SOLICITATION NOTICE
99 -- Virginia System Repository (VSR) Support
- Notice Date
- 12/8/2017
- Notice Type
- Fair Opportunity / Limited Sources Justification
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, IT Branch, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Archive Date
- 1/7/2018
- Point of Contact
- Kimmeria Hall, Phone: 2023725613
- E-Mail Address
-
kimmeria.hall@Fema.dhs.gov
(kimmeria.hall@Fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Award Number
- GS00Q17GWD2109
- Award Date
- 12/8/2017
- Description
- The Department of Homeland Security (DHS), Federal Emergency Management Agency, Office of the Chief Procurement Officer (OCPO), IT Services Division prepared this justification for an exception to fair opportunity. 2. DHS FEMA OCPO for IT Services intends to limit the number of sources solicited pursuant to FAR 16.505(b)(2)(i) for the procurement of services to support the IMAST PMO and VSR system for surge support in response to the 2017 catastrophic hurricanes. The proposed contractor: Blueprint Consulting Services, LLC, GSA 8(a) STARS II - GS00Q17GWD2109, POC: Tushar Garg, Managing Partner, 1330 Otis Place NW Unit 1; Washington DC 20010, 202- 390-8630 / tushargarg@blueprint-us.com. 3. Due to the multiple catastrophic disasters in August and September 2017, the Information Technology Systems are being pushed to the maximum capacity. In addition, we are using systems in ways not initially developed to be innovative to respond to the disaster survivors in Hurricane Harvey, Hurricane Irma, and Hurricane Maria. The Recovery Technology Programs Division (RTPD) has the Virginia Systems Repository (VSR) which has several disaster related applications and systems which have met load capacity. In addition, the division's staff supporting the VSR is stretched beyond capacity and additional surge staffing is required to support. Therefore disaster surge support is required to support the PMO and VSR. The Contractor shall provide skilled personnel to support agile software development, and operation and maintenance. This includes software application requirements analysis, design, development, integration, testing, implementation, maintenance support, hosting, and management of web-based applications, databases and technologies. Performance Period Performance Period Dates Amount Base Period 10/15/2017-04/14/2018 $ 1,454,932.00 Option Period 1 04/15/2018-10/14/2018 $ 1,204,392.00 Total Value Including All Options: $ 2,659,324.00 4. ____x_____FAR 16.505(b)(2)(i)(A). The agency need for the supplies or services is so urgent that providing a fair opportunity would result in unacceptable delays. _________FAR 16.505(b)(2)(i)(B). Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are Attachment D2 Justification for Exception to Fair Opportunity Exceeding the SAT pursuant to FAR 16.505(b)(2)(ii)(B) JEFO > SAT JEFO No. XXX unique or highly specialized. [The justification must demonstrate that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the exception cited]. _________FAR 16.505(b)(2)(i)(C). The order must be issue on a sole-source basis in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order. [For logical follow-on, the rationale shall describe why the relationship between the initial order and the follow-on is logical (e.g., in terms of scope, period of performance, or value)]: _________FAR 16.505(b)(2)(i)(D). It is necessary to place an order to satisfy a minimum guarantee. _________FAR 16.505(b)(2)(i)(E). For orders exceeding the simplified acquisition threshold, a statute expressly authorizes or requires that the purchase be made from a specified source. Rationale: Due to the unprecedented 2017 hurricanes, the program office requires surge support to be able to respond effectively and efficiently. A directed award under GSA STARS II is recommended to an 8(a) company that is familiar with FEMA and the requirements of the program office and can effectively support the program within a quick time frame to mitigate the current situation. 5. The Contracting Officer has determined that issuing the proposed Task Order to Blueprint Consulting for the disaster surge support is in the best interest of the Government and will result in the lowest overall cost, considering price and administrative costs, to meet the Government's needs. The General Services Administration (GSA) has already negotiated fair and reasonable pricing rates. Discounts to these GSA schedule rates will be requested. Additionally, prior to issuance of the task order, the ordering activity will consider the level of effort and the mix of labor proposed to execute the specific task being performed in order to determine that the total price is reasonable. The contractor's labor mix and level of effort will also be compared to the Independent Government Cost Estimate (IGCE). The GSA STARS II rates are lower than the DHS EAGLE II and FEMA EADIS BPA rates which is another cost savings to the government. 6. This is a disaster surge requirement and a long term support contract is not required or expected to be required. The number of disasters that occurred back to back this season is unprecedented so this type of contract would not generally be required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4a0797bcabb9c9c7098081b78a65d20c)
- Record
- SN04761382-W 20171210/171208230759-4a0797bcabb9c9c7098081b78a65d20c (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 |