Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2018 FBO #5965
SOLICITATION NOTICE

R -- DNCC Fort Huachuca (FHU) Distributed Network Control Center (DODIN) Sustainment.

Notice Date
3/22/2018
 
Notice Type
Fair Opportunity / Limited Sources Justification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
HC1028-12-D-0026-HC102818F0347
 
Archive Date
4/21/2018
 
Point of Contact
Maria R. Wells, Phone: 5205384237
 
E-Mail Address
maria.r.wells.civ@mail.mil
(maria.r.wells.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Award Number
HC1028-12-D-0026
 
Award Date
3/22/2018
 
Description
JUSTIFICATION & APPROVAL (J&A) FOR FEDERAL ACQUISITION REGULATION (FAR) SUBPART 16.5 ACQUISITIONS EXCEPTION TO FAIR OPPORTUNITY Multiple Award Schedule/Multiple Award Contract (MAC) Orders under MAC/ Fair Opportunity - FAR 16.505, Department of Defense FAR Supplement (DFARS) 216.505-70, Procedures, Guidance and Information (PGI) 216.505-70 Purchase Request Number: 4TB09-05 Contract Number: HC1028-12-D-0026 Task/Delivery Order Number: HC102818F0347 Procurement Title: DNCC Fort Huachuca (FHU) Distributed Network Control Center (DODIN) Sustainment. Estimated Value: REDACTED Authority: FAR [16.505(b)(2)(i)(C)] JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY Upon the basis of the following justification, I, as the Contracting Officer, hereby approve this exception to fair opportunity pursuant to the authority of FAR [16.505(b)(2)(i)(C)]. 1. REQUIRING AGENCY AND CONTRACTING OFFICE: Requesting Agency: Defense Information Systems Agency (DISA) Joint Interoperability Test Command (JITC) 200I Brainard Road, Building 57305 Fort Huachuca, Arizona, 85670 Contracting Activity: DISA/Defense Information Technology Contracting Organization (DITCO) PL8332 2300 East Drive, Building 3600 Scott Air Force Base, Illinois, 62225 2. NATURE/DESCRIPTION OF ACTION(S): The nature of this action is a cost-plus- fixed-fee (CPFF) task order (TO) against the Testing and Evaluation (T&E) Multiple Support Services (MSS) indefinite- delivery/indefinite-quantity (ID/IQ) contract held by MANTECH ADVANCED SYSTEMS INTERNATIONAL Task Order to sustaincritical Department of Defense Information Network (DODIN) systems that is imperative to meeting JITC's T&E mission. The JITC Distributed Network Control Center (DNCC) is the Point-of-Presence (PoP) and physical security enclave for the delivery and distribution of DODIN resources and Defense Information Systems Network (DISN) Services, (NIPRNet, SIPRNet, DSN, ECVoIP, EVoIP, etc.) Telecommunications and dedicated transport services (SONET, OC3, DS3, T1 and dedicated interconnect), Defense Research and Engineering Network (DREN), Secret Defense Research and Engineering Network (SDREN), Combined Federated Battle Laboratories Network (CFBLNet), DISN Reference timing and distribution management, GPS reference and Network Timing Protocol (NTP) services, Operational and Development Test Networks, and Commercial Telecommunications Services; historically serving as the JITC Technical Control, providing O&M support. Because of the critical nature of the support provided by this Task Order, continuous support to this Task Order must be maintained as this Center supports all T&E operations performed at the JITC Fort Huachuca, AZ location - more than 500 T&E events, certifications, assessments, and evaluations annually. This contractor is essential to the success of every event and evaluation that is performed during the duration of this task order. In addition to providing the center support for JITC's T&E mission, JITC is responsible for maintaining and operating this Center. In order to maintain this crucial T&E infrastructure, JITC is required to maintain specific network and cybersecurity certifications and accreditations. The re-validation of the Authorization to Operate (ATO) and associated comprehensive security assessments are occurring now on the current task order. The contractors are performing the activities to ensure that the DNCC meet all network and cybersecurity directives. The current ATO is scheduled to expire on March 22, 2018. Furthermore, JITC is a Major Range and Test Facility Base (MRTFB) as a DoD CIO/Defense Information Systems Agency Activity defined within DoD Directive 3200.11. This task is mission funded and supports directly the JITC Fort Huachuca, AZ MRTFB Activity. The follow- on task order will include an approximate level of effort of 2156 labor hours. This effort is funded with 2018 RDT&E funds. 3. DESCRIPTION OF SUPPLIES/SERVICES: This action will ensure the continued and persistent sustainment of critical DODIN resources and distribution infrastructure that connect to production resources and Test Labs resources at JITC Fort Huachuca, AZ. The DNCC is the PoP and physical security enclave for the delivery and distribution of DODIN resources and DISN Services, Telecommunications and dedicated transport services, DREN, SDREN, CFBLNet, DISN Reference timing and distribution management, GPS reference and NTP services, Operational and Development Test Networks, and Commercial Telecommunications Services; historically serving as the JITC Technical Control, providing O&M support. All JITC Fort Huachuca, AZ testing events rely on this infrastructure to perfrom JITC T&E mission. DNCC provides support to various JITC interoperability test events conducting design, build- out, and integration of transportable network resources and sustain and provide oversight of the configuration management of each network and COI connection at the local JITC compound and specific network resources that extend to other Continental United States (CONUS) and Outside Continental United States (OCONUS) test event locations utilized to support the JITC Interoperability Test mission. In order to maintain this crucial infrastructure support, the contractor provides the essential continued support and continuity to the DNCC for the pending scheduled Comprehensive Security Assessment that will determine the continuation of the JITC FHU ATO that expires March 22, 2018. The efforts and activities involved to provide this support includes performing operational expertise of the specific software and hardware of the systems to remain compliant and operational, uploading software, configuring software, performing checks, validation, and tests of the hardware and software; and reporting on all activities and outcomes, and all associated documentation. In addition, the contractor maintains the personnel network and cyber certifications that allows the contractor to perform the required activities 4. SUPPORTING RATIONALE, INCLUDING A DEMONSTRATION THAT THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS OR THE NATURE OF THE ACQUISITION REQUIRES USE OF AN EXCEPTION TO FAIR OPPORTUNITY: (a) Exception to Fair Opportunity. The order must be issued 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 tobe considered for the original order. (b) Description of the Justification. This action requires the authority cited, as the period of performance of the task order will expire prior to completion of RMF Assessment, currently scheduled for March 12, 2018, and Accreditation activities that lead to the ATO and this action will provide support. The current contractor for this task, MANTECH, have the certification, training and expertise to assure these systems remain compliant and operational in order to support the continued operation of JITC MRTFB and Cybersecurity resources and support the pending Comprehensive Security Assessment (CSA) that is scheduled to evaluate Cybersecurity posture for thecontinuation of the JITC ATO. Transitioning to a new contractor could risk the issuance of the JITC ATO. (c) Justification. (1) Minimum Government requirements. JITC requires persistent and undisrupted sustainment of the DODIN resources that support the DODIN and MRTFB resources, systems and networks encompassed in this action or risk the shut-down of systems connected to DISN Services and COI networks. Privileged user access is required to support the JITC DODIN transport platform, DISN services provisioning systems, Cybersecurity sustainment systems and distributed network architecture encompassed this effort. Onboarding new personnel IAW DoDI 8570.01-M requires approximately 4 -8 weeks to validate personnel certifications, conduct required local training and issue appointment letters signed, and routed to the ISSM for specific identification of tasking and privileges specific to the systems to be supported. To assure sustainment of the Cybersecurity posture of DODIN resources employed by JITC as an MRTFB resource and ensure cognizant support is available to support the pending CSA scheduled to commence in support of the reaccreditation and issuance of the JITC ATO it is considered advantageous to continue the support provided by MANTECH. (2) Proposed sole source contractor. A follow-on task order with the current contractor, MANTECH, provides the Government substantial benefits as the work is an extension of what they are currently performing. Substituting contractors for the period of this action would be detrimental due to limitation of available cybersecurity and telecommunications personnel to sustain the resources supporting the test JITC test mission and limited or loss of sustainment of the cybersecurity posture causing corollary impact to the JITC ATO. Restoration of services and Cybersecurity posture would require 6 to 8 weeks getting certified personnel on-board and systems operational and accredited to return to an operational status, plus personnel will need to be assigned privileged access to begin the sustainment of supported systems. (3) Discussion regarding cause of the sole source situation. The reason for this sole source effort is that ManTech, as the Current task holder, is confronted by a situation where the competitive submission for a short-term task order is not practical.. This will result in an interruption of sustainment support, which would further result in a shut-down of JITC systems creating a situation catastrophic to perpetuating or renewing the JITC ATO, rendering JITC non-mission capable. This action will provide additional time with the incumbent to ensure that the required level of sustainment to critical systems and the support of the CSA will be provided and assure the successful renewal of the JITC ATO. (4) Demonstration of unique source. MANTECH's current contractor presently brings over four years of outstanding system knowledge and test experience to the task. They are uniquely qualified in terms of their institutional knowledge and are indispensable in making test support for this critical task effective and successful. ManTech is the only qualified contractor capable of providing these unique services without incurring significant additional time and duplicative costs, which is currently estimated to be REDACTED. ManTech is currently in place, with the proper security clearances, and has the capability to support this task without interruption. No phase-in or ramp-up will be required to expand this support. Therefore, it is not in the best interest of the Government to compete a new task order to address the imposed changes to the requirement. (5) Procurement discussion. The nature of this action is to issue a follow -on cost plus fixed fee task order with a PoP ending on July 31, 2018. Persistent sustainment of DODIN and Cybersecurity systems is mandatory to avoid shut-down of JITC systems supporting the JITC MRTFB Activity. This action will provide the mandatory sustainment and for the systems supporting the JITC MRTFB activity and providethe expertise and comprehensive knowledge needed to support to pending CSA that will take event and require support beyond the current period of performance of the incumbent task order and support the ultimate transition to the TEC contract and support the actions necessary to assure the JITC ATO renewal. (6) Impact. Failure to issue a follow-on sole source task order will result in a gap in sustainment of the JITC MRTFB Activity and the DODIN resources employed will impact the JITC ATO renewal and require these systems be shut-down, resulting in JITC as a whole becoming non- mission capable. Soliciting for a new contractor will result in a significant amount of time, duplicative effort, and associated cost. This is due to the substantial amount of activities by multiple stakeholders it would take for a new contractor to establish the appropriate unclassified and classified accounts, sufficiently understand the capabilities that require testing, develop test cases, operational scenarios, and white cards; develop test plans, conduct the required coordination, and validate assessment methodologies. Therefore, the logical action is to issue a sole source task order to the existing contractor, ManTech. If the requirement were to be re-competed, it would delay the start of the task up to three- months based on the timelines to issue a competitive task order and up to nine- months, with maximum stakeholder support, to transition to a tester(s) with full knowledge and understanding of policies, legacy systems and institutional knowledge. Selecting another contractor would increase costs, due to the time required to obtain required security clearances and familiarize the contractor with KMI capabilities to adequately support multiple, simultaneous planning and test events. 6. COST/PRICE FAIR AND REASONABLE DETERMINATION: During source selection of solicitation number HC1028-12-D-0026-0062, a cost/price evaluation was conducted in accordance with FAR 15.404. The contract prices were determined to be reasonable. The proposed cost/prices for the extension will be compared to the current contract prices as well as the Independent Government Estimate in order to determine fair and reasonableness in accordance with FAR 7. MARKET RESEARCH: In accordance with FAR Part 10.002, market research has been conducted to identify all qualified sources and results thereof. The initial research was completed from 2012 to 2013 at the basic Test and Evaluation Mission Support Services (T&E MSS) contract level, and annually thereafter at the task order level in accordance with FAR 10.002(b)(1). The formal market analysis included review of contractors found on General Services Administration (GSA) Schedule 70, and analysis of historical contract costs. As a result of the review, it was determined that the only way to avoid the loss of invested resources and additional costs to the Government is to modify the existing taskorder to accomplish this expanded effort this is within scope of the original PWS. Market research has always identified that all prime T&E MSS contractors can complete the scope of work; however, ManTech competitively won this task order award and is the only contractor that can complete the work within the requirement timelines mentioned above. 8. ANY OTHER SUPPORTING FACTS: N/A 9. ACTIONS THE AGENCY MAY TAKE TO REMOVE OR OVERCOME BARRIERS THAT LED TO THE EXCEPTION TO FAIR OPPORTUNITY: a. Procurement History. Contract Number: HC1028-12-D-0026-0062 Contractor: MANTECH ADVANCED SYSTEMS INTERNATIONAL Contract Period: March 1, 2013 - February 28, 2018 Total Contract Value: REDACTED (original TEP; Base + all options) Contract Type: CPFF Objective: The purpose of this tasking is to provide support for the MRTFB Activity resources at JITC Fort Huachuca, AZ to provide the continued and undisrupted sustainment, management and Cybersecurity posture of the DODIN resources leveraged to sustain the JITC Fort Huachuca, AZ MRTFB resources leveraged to sustain and Risk Management Framework (RMF) posture supporting the JITC ATO. b. No related prior award was accomplished with the need for a brand-name exception to fair opportunity, limited-sources, and/or any other exception to full and open competition justification.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-12-D-0026-HC102818F0347/listing.html)
 
Place of Performance
Address: 2001 Brainard Rd, Bldg 57305, Ft. Huachuca, Arizona, 85613, United States
Zip Code: 85613
 
Record
SN04863723-W 20180324/180322231346-bd3a96cd039b6b917d554292529327ff (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.