SOLICITATION NOTICE
D -- Multi Domain Database Platform Subject Matter Expert
- Notice Date
- 3/21/2018
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Other Defense Agencies, Defense Security Service, Headquarters, Russell-Knox Building, 27130 Telegraph Rd., Quantico, Virginia, 22134, United States
- ZIP Code
- 22134
- Solicitation Number
- HS0021-18-Q-DITMAC-MDDP
- Archive Date
- 4/8/2018
- Point of Contact
- Renee S Stahl, Phone: 5713056031
- E-Mail Address
-
renee.s.stahl.civ@mail.mil
(renee.s.stahl.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Security Service (DSS) intends to negotiate a sole source contract with Oracle America, National Security Group (Oracle NSG) under authority of Federal Acquisition Regulation (FAR) Subpart 6.302-1(a)(2)(iii), Other Than Full and Open Competition procedures, utilizing FAR Part 12, Acquisition of Commercial Items, and FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items, for the acquisition of subject matter experts (SME) required to inform the development, operations and maintenance of the Defense Insider Threat Management and Analysis Center (DITMAC) Multi-Domain Database Platform (MDDP). Title 10 U.S.C. 2304(c) authorizes the DoD to contract without full and open competition under certain circumstances. For this acquisition, other than full and open competition is permitted per FAR 6.302-1(a)(2)(iii)(A) and (B). FAR 6.302-1(a)(2)(iii) states that "For DoD...services may be deemed to be available only from the original source in the case of a follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in - (A)Substantial duplication of cost to the Government that is not expected to be recovered through competition, or (B)Unacceptable delays in fulfilling the agency's requirements. (See 10 U.S.C. 2304(d)(1)(B)) Title 10 U.S.C. 2304(d)(1)(B) states "in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, or the continued provision of highly specialized services, such property or services may be deemed to be available only from the original source and may be procured through procedures other than competitive procedures when it is likely that award to a source other than the original source would result in- (i)substantial duplication of cost to the United States which is not expected to be recovered through competition; or (ii)unacceptable delays in fulfilling the agency's needs. With regard to the substantial duplication of cost, the FAR does not define ‘substantial.' However the widely accepted definition in Webster's dictionary is ‘of considerable importance, size, or worth.' Thus far, the DITMAC has provided funding in Operations and Maintenance and Research, Development, Testing, and Evaluation funding in order to bring this single stream DoD-wide MDDP to fruition equal to 24% of the total value of this follow-on effort. The Contracting Officer (CO) has determined that a quarter of the value of the contract is deemed of considerable size to warrant a sole-source follow-on, as that amount of funding would be duplicative in nature and not in the best interest of the Government. In addition, the FAR does not define ‘delay' or ‘unacceptable.' However, the widely accepted definition of ‘unacceptable' is not acceptable, not pleasing, or welcome and the definition of ‘delay' is: a period of time by which something is late or postponed. If this requirement was to be fulfilled via competition, the DITMAC will have a stop work on version 3.x of the system that the entire DoD is anticipating. Each month of stoppage will result in a minimum of 1.5 months of delay in getting the system fielded (loss of expertise, forcing a ramp-down of development and a subsequent ramp-up). As a competitive requirement of this magnitude, the resultant delay would be equal to one year, one month, and two weeks. Potentially, disrupting the entire effort due to the loss of technological expertise in the interim and resulting in a disruption of critical technology that the DoD requires to mitigate the internal and external threats to the United States by not having the MDDP in place. This requirements meets the stipulations in 6.302-1(a)(2)(iii)(A) and (B) set forth above. This is a notice of intent and is not a request for competitive quotes or proposals. No solicitation is available. Firms that believe they can meet the requirement are encouraged to identify themselves and provide a substantive statement with descriptive literature and any other supporting information to the CO within three business days of publication of this notice. All information received within three days of publication of this synopsis will be considered by the Government to determine if the more than one firm can meet the Government's requirements and is capable of providing technically acceptable services. Responses to this posting must be submitted in writing via e-mail only. A determination not to compete the described requirement based upon responses to this notice is solely within the discretion of the Federal Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. Any questions or comments should be directed via e-mail ONLY to Ms. Renée S. Stahl at renee.s.stahl.civ@mail.mil. Thank you for your interest.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1e036562229db7f29f93c81d58f966ea)
- Place of Performance
- Address: 27130 Telegraph Road, Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN04862048-W 20180323/180321231014-1e036562229db7f29f93c81d58f966ea (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 |