SOLICITATION NOTICE
R -- Records Management and Digital Archives
- Notice Date
- 10/3/2012
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Securities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE, MS-4010, Washington, District of Columbia, 20549, United States
- ZIP Code
- 20549
- Solicitation Number
- 40000-12-0157
- Archive Date
- 10/25/2012
- Point of Contact
- Robert A Witherspoon, Phone: 202-551-7319, Ross Saxton, Phone: 202-551-8079
- E-Mail Address
-
witherspoonr@sec.gov, saxtonr@sec.gov
(witherspoonr@sec.gov, saxtonr@sec.gov)
- Small Business Set-Aside
- N/A
- Award Number
- SECHQ112P8085-SECHQ112P8084
- Award Date
- 9/25/2012
- Description
- RQ No.: 40000-12-0157 and 27000-12-8011 J&A Log No: 2012: 0123 JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION Upon the basis of the following justification, I hereby approve the issuance of the contractual action discussed below using other than full and open competition, pursuant to the authority cited herein. 1. Contracting Activity. U.S. Securities and Exchange Commission 100 F Street, NE Washington, DC 20549 2. Nature and Description of Action Being Approved: The US Securities and Exchange Commission (SEC)intends to award a sole source requirement to Iron Mountain Information Management, Inc. (Iron Mountain), 1000 Campus Drive, Collegeville, PA 19426, for records management and digital archives. This is a follow-on bridge contract action for the period of nine (9) months. 3. Description of the supplies or services required to meet the needs of the SEC and the estimated value: The requirement is for records management and digital archives services to Iron Mountain Information Management, Inc., which has provided such services since 2005 under GSA Contract, GS-25F-0066M, Blanket Purchase Agreement (BPA), for SECHQ1-05-A-0136-0008 and SECHQ1-05-A-01360009. The records management and digital archives services are provided by Iron Mountain to the SEC's Headquarters Office, Washington, DC, and Regional Offices located in: Atlanta, Boston, Chicago, Denver, Ft. Worth, Los Angeles, Miami, New York, Philadelphia, Salt Lake, and San Francisco. The period of performance for the bridge contract will be for 9 months from September 28, 2012 through June 28, 2013, along with a three month option period. This amount of time is necessary to provide ample time for procurement and transition before a new contract vehicle is in place. The estimated contract value for the nine month base period is $347,802 for the SECHQ1-05-A-0136-0008 follow-on and $7,500 for the SECHQ1-05-A-0136-0009 follow-on; both follow-on contracts will use FY12 funds. The total value of all actions under this J&A may not exceed $491,000.00. 4. Statutory Authority for Other Than Full and Open Competition: The statutory authority permitting other than full and open competition is 41 U.S.C. Section 3304(a)(2) FAR 6.302-(2) - Unusual and compelling urgency. 5. Demonstration that the proposed contractor's unique qualifications or nature of the acquisition requires use of the authority cited: Iron Mountain Information Management Inc. is the current vendor of record under GSA Schedule Contract Number GS-25F-0066M and it currently provides records management and digital archives services for the SEC records. Iron Mountain offers full services for records storage including retrieval, transportation, and processing of records. The Contractor provides media storage in a climate controlled environment, National Archives and Records Administration (NARA) compliant storage, general warehousing and storage, libraries and archives, custom computer facilities records storage, and, physical distribution and logistics consulting services. The follow-on bridge contract(s) will be commercial contracts and not GSA Delivery or Blanket Purchaser Orders. This requirement is an interim measure until a permanent contract vehicle is in place. It is being limited to Iron Mountain because excessive delay and costs would be incurred if the SEC were to consider going with other vendors at this time. Iron Mountain currently stores 202,235 cubic feet of records and it would not be possible to have all records transferred and immediately available at another vendor location. 6. Efforts to Ensure that offers are solicited from as Many Potential Sources as Possible. This requirement will be transmitted through approved Government Points of Entry (GPE) concurrent with a joint solicitation/synopsis of the requirement. 7. Determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. The Contracting Officer certifies that the anticipated cost to the Government will be fair and reasonable based on commercial pricing. 8. Description of a market survey conducted and results or statement of the reasons a market survey was not conducted: Various SEC records and digital archives inventory are currently in storage with Iron Mountain. A separate market survey was not conducted for this procurement as there would be excessive costs and undue delay if other vendors aside from Iron Mountain were considered at this time for these storage services. This is a temporary, interim measure until after a solicitation is released as intended under a General Services Administration (GSA) Federal Supply Schedule (FSS) competition among eligible GSA FSS contractors. It is anticipated that the solicitation would occur between October 1, 2012 and June 28, 2013. 9. Other Supporting Facts: N/A 10. A listing of the sources, if any that expressed, in writing an interest in the acquisition: All responses received as a result of the solicitation published for this requirement will be considered in determining whether the J&A is applicable or should be revisited. Any such responses and resolution will be placed in the award file. 11. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required: The Commission's information and records storage requirements are ongoing and future acquisitions of similar services will be advertised.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/40000-12-0157/listing.html)
- Place of Performance
- Address: 100 F Street, NE, Washington, District of Columbia, 20549, United States
- Zip Code: 20549
- Zip Code: 20549
- Record
- SN02908115-W 20121005/121003235035-3e4dcdcf8396f42cca0ac52fc90bd706 (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 |