Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2007 FBO #2138
SOLICITATION NOTICE

R -- Notice of Intent to Extend the Period of Performance

Notice Date
10/2/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
1000 Independence Ave. SW, Washington, DC 20585
 
ZIP Code
20585
 
Solicitation Number
DE-AC01-06SA06027
 
Response Due
10/31/2007
 
Archive Date
4/30/2008
 
Point of Contact
John Harris, Contracting Officer, 202-287-1471, john.harris@hq.doe.gov;Donna Williams, Contract Specialist, 202-287-1572, donna.williams@hq.doe.gov
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Energy, Office of Health, Safety and Security (HSS) intends to extend the period of performance of contract number DE-AC01-06SA06027 with Science Applications International Corporation Inc (SAIC) on a sole source bridge basis to provide uninterrupted support while a new competitive procurement is competed that will replace the SAIC contract. This new competitive procurement will be released under Solicitation Number DE-RP01-08HS07014 which was synopsized in FedBizOpps on February 2, 2007 under DE-RP01-07HS07014. The anticipated release date of the RFP is October 5, 2007. The bridge extension will continue the performance period for an initial six (6) month base period, and shall also include two (2) additional three-month option periods. The bridge extension period of performance for the base period will be from November 19, 2007 through May 18, 2008, the first three-month option period will be May 19, 2008 through August 18, 2008, and the second three-month option period will be August 19, 2008 through November 18, 2009. The extension is being made noncompetitively based on the exclusion found at Federal Acquisition Regulation, FAR 6.302-1(a), 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 within the required time-frame. To DOE???s knowledge and belief, only SAIC has the requisite number of ???Q??? cleared personnel with the highly specialized technical experience to ensure that the HSS requirements are met within the required delivery schedules. No other firm has the requisite knowledge, experience and capability to assume the critical, highly specialized technical support without interruption, pending the award and transition of a new contact under the competitive procurement. The current contract with SAIC ends on November 18, 2007. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE FOR THIS SOLE SOURCE BRIDGE EXTENSION. Interested, responsible sources may submit information regarding their capability to perform this requirement, which shall be considered by the Department. Information received will be considered for the purpose of determining whether or not to conduct a competitive acquisition. SAIC currently provides security related technical and administrative support in support of managing, and implementing policies and procedures to identify highly-classified nuclear technology in support of non-proliferation objectives, specifically in the following areas: (1) Personnel Security, (2) Assessment and Integration Support, (3) Field Assistance Support, (4) International Safeguards and Physical Protection Support, (5) Materials Control and Accountability (MC&A) Support, (6) Planning and Technology Development, (7) Technical and Operations Security Support, (8) Security Analytical and Technical Support Services, (9) Administrative Support Services. The level-of-effort for the six-month bridge extension is 27,900 Direct Productive Labor Hours (DPLH) and 13,950 DPLH for each of the two (2) three-month option periods. It is estimated that the level-of-effort will require approximately 30 full-time equivalent personnel. The Key personnel labor categories are as follows: one Project Manager, one Senior Personnel Security Specialist, one Senior Protective Forces Specialist, one Senior Physical Security Systems Specialist. The Non-key personnel labor categories are as follows: Administrative Review Vault Clerk, Computer Specialist, Information Security Specialist, Material Control & Accountability Specialist I, Material Control & Accountability Specialist II, Material Control & Accountability Specialist III, Office Assistant III, Office Assistant II, Office Assistant I, Personnel Security Specialist, Physical Scientist, Program Analyst, Psychiatrists/Psychologists, Safeguards and Security Specialist, Senior Safeguards & Security Operations Specialist, Senior Security Specialist, Security Specialist, Security Technician, Security Transcriptionist, Security Assistants, Senior Ac cess Controls & Alarms Specialist, Senior Classified Matter Protection Control Specialist, Senior National Security Specialist, Senior Systems Analyst, Technical Support Applicant, Transcription/Reporting. All personnel performing under this effort are required to possess a current DOE ???Q??? access security clearance. The Performance Work Statement and the Position Qualifications for the SAIC contract are attached. Any responding party must provide a capability statement demonstrating its capability of performing the requirements discussed above, which must include the following, as these items are necessary to demonstrate that the responding party is capable of performing the contemplated work without interruption: (1) a statement that proposed personnel are currently employed by the responding party and will be available to perform the contemplated work; or a letter of commitment from personnel that the responding party intends to use to perform the contemplated work who are not currently employed by the responding party, demonstrating that they will be available to perform the contemplated work; (2) a chart or other synopsis of the educational and experience qualifications of personnel proposed for the contemplated work; (3) a chart or other synopsis demonstrating that proposed personnel currently hold a ???Q??? access authorization; (4) a copy of any teaming, subcontract, or other agreement between any parties that would be performing the contemplated work as part of a team; and (5) a certification that the responding party possesses a facility security clearance and complies with the Foreign Ownership, Control, or Influence, FOCI program. Responses to this synopsis must be received via the Department???s IIPS by 7:00 p.m. on October 31, 2007, to be considered. The web address is http://e-center.doe.gov, and assistance in submitting a capability statement through the system can be obtained by calling the help desk at 1-800-683-0751 between 8:00 a.m. and 8:00 p.m. eastern time, Monday through Friday. The information received in response may also be used for other market research purposes. Numbered Note 22 applies.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/629EEA70FF446E51852573680067EA5C?OpenDocument)
 
Record
SN01426708-W 20071004/071002223306 (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.