are accurate and complete to the best of my knowledge and belief. 13. Requirements Certification: I certify that the supporting data under my cognizance which are included in the justification are accurate and complete to the best of my knowledge and belief. 14. Fair and Reasonable Cost Determination: I hereby determine that the anticipated cost to the Government for this contract action will be fair and reasonable. Actions to insure reasonableness of the price will be accomplished using procedures and criteria contained in FAR 15.4. Detailed documentation and justification of price reasonableness will be set forth in the Price Negotiation Memorandum. 15. Procuring Contracting Officer Certification: I certify that this justification is accurate and complete to the best of my knowledge and belief. 16. Procurement Analyst Concurrence: Based on the above information, I hereby concur with this J&A and proceeding with other than full and open competition. 17. Legal Counsel Concurrence: Based on the above information, I hereby concur with this J&A and proceeding with other than full and open competition COMPETITION ADVOCATE APPROVAL: Based on the foregoing justification, I hereby approve the procurement of research and analysis services on an other than full and open competition basis pursuant to the authority of 10 U.S.C. 2304(c),l subject to availability of funds, and provided that the services and property herein described have otherwise been authorized for acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-12-F-1204/listing.html)
 
Place of Performance
Address: 4234 54th Street, McClellan, California, 95652, United States
Zip Code: 95652
 
Record
SN02782005-W 20120623/120621234903-5c502da21e753173507c7e5d7190eb4e (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.