SOLICITATION NOTICE
D -- Lease Telecommunications Services
- Notice Date
- 5/12/2010
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 517410
— Satellite Telecommunications
- 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
- Archive Date
- 5/29/2010
- Point of Contact
- Deborah A Benscoter, Phone: 618-229-9298, Cheryl L Wilsing, Phone: 618-229-9145
- E-Mail Address
-
deborah.benscoter@disa.mil, cheryl.wilsing@disa.mil
(deborah.benscoter@disa.mil, cheryl.wilsing@disa.mil)
- Small Business Set-Aside
- N/A
- Award Number
- JA10-089
- Award Date
- 4/29/2010
- Description
- Procurement Request Number: Justification for OTFAOC Number: _JA10-089_______________________________________ JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Upon the basis of the following justification, I, as the Procuring Activity Competition Advocate (PACA), hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c)(1). JUSTIFICATION 1. Agency and Contracting Activity. a. Defense Information Systems Agency, Transport Service Division NS2, Terrestrial Transport Branch, NS22 Attn: [REDACTED] P.O. Box 4502 Arlington, VA 22204-4502 b. Defense Information Technology Contracting Organization (DITCO) ATTN: PL8222 Scott AFB, IL 62225-5406 2. Nature/Description of Action(s). The purpose of this contract action is to obtain approval to issue a firm fixed price, sole source bridge contract to the [REDACTED]a large business. The bridge contract will allow the [REDACTED] vendor to continue to provide critical satellite bandwidth (B/W) service between [REDACTED]. The leased telecommunication service provided by [REDACTED]directly supports critical Command, Control, Computer and Intelligence (C4I) Communication mission requirements between [REDACTED]and [REDACTED] The existing DITCO commercial contract, [REDACTED]has reached its 10 year milestone and is currently on its last authorized 6 month extension. The contract is not expected to extend one year beyond the 10 year maximum. This bridge is anticipated to be the last contract period for the existing contract as service is currently being replaced under DTS-PII. Due to technological limitations and a longer than expected implementation schedule, the DTS-PII requirement has not completed. To continue to provide uninterrupted service, the [REDACTED]contract must remain in place and operational until the DTS-PII requirement is capable of supporting the current customer's service and is in place. The Period of Performance for this effort will be a three (3) month base period (01 May 2010 - 31 July 2010) with three (3) one (1) month option periods (01 August - 31 August, 01 September - 30 September and 01 October - 31 October). The estimated base period operational cost is [REDACTED] The estimated operational cost for each option period is [REDACTED] totaling [REDACTED]. This bridge contract is for severable services. The total estimated Life Cycle Cost for the bridge contract is: [REDACTED]inclusive of all Options. Description of Supplies/Services. This bridge contract supports critical Command, Control, Computer and Intelligence (C4I) Communication mission requirements between [REDACTED] and [REDACTED] The resultant contract action will consist of the leased service for five (5) continuous, uninterrupted, full duplex, dedicated T1 (1.544Mb) telecommunications circuits between[REDACTED]and [REDACTED] The Government shall have the option to increase the bandwidth by ordering additional T1s. The vendor's Satellite Station is required to have the capability to support the addition of T1s as required to meet the U.S. Government mission. This leased telecommunication service provided by [REDACTED] between [REDACTED] and [REDACTED], directly supports DISA's ability to provide real time command and control communications to the War Fighters. Identification of Statutory Authority. The statutory authority that will be used for this bridge contract action is10 U.S.C. 2304(c) (1)-Only one responsible source and no other supplies or service will satisfy agency requirement-FAR 6.302-1(a) (2) (iii) (B). Demonstration of Contractor's Unique Qualifications The incumbent, [REDACTED], is currently the only commercial provider of high band-width and/or satellite service into [REDACTED]is the only commercial communications company that already has in place all the equipment, facilities, and infrastructure needed to provide, operate and maintain the requested service. They have an operational Satellite Station with 11 meter antennas and currently provide service that supports not only DISA required service but is also supporting contracts for the [REDACTED] A new vendor cannot provide the required service without duplicating all of the facilities (i.e., earth stations, radomes, RF equipment and personnel) that [REDACTED]already has in place. Because completion of construction at [REDACTED]may take longer than two years, a lengthy lead-time is needed to allow other vendors an opportunity to compete. This long construction cycle is due to the adverse weather conditions at [REDACTED]. The construction season for exterior work at [REDACTED] is from 15 Jul to 15 September only. The number of daylight hours per day fluctuates depending on the time of the year and can range from 0-24. Approval of this bridge contract will allow for the lead-time needed for installation of the service by a new vendor. In addition, continued service with the existing contractor until a final DISN solution can be implemented would allow the warfighter to continue the missions without experiencing a disruption in service. Any disruption of service would have a negative impact on current operations and loss in continuity of operations. Without this continuity of the satellite lease, the operational service would require quickest (near simultaneous) transition to another satellite. The bridge contract also offers DISA a unique opportunity to leverage a known and operationally proven capability without our warfighters suffering loss of mission critical services as a result of waiting for the limited implementation window at [REDACTED]. 6. FedBizOpps Announcement/Potential Sources. Upon approval of this Justification, a FEDBIZOPPS notice will be published as required by FAR Subpart 5.2. 7. Determination of Fair and Reasonable Cos t. The Contracting Officer will determine the proposed/negotiated price for this acquisition is fair and reasonable, using a variety of price analysis techniques and procedures as prescribed in FAR 15.404-1 (b). Additionally, information other than cost and pricing data may be obtained from the vendor to determine a fair and reasonable price. 8. Description of Market Research. Market research was conducted in the summer of 2009 by DITCO and DISA/NS22. As part of market research efforts, DISA researched the commercial market place to determine if there were any other vendors capable of supporting this critical requirement within the required time frame (Apr 2010), in a remote location and without causing an interruption of this critical service. DISA also explored the option of using other existing technical solutions like the DISN DSTS-G contract, Department Of Commerce DoC NOAA Bandwidth contract and DTS-PII contract. Market research was conduced via Internet research, reviewing GSA advantages and comparing existing contract cost information. Based on availability, location and existing equipment bridging our existing contract until a DTS-PII solution is implemented is the only economically feasible solution that meets all program requirements without unacceptable delay of service. 9. Any Other Supporting Facts. None. 10. Listing of Interested Sources. Not Applicable 11. Actions Taken to Remove Barriers to Competition. In future acquisitions, the government will consider any source that has capability to install and provide high band-width and/or satellite service into [REDACTED]. Since the proposed contracting action is for continued service within the only existing commercial satellite earth station, it is impossible at this time to compete this requirement. Maintaining the current satellite bandwidth is of utmost importance in supporting the warfighters. As communications satellite networks evolve, other vendors may develop significant future capabilities and capacity the government can exploit. Once the DTS-PII solution is implemented and completed, the government will have the capability to compete future commercial requirements into [REDACTED]. •12. Reference to the Approved Acquisition Plan (AP)/Program Plan (PP). An Acquisition Plan is not required. Ref DFAR 207.103(d)(i) and DARS 7.9002. TECHNICAL AND REQUIREMENTS CERTIFICATION (FAR Subpart 6.303-1(b) and DARS Subpart 6.303-1(b)) I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate. TECHNICAL COGNIZANCE: Signature: Printed/Typed Name and Title Organization Phone Date REQUIREMENTS COGNIZANCE: Signature: Printed/Typed Name and Title Organization Phone Date CONTRACTING OFFICER CERTIFICATION (FAR Subparts 6.303-1(a), 6.303-2(a)(12)) I certify that this justification is accurate and complete to the best of my knowledge and belief. Signature: [REDACTED] Printed/Typed Name and Title Organization Phone Date [REDACTED] DISA/DITCO 618-229 [REDACTED] 4/22/10 Contracting Officer, PL8223 REVIEW FOR LEGAL SUFFICIENCY (DARS 6.303-1 (S-92)) This justification is determined legally sufficient. Signature: [REDACTED] Printed/Typed Name and Title Organization Phone Date [REDACTED] DISA 618-229- [REDACTED] 4/27/10 Chief, Legal Counsel, D01D AGENCY COMPETITION ADVOCATE/PROCURING ACTIVITY COMPETITON ADVOCATE APPROVAL (FAR Subparts 6.303-1(a) and 6.303-2(a)(12)) I have reviewed this justification and find it to be accurate and complete to the best of my knowledge and belief. Since this Justification for OTFAOC does not exceed $11.5M, this review serves as approval. APPROVED BY: (FAR 6.304 and DFARS 206.304) Signature: Printed/Typed Name and Title Organization Phone Date [REDACTED] DISA 618-229 [REDACTED] 27 Apr 10 Procuring Activity Competition Advocate, PLA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d185fa2e8e06421c8f168d88179b6613)
- Record
- SN02147757-W 20100514/100512235148-d185fa2e8e06421c8f168d88179b6613 (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 |