SPECIAL NOTICE
D -- Limited Source Justification (LSJ) - IT Data Management Support
- Notice Date
- 11/25/2024 9:19:26 AM
- Notice Type
- Justification
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- DEPARTMENTAL OPERATIONS ACQUISITIONS DIVISION I Washington DC 20528 USA
- ZIP Code
- 20528
- Solicitation Number
- 70RDAD19FC0000090
- Archive Date
- 12/25/2024
- Point of Contact
- Amy Driver
- E-Mail Address
-
Amy.Driver@hq.dhs.gov
(Amy.Driver@hq.dhs.gov)
- Award Number
- 70RDAD19A00000011
- Award Date
- 11/22/2024
- Description
- LSJ No.: FY25-023 This acquisition is conducted under the authority of the Multiple-Award Schedule Program, 41 U.S.C. 152(3), Competitive Procedures, and 40 U.S.C. 501, Services for Executive Agencies. 1. Agency and Contracting Activity. The Department of Homeland Security (DHS), Office of the Chief Procurement Officer (OCPO), in accordance with FAR 8.405-6(a), proposes to exercise FAR 52.217-8 on BPA call 70RDAD19FC0000090 for analysis, development, enhancement, maintenance, and support of DHS OCPO software applications. 2. Nature and/or description of the action being approved. DHS/OCPO has a requirement to continue services for analysis, development, enhancement, maintenance, and support of DHS software applications. The proposed contractor is: KAIMETRIX LLC, 120 Dawning Creek Dr., Apex, NC 27539 GSA Contract Number: GS-35F-403DA DHS BPA Number: 70RDAD19A00000011 3. Description of Supplies/Services. An additional four-month extension of services provided in BPA call 70RDAD19FC0000090, awarded to KAIMETRIX LLC, is required to provide continued support while the Office of Procurement Operations (OPO) is responding to a protest filed in October 2024 related to BPA award 70RDA124A00000005. OCPO requires continued service for up to four (4) months to avoid a gap in service while the protest response is ongoing. Without continued support from the contractor, OCPO would have a gap in service to provide support to systems that involve critical procurement reporting activities (e.g., Enterprise Reporting Application (ERA), and Congressional Notifications). The option exercise is the most advantageous method of fulfilling the Government's need, price and other factors considered. This option requirement also takes into account the Government's need for continuity of operations and potential costs of disrupting the ongoing analysis. The total cost for this requirement is $828,068.99 for an additional four months. 4. Authority and supporting rationale. 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. This acquisition is being conducted under the authority of the Multiple-Award Schedule Program, 41 U.S.C. 152(3), Competitive Procedures, and 40 U.S.C. 501, Services for Executive Agencies, in accordance with FAR 8.405-6(a), Limiting Sources. An additional four-month extension of BPA call 70RDAD19FC0000090 will be made pursuant to FAR 8.405-6(a)(1)(i)(B) as 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 original BPA call was a direct award against the competitively solicited and awarded BPA using the ordering procedures at FAR 8.405. It is necessary to limit competition for the extension of services described herein because only KAIMETRIX LLC can provide the continued support services to avoid a gap in service while OPO addresses a protest filed against BPA award 70RDA124A00000005. Following the resolution of the protest, services will be provided by the successful awardee as determined through a competitive process. 5. Determination by the ordering activity contracting officer that the anticipated order represents the best value consistent with FAR 8.404(d). The Contracting Officer has determined that issuing the additional extension to BPA call 70RDAD19FC0000090 to KAIMETRIX LLC for analysis, development, enhancement, maintenance, and support of DHS software applications represents the best value and will result in the lowest overall cost, considering price and administrative costs, to meet the Government�s needs. This BPA Call was placed in accordance with FAR 8.404, �Use of Federal Supply Schedules.� The General Services Administration (GSA) and original BPA call Contracting Officer already negotiated fair and reasonable pricing rates including discounts to the BPA rates on the BPA call itself, ranging from 10-28%. The rates utilized for the extension are the same as Option Period 6 contracted rates (see rates below) and labor mix/hours are in line with the current option period: [CHART] 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. Market research was not conducted for the FAR 52.217-8 extension; however, market research was completed between July 2023 and June 2024 for the follow-on requirement which was awarded competitively. This additional four-month extension is specifically related to the award protest, and that is the reason why market research was not conducted. Additionally, KAIMETRIX LLC is the incumbent on BPA call 70RDAD19FC0000090 and the only vendor able to provide continued support while OPO responds to the protest. The additional four months of service will provide Contractor support until the protest is resolved. 7. Any other facts supporting the limited-sources justification. A protest was filed on October 22, 2024, following a competitive action to award BPA 70RDA124A00000005 for IT Data Management Services. 8. A statement of actions, if any, the agency may take to remove or overcome any barriers that led to restricted consideration (i.e., limited-sources) before any subsequent acquisition for the supplies or services is made. Only one source is capable of providing the services required at the level of quality required because OCPO requires continued support during protest activities. OCPO is unable to remove barriers of competition as continued support is needed from the incumbent. The government will seek competition in future acquisitions for the same type of support, thus eliminating the barriers to competition. 9. DHS intends to post this requirement on System for Award Management (SAM.gov) pursuant to FAR 8.405-6(a)(2)(i). 10. Technical/Requirements Personnel Certification. Pursuant to FAR 8.405-6(c)(2)(x), I certify that this requirement meets the Government�s minimum need and that the supporting data, which form a basis for the Limited-Sources Justification, are accurate and complete. /S/ 11. Contracting Officer Certification Pursuant to FAR 8.405-6(c)(2)(ix), I certify that the Limited-Sources Justification is accurate and complete to the best of my knowledge and belief: /S/ Amy Driver, Contracting Officer, Office of Procurement Operations 12. Approval /S/ Antoinette Clay, Procuring Activity Advocate for Competition, Office of Procurement Operations
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/62def14d07f94ebbb618fa70204ac218/view)
- Place of Performance
- Address: VA 22150, USA
- Zip Code: 22150
- Country: USA
- Zip Code: 22150
- Record
- SN07274344-F 20241127/241125230105 (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 |