SOLICITATION NOTICE
D -- eCPIC Support Services - LSJ
- Notice Date
- 9/3/2015
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- General Services Administration, Office of Administrate Services (H), Internal Acquisition Division (H1E), 18th & F Streets, NW, Washington, District of Columbia, 20405, United States
- ZIP Code
- 20405
- Archive Date
- 10/1/2015
- Point of Contact
- Nina Malakouti-Zamir, Phone: 7036052742, Mary Katharine Koch,
- E-Mail Address
-
nina.malakouti@gsa.gov, marykate.markano@gsa.gov
(nina.malakouti@gsa.gov, marykate.markano@gsa.gov)
- Small Business Set-Aside
- N/A
- Award Number
- GS-H-1415-AA-0046
- Award Date
- 9/1/2015
- Description
- OCSIT eCPIC LSJ U. S. GENERAL SERVICES ADMINISTRATION OFFICE OF ADMINISTRATIVE SERVICES (OAS) INTERNAL ACQUISITION DIVISION (IAD) Limited Sources Justification and Approval, FAR 8.405-6(a)(l)(i)(A) (Urgent and Compelling Need) I. Identification of Agency and Contracting Activity Client Activity: General Services Administration Office of Citizen Services and Innovative Technologies (OCSIT) Electronic Capital Planning and Investment Control (eCPIC) Project Management Office (eCPIC PMO) 1800 F Street, NW Washington, DC 20405 Contracting Activity: General Services Administration Office of Administrative Services (OAS) Internal Acquisition Division (IAD) 1800 F Street, NW Washington, DC 20405 II. Nature and/or description of the action being approved General Services Administration (GSA), Office of Citizen Services and Innovative Technologies (OCSIT) has a requirement to procure the development and program management services in order to fully stabilize the current eCPIC application. The eCPIC application is essential for the submission of 19 Federal IT Budgets as required by Office of Management and Budget (OMB) circular A-1 1 section 55. The impact of not placing this order is detrimental to the point where operations would come to a halt and agencies would not be able to submit their IT Budgets to OMB in September. The Performance Work Statement (PWS) will result in a combination of firm-fixed-price (FFP) and firm-fixed-price level of effort (FFP LOE) CLINs utilizing GSA Schedule 70. The items shall be provided in accordance with the Booze Allen Hamilton’s (BAH)’s GSA Schedule Contract GS-35F-0306J, under which the resulting task/delivery order(s) will be placed. III. Description of the supplies or services required to meet the agency's needs (including the estimated value GSA OCSIT requests task order(s) against BAH's schedule contract GSA Schedule Contract, GS-35F- 0306J, for requirements necessary to support further stabilization of the eCPIC application to be delivered between September 1, 2015 and March 31, 2016 (7 months) while OCSIT prepares a more permanent and competitively-offered Blanket Purchase Agreement. IV. Identification of the statutory authority This procurement will be conducted under the authority of Federal Acquisition Regulation (FAR), Subpart 8.4 - Federal Supply Sche d ules (FSS). This is in full compliance of FAR Subpart 8. 002, Priorities for Use of Government Supply Sources, and the Preferred Use of Existing GSA Contract Vehicles Memorandum (as updated) from GSA Acting Administrator dated October 1 1, 2012. Consideration of schedule contractors will be restricted in accordance with: FAR 8.405-6(a)( I )(i )(A} - An urgent and compelling need exists, and following the procedures would result in unacceptable delays. V. Determination by the Contracting Officer that the Order Represents the Best Value Consistent with FAR 8.404(d): The Contracting Officer (CO) will perform a price and/or cost analysis on the offeror's quote to ensure fair and reasonable pricing. Quote received will be compared against historical pricing, Schedule pricing and to the Independent Government Cost Estimate {IGCE). As such, award of the resulting GSA Schedule 70 order(s) will not be made until the CO has determined that the prices are fair and reasonable and represent the best value to the Government. The vendor will be instructed in the solicitation to procure the aforementioned Other Direct Costs (ODC)s for software license subscriptions and printing pursuant to FAR clause 52. 251-1 Government Supply Sources. VI. Description of the market research con d ucted BAH has supported the development of eCPIC application since its inception in 2004, and has supported the GSA eCPIC PMO since GSA took over as the Program Manager in 2009. They contain a unique and unmatched knowledge of the back end code base, the front end application, and our end user customers. Use of the current contractor to fulfill the requirements stated in section Ill to the eCPIC application allows the government to maximize the skill sets already acquired from BAH, thus saving the government both time and money. If the government contracted with a second developer for these enhancements, it would incur additional costs, schedule delays and technical risks due to the need of the second developer to learn the eCPIC system and complete the required development activities in the very short time before required the September IT Budget Submissions. Because of the lengthy learning curve and the likelihood that the new vendor would use different development approaches, integration of these functional requirements into other functional enhancements planned would increase the government's cost and delay delivery of the modifications to eCPIC partner agencies. As part of the determination for procurement vehicle, the GSA OCSIT's market research activit i es determined that there is only one capable source for this requirement. VII. Any Other Facts Supporting the Justification (if any): N/A VIII. Statement of Actions the Agency May Take to Remove or overcome any barriers that led to the Restricted Consideration before Any Subsequent Ac q uisition for Supplies or Services is Made: GSA OCSIT is concurrently planning to develop a new solicitation to re-compete this requirement for a longer per i od of performance. Between now and March 2016, the GSA OCSlT eCPIC PMO will work with GSA contracting to put a new Blanket Purchase Agreement in place to support these and other requ i rements. IX. Evidence that any Supporting Data that is the Responsibility of Technical or Requirements Personnel and which Form a Basis for the justification have Been Certified as Complete and Accurate by the Technical and Requirements Personnel (If Any): Supporting data provided by technical or requirements personnel has been certified as complete and accurate as demonstrated by the OCSIT eCPIC Contracting Officer's Representative (COR) and Technical Point of Contact.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3d93e7282587b15cfad0b6c8b559e004)
- Place of Performance
- Address: General Services Administration, 1800 F. St., NW, Washington, DC 20405, United States
- Zip Code: 20405
- Zip Code: 20405
- Record
- SN03872327-W 20150905/150904001517-3d93e7282587b15cfad0b6c8b559e004 (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 |