AWARD
D -- Department of Energy extension
- Notice Date
- 10/2/2017
- Notice Type
- Award Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Office of HQ PS (HQ)U.S. Department of EnergyOffice of Headquarters Procurement ServicesMA-641000 Independence Ave., S.W.WashingtonDC20585
- ZIP Code
- 20585
- Archive Date
- 10/13/2017
- Point of Contact
- michael.thomey@hq.doe.gov
- E-Mail Address
-
Contracting Officer
(michael.thomey@hq.doe.gov)
- Small Business Set-Aside
- N/A
- Award Number
- DE-DT0012292
- Award Date
- 9/28/2017
- Awardee
- System One6701 Democracy BLVDSuite 300BethesdaMD20817
- Award Amount
- $0
- Description
- I. IDENTIFICATION OF THE AGENCY AND THE CONTRACTING ACTIVITY, AND SPECIFIC IDENTIFICATION OF THE DOCUMENT AS A ?LIMITED SOURCE JUSTIFICATION.? This requirement is being issued by the U.S. Department of Energy (DOE), Office of Headquarters Procurement Services located in Washington, DC on behalf of the Office of the Chief Information Officer (OCIO). This DOE Limited Source Justification (LSJ) is issued pursuant to Federal Acquisition Regulation (FAR) 8.405-6(a)(1)(i)(B) ?Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized?. The DOE intends to noncompetitively issue a three (3) month extension with an additional three (3) month option period for Task Order DE-DT0012292 with System 1, Inc. (System 1), to provide Information Assurance (IA) support services. Task Order DE-DT0012292 supports the IA requirements, including Assessment and Authorization requirements, for the OCIO and numerous Headquarters (HQ) based stakeholders including Office of Management (MA), Office of the Chief Financial Officer (CF), Energy Information Administration (EIA), and National Nuclear Security Administration (NNSA). II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING APPROVED. The current period of performance for the current IA Task Order is from September 29, 2016 - September 28, 2017. The DOE intends to extend the current Task Order by (3) months with an option for an additional (3) months if necessary. The period of performance for the extension period will be from September 29, 2017 - December 28, 2017. If the three (3) month option period is exercised the period of performance will extend to March 28, 2018. This action will allow IA services to continue uninterrupted while procurement litigates a protest. An award was made to Edgewater Federal Solutions on July 14, 2017 with work to begin on July 31, 2017. A GAO protest was filed with respect to that award on July 24, 2017. DOE is taking corrective action and will be issuing a new award. III. A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY?S NEEDS (INCLUDING THE ESTIMATED VALUE). The current Task Order provides mission critical IA support services at the major headquarters facilities and operating locations in the Washington, DC area (DOE HQ). The purpose of the IA Task Order is cybersecurity improvement support, including Assessment and Authorization for IT systems. Under this proposed action, the scope of work will not be modified. IV. THE AUTHORITY AND SUPPORTING RATIONALE AND, IF APPLICABLE, A DEMONSTRATION OF THE PROPOSED CONTRACTOR?S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY OR SERVICE. Orders placed under Federal Supply Schedules (FSS) are exempt from the competition requirements in FAR Part 6. However, an ordering activity must justify its action when restricting consideration of FSS contractors to fewer than required in 8.405-2. The applicable authority is FAR 8.405-6(a)(1)(i)(B) ?Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized?. System 1 is the incumbent contractor and provides trained and qualified personnel to support cyber security improvement related to DOE information technology systems. The incumbent contractor is currently the only contractor can address the potential threats to the DOE environment and possesses working knowledge of the DOE IT infrastructure in the time frame required. System 1 is the only source capable of providing the services required at the level of quality required immediately. The DOE requires additional time to complete corrective action and make a new award subsequent to the protest filed by System 1 on July 24, 2017. An attempt to issue a Task Order with another entity to perform IA Support Services, on a temporary, short term basis while taking corrective action and making a new award is impracticable and would adversely affect the Department of Energy?s mission. The DOE is at risk of potentially jeopardizing national security for current tasks that are classified in nature if an extension is not issued. As the incumbent contractor, System 1 is the only uniquely qualified contractor that can provide continued IA support services without an interruption in service while a new award is made and finalized. V. A DETERMINATION BY THE ORDERING ACTIVITY CONTRACTING OFFICER THAT THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.404(D). System 1?s price proposal will be evaluated in accordance with the labor category rates published in GSA schedule GS-35F-0571V. The contracting officer has determined that the order represents the best value consistent with FAR 8.404(d). The rates published in GS-35F-0571V are already considered fair and reasonable under 8.404(d). VI.A DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED. Market research was not conducted for the extension. Due to the critical nature of this requirement, the Government has determined that it would create a security risk to transition to a separate contractor to provide Information Assurance services for only three to six months while corrective action is completed and a new award issued. Market research was conducted for Solicitation DE-SOL-0009102 and a competitive award is anticipated to be awarded once the corrective action period is completed. VII.ANY OTHER FACTS SUPPORTING THIS JUSTIFICATION. None. VIII.A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS THAT LED TO THE RESTRICTED CONSIDERATION BEFORE ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES IS MADE. There are no barriers to competition that the DOE may remove. This requirement was re-competed under Solicitation DE-SOL-0009102. IX.EVIDENCE THAT ANY SUPPORTING DATA THAT IS THE RESPONSIBILITY OF TECHNICAL OR REQUIREMENTS PERSONNEL (E.G., VERIFYING THE GOVERNMENT?S MINIMUM NEEDS OR REQUIREMENTS OR OTHER RATIONALE FOR LIMITED SOURCES) AND WHICH FORM A BASIS FOR THE JUSTIFICATION HAVE BEEN CERTIFIED AS COMPLETE AND ACCURATE BY THE TECHNICAL OR REQUIREMENTS PERSONNEL. Not Applicable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/Awards/DE-DT0012292.html)
- Record
- SN04702964-W 20171004/171002231027-0b9f26d74fe90e52d7f705cfeba5003d (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 |