Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2020 SAM #6709
SOLICITATION NOTICE

D -- Sole Source to WOSB Premier Solutions HI to Acquire 21st Century Digital Library Document Review and Reconciliation Support

Notice Date
4/10/2020 1:15:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
 
ZIP Code
32407-7001
 
Solicitation Number
N61331-20-Q-JK16
 
Response Due
4/24/2020 9:00:00 AM
 
Archive Date
05/09/2020
 
Point of Contact
Jamell L. Kilgore, Phone: 8506366039, Vincent J. Tomasi, Phone: 8502355067
 
E-Mail Address
jamell.kilgore@navy.mil, vincent.j.tomasi@navy.mil
(jamell.kilgore@navy.mil, vincent.j.tomasi@navy.mil)
 
Description
1.� Identification of the agency and the contracting activity, and specific identification of the document as a �Limited Source Justification.� This is a sole source justification. Contracting activity is the Naval Sea Systems Command, Naval Surface Warfare Center, Panama City Division (NSWC PCD), 110 Vernon Avenue, Panama City, FL 32407-7001 (Contracts Division Code 02). 2.� Nature and/or description of the action being approved. This action will award a WOSB sole source, firm fixed price purchase order pursuant to FAR 19.1506(b) to Premier Solutions Hi, LLC, 745 Fort Street, Suite 800, Honolulu, HI 96813. Continued contractor support is required to ensure that the existing database containing the NEDU 21st Century Digital Library is reviewed and the data reconciled to guarantee copyright and information security standards have been met. 3.� A description of the supplies or services required to meet the agency�s needs (including the estimated value). Contractor support is required for the review and reconciliation of the completed digitization work to date, identifying digital documents that are copyrighted, contain PII or HIPAA regulated information, or are subject to limited distribution. In addition, unpopulated metadata fields shall be filled and an inventory of the physical collection to identify other documents that were excluded from the first round of digitization but warrant inclusion in the collection. The Government�s minimum needs have been verified by the certifying technical and requirements personnel. This memo does not authorize acquisition for other requirements. All services shall be completed within one (1) year after award of purchase order. 4.� Identification of the justification rationale and, if applicable, a demonstration of the proposed contractor�s unique qualifications to provide the required supply or service. �10 U.S.C. 2304(c) (5), Authorized or required by statute, FAR 6.302-5(b) (7) � Sole source awards under the WOSB Program. �Pursuant to 10 U.S.C. 2304(c)(5), Premier Solutions Hi, LLC (PSHI) is a woman company that provided custom software development, document scanning services, and information technology (IT) support to NEDU for the last year via contract N61331-18- C-0005. Premier Solutions has dedicated U.S. Navy funds to deploy, customize, and implement an Enterprise Content Management (ECM) System capable of uploading and organizing Navy documents for easy search and retrieval. This system is now the 21st Century Digital Library. Because of system development support acquired under N61331-18-C-0005, Premier Solutions is the only company that can conduct a review of the NEDU 21st Century Digital Library system and reconcile the data to ensure the integrity of information in the digital library before eventually being accessible by a wider user group. Premier Solutions is also the only company that can assess current procedures and processes resulting in the correction of previous errors and implementation of necessary changes that will improve the quality of metadata collected, ultimately improving information discoverability by users. The included inventory will allow the earmarking of supplemental documents that will be added to the digital library. Additionally, as a value-added outcome of this review and assessment, materials will be prepared for processing in support of the Diver Thermal Matrix, which will greatly increase on- demand access to crucial diving information for warfighters. In summary, it is imperative that this purchase order is awarded to Premier Solutions so the 21st Century Library can enter into the next phase of development. Incomplete solutions, no matter how complete, are useless to the Government. As such, the Government does not expect significant savings through competition and does expects significant and unacceptable delays that will negatively impact this requirement. Therefore, it is in the Governments� best interest to award on a sole source basis to Premier Solutions. 5.� A determination by the ordering activity contracting officer that the order represents the best value consistent with FAR 8.404(d). The Contracting Officer has determined that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government�s needs. 6.� A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted.� No additional market research was conducted because it is not practicable, for the reasons discussed in paragraph 4 above, for any company other than Premier Solutions to provide the required services. This requirement will be synopsized in the government point of entry beta.sam.gov because it is over $25,000. 7.� Any other facts supporting the justification. None. 8.� 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. �As stated in paragraph 4 above, Premier Solutions is the only company that can provide the required equipment and services. Section F - Deliveries or performance F.O.B. 52.247-34 Destination Section G�� 252.232-7003 252.232-7006 �Section I � Contract Clauses 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2015) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items Preselected: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statement (Jan 2017) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) �Select as Applicable for Set Aside Type: 52.219-30 WOSB Sole source Required: 52.222-50 Combatting Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)� 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)� 52.243-1 Changes Fixed-Price 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)� 252.204-7003 Control of Government Work Product (Apr 1992)� 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2015 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (MAR 2018) 252.225-7048 Export Controlled Items (Jun 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) Section K � Representations 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016) Section L - Instructions Conditions and Notices to Bidders 52.204-13 System for Award Management Maintenance JUL 2013 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/848b52311ed34883b06f16d1347743ff/view)
 
Place of Performance
Address: Panama City Beach, FL 32407, USA
Zip Code: 32407
Country: USA
 
Record
SN05617486-F 20200412/200410230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.