Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2006 FBO #1609
SOLICITATION NOTICE

R -- Notice of Intent

Notice Date
4/21/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1000 Independence Ave. SW, Washington, DC 20585
 
ZIP Code
20585
 
Solicitation Number
DE-RP01-06SA06044
 
Response Due
5/8/2006
 
Archive Date
11/8/2006
 
Small Business Set-Aside
N/A
 
Description
This is a notice of intent to award a sole-source contract and is not a request for competitive proposals. The U.S. Department of Energy (DOE) intends to solicit a proposal and negotiate a sole source bridge contract with Jupiter Corporation, while the follow-on competitive acquisition and transition is completed. The follow-on competitive acquisition began with a Sources Sought Notice (DE-RP01-06SA06006) which was issued on March 13, 2006. This Sources Sought Notice requested capability statements from qualified small businesses for ???Office of Security and Safety Performance Assurance (SSA) Technical and Administrative Services???. A draft Request for Proposals (RFP) for the follow-on acquisition is scheduled for release in May 2006 with the final RFP scheduled for release in June 2006. The proposed bridge contract will provide continued high quality standardized professional and administrative services to SSA. This support is currently being performed by Jupiter under contract number DE-AC01-04SO40405 and will expire on May 18, 2006. The mission of SSA is to develop strategies and policies governing the protection of national security and other critical assets entrusted to the Department of Energy, and to strengthen the Department??? s National Security posture through conscientious, just and thoughtful application of Federal rules and statues governing personnel security to ensure that only individuals whose character, associations and loyalty are granted access to DOE classified information and materials. The work performed under this contract includes the following specific tasks: visitor control request processing; initial clearance request processing; reinvestigation processing; reciprocal request processing to include Congressional and White House; clearance terminations, continuations, reinstatements, transfers, and upgrades; clearance notifications; personnel security file maintenance; investigative report screening, analysis, and adjudication; preparation of letters of interrogatory; personnel security interviewing; support to the DOE Administrative Review Program; transcription services; and psychiatric evaluation services. The Performance Work Statement (PWS), Position Qualifications, and estimated level of effort for this Jupiter contract are provided on the Department???s Industry Interactive Procurement System (IIPS). The statutory authority for permitting other than full and open competition for this contract is Section 303[c][1] of the Federal Property and Administrative Services Act of 1949, as amended by the Competition in Contracting Act, 10 USC 2304[c][1], and implemented by FAR 6.302-1[a][2][ii][B], which authorizes other than full and open competition when there is only one responsible source and no other supplies or services will satisfy agency requirements; and when it is likely that an award to any other source may result in unacceptable delays in fulfilling the agency???s requirements. Jupiter has the requisite number of key and non-key personnel possessing the required security clearances, technical skill and training, who are familiar with the program and requirements, and who are available to provide services pending the award of a competitive follow-on contract. In addition, all personnel are required to have DOE ???Q??? level security clearances to perform work under this contract. Based on current experience, it takes at least 6 months and possibly as long as a year for the clearance approval process to be completed. There are approximately 20 individuals working on the existing contract. If this bridge contract does not get approved, not only would there be a significant delay due to the time required to conduct a competitive procurement, but there would be additional delays in order for individuals to acquire the appropriate security clearances. Jupiter???s staff has the requisite knowledge and experience and required security clearances, and can proceed without interruption. Firms who want to challenge the sole-source must submit an interest letter that demonstrates: 1) the firm's ability to perform the work as described above; and 2) the firm???s ability to provide the requisite personnel with the appropriate DOE ???Q??? level security clearances to perform work. Interested parties may submit a proposal and rationale as to why they should be considered within fifteen (15) days of this notice to: Ms. Irie Clarke, MA-643.2, 1000 Independence Ave, SW, Washington, DC 20585, or via e-mail to irie.clarke@hq.doe.gov If a determination is subsequently made by the Government to compete for these services (planned to be provided under this bridge contract by Jupiter), a competition will be conducted for the three 3-month option periods. It would not be possible to conduct this competition for the 6-month base period, and as described above, it is unacceptable to have a break in service for this work. Thus, the bridge contract would continue during the entire 6-month base period while the competition is being held for the available option period(s) needed until the competitive acquisition under DE-RP01-06SA06006 is completed. A determination by the Government not to proceed with this proposed contract based upon responses to this notice is solely within the discretion of the Government. The intent of this award is to provide the required support services until the award and transition of a competitive follow-on acquisition is completed as described in the first paragraph above. The North American Industry Classification System (NAIC) Code for this requirement is 541690. The period of performance of this bridge contract is for a total of fifteen months, consisting of one 6-month base period and three 3-month option periods. ***See Numbered Note 22.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/57B0B45F10BF08EB85257157006D6449?OpenDocument)
 
Record
SN01032561-W 20060423/060421220456 (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.