SOLICITATION NOTICE
D -- Joint Staff Integrated Networks Systems and Support
- Notice Date
- 8/9/2011
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- 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
- 8/25/2011
- Point of Contact
- Brittney Galle,
- E-Mail Address
-
brittney.galle@disa.mil
(brittney.galle@disa.mil)
- Small Business Set-Aside
- N/A
- Award Number
- HC1028-08-D-2026-0004
- Award Date
- 7/26/2011
- Description
- JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION LIMITED SOURCE JUSTIFICATION JA11-100 Upon the basis of the following justification, I, as Procuring Activity Competition Advocate, hereby approve the use of an exception to the fair opportunity process for the proposed contractual action pursuant to the authority of 10 U.S.C. §2304c(b)(2)(ii), Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. JUSTIFICATION 1. Requiring Agency and Contracting Office. Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization (DITCO), ATTN: PL61, P.O. Box 4502, Arlington, VA 22204-4502. The Joint Staff (JS), Office of the Chief Information Officer (OCIO), Pentagon, Washington D.C. 20318. 2. Nature/ Description of Action(s). The JS OCIO currently has a Task Order (H1028-08-D-2026-0004) on the Encore II vehicle with SRA International, Incorporated (SRA) in which SRA provides Information Technology (IT) operations support for the entire JS which consists of project management, development, testing, network operations, sustainment, end-user support, asset management and procurement of hardware and software incidental to service provided. The JS now requires an additional 35 Full Time Equivalent (FTE) IT contractors to support a 2,300 user increase (2,500 to 4,800 users), attributable to the disestablishment of U.S. Joint Forces Command (USJFCOM) and alignment to the Joint Staff at an estimated cost of $1.6M. These additional contractors will supplement IT support services for the JS and the Joint Staff Information Network (JSIN) enclaves provided by SRA. SRA will continue to provide a fully integrated IT service functions that deliver IT project management, development, testing, network operations, sustainment, end-user support, asset management, and procurement to meet mission requirements. This solution requires increased staffing by the incumbent prime contractor (which began in May 2009) starting date of award of delivery order through the end of the option year (22 December 2011) to ensure critical continuity of services provided to the Joint Staff. SRA is the incumbent contractor and only available IT service provider with the necessary intimate knowledge of and experience with the Joint Staff networks to continue the current efforts in this dynamic environment. a. Type of action: Modify Task Order H1028-08-D-2026-0004 (CLIN 0001) to increase Level of Effort required to support disestablishment of USJFCOM and transition to the JS. b. Amount: $1.6M c. Type of funding: Operations and Maintenance (O&M) d. Year of funding: FY 2011 e. Current TO Performance Period: Last Option Period: 23 December 2010 through 22 December 2011 3. Description of the Supplies/Services. This J&A is for an increase in SRA's IT staffing by 35 from 169 to 204 contractors to provide additional IT support services for the Joint Staff as a result of the disestablishment of USJFCOM and transition to the Joint Staff which has resulted in a user increase beginning July 2011. The table below itemizes the increase: Table 1. Functional Title Labor Category Quantity (FTEs) Hours Customer Spt: Tier 1 (Phone Spt) Help Desk Specialist 2 800 Customer Spt: Tier 1 (Phone Spt) Help Desk Specialist 4 400 Customer Spt: Tier 1 (Phone Spt) Help Desk Specialist 2 480 Customer Spt: Tier 2 (Desktop Spt) Information Technology Consultant 2 960 Customer Spt: Tier 2 (Desktop Spt) Information Technology Consultant 1 800 Customer Spt: VIP (Executive Spt) Computer Systems Analyst (Intermediate) 1 480 Net Ops: Security Operations (CND) Senior Informat1ion Technology Expert 1 960 Net Ops: Network Engineers Computer Systems Analyst (Lead) 1 960 Net Ops: Network Management (Switch/Router/Firewall) Senior Information Technology Expert 2 960 Net Ops: Network Management (Switch/Router/Firewall) Senior Information Technology Expert 3 800 Net Ops: Applications/Portal Management Senior Information Technology Expert (Applications SQL) 2 960 Net Ops: Applications/Portal Management Senior Information Technology Expert (Applications ECM) 2 800 Net Ops: Applications/Portal Management Senior Information Technology Expert (Applications SharePoint) 1 640 Net Ops: VTC Support Information Technology Consultant 1 480 Logistician: Configuration Management Senior Database Management Specialist (Remedy) 1 320 Logistician: Asset Management Logistics Analyst (Intermediate) 1 960 Logistician: Asset Management Logistics Analyst (Intermediate) 1 800 Change Management Configuration Management Specialist (Intermediate) 1 480 IT Project Management Subject Matter Expert (Intermediate) 3 960 IT Requirements Information Technology Consultant 1 960 Project Management Test Engineer (Lead) 2 960 4. Identification of the Statutory Authority. 10 U.S.C. §2304c(b)(2)(ii), Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. 5. Demonstration of the Contractor's Unique Qualifications. Previous Acquisition History : FC Business Systems, Inc provided IT services between 2000 and 2005. In 2000, the Joint Staff received IT services through a GSA GWAC contract called the IT Omnibus Procurement (ITOP) II. Two (2) Delivery Orders (DO) were awarded to a FC Business Systems, Inc (small business). The 1 st DO was for the Systems Operations and Management (SOM) requirement (DASW01-01-F-0153) which was awarded on 23 September 2000. The 2 nd DO was for the Engineering, Integration and Laboratory (EI&L), (DASW01-01-F-0237) which provided the test lab integration services. In December 2005, FC Business Systems, Inc. (FCBS) became part of General Dynamics General Dynamics Network Systems, which in 2006 was renamed to General Dynamics Information Technology. L-3 Communications (Titan) Corporation provided IT services between 2006 and early 7 May 2009 under Task Order (TO) 0032 issued from the HQ Department of the Army (HQDA) IDIQ contract (W74V8H-05-D-0004), Information Management Support Center (IMCEN). In June 2005 just prior to contract award, L-3 Communications acquired Titan Corporation as part of a merger deal. Systems Research and Applications Corporation (SRA) is the incumbent contractor. Their TO was awarded following a fair opportunity competition under the Defense Systems Information Agency, Defense Information Technology Contracting Organization (DISA/DITCO) ENCORE II Multiple Award TO contract for a one year base plus two (2) one year options. The current total cost for this TO through modification #19 is $92,994,601.19. Period of Performance: Base: 8 May 2009 - 22 December 2009 Option #1: 23 December 2009 - 22 December 2010 Option #2: 23 December 2010 - 22 December 2011 All requirements for services were competed and we have not used an other than full and open justification for our IT services. SRA is uniquely qualified to provide these services to the Joint Staff Office of the CIO and DoD based upon the following: •· Current prime has the intimate knowledge and experience with the Joint Staff environment to be productive from day one. It is estimated a different contracting entity would take an additional 6 months and $5M to obtain sufficient familiarization, training, understanding and experience of this dynamic environment prior to being able to plan, design and execute any projects. The dollar amount is based on an estimated number of man-hours it will take an average team of IT professionals to execute the IT requirements as stated in the TO Performance Work Statement (PWS). The project implementations require a variety of support personnel with expertise in the integration, installation, architecture, training, piloting and deployment of the above into the unique Joint Staff environment. There are other contractors listed on the Encore II contractor list that are capable of providing services. However, none possess SRA's level of experience with the above capabilities in the Joint Staff environment. Therefore, SRA is the only source that can continue to meet/optimize Joint Staff's project mandates, deployment schedules, and quality of service. Outside contractors would not bring the high level of intimate knowledge and experience with the above project designs or planned deployments. Moreover, an outside contractor would require a major organizational learning curve ramp-up and knowledge transfer that would significantly inhibit and delay the implementations, increase costs, elevate implementation risks, and delay enhanced capabilities. With SRA, the time required to cross-train and transition a new team is non-existent as they have in-depth familiarity with each solution outlined and immediate access to experienced manpower. SRA has expertise in this highly customized technical environment. The nature of the Joint Staff requires a vendor with working knowledge of the Joint Staff technical architecture, business processes and service organizations to effectively design, develop, and deploy capabilities rapidly across the Joint Staff. SRA has established effective coordination methods with organizations such as ITA and DCIN who control Joint Staff ability to deploy servers, establish connectivity, apportion SAN space, provide server room access, and manage firewalls and connectivity. These working relationships have taken approximately six 6 months of detailed planning and weekly meetings to establish. A new vendor would have to build these relationships anew, learn all of the processes and procedures, gain credibility with these organizations, and have their employees go through the arduous badging/CAC process before they could access Joint Staff facilities and networks to begin work. With a new vendor, the delivery of the above urgently needed project capabilities to the Joint Staff would be tremendously delayed. All ongoing projects involve working with the SRA Network Operations team working within the Joint Staff OCIO environment. Effective working procedures that maximize close coordination and efficient operations have been developed and optimized between the SRA Project Management team and the Network Operations team. Since SRA manages both the Network Operations, Project Management and Engineering entities, SRA management provides Joint Staff with effective and efficient control over these organizations, thus optimizing speed and quality of project deployments. A new engineering vendor would not have control over the Network Operations, Engineering or Testing entities, and therefore would not be as effective and efficient in the execution of associated tasks. This would significantly impact procedural, communications, and financial efficiencies for the Joint Staff. The new engineering vendor would take approximately 6 months to familiarize with current vendor processes/procedures and associated Joint Staff functions as well as develop relationships necessary to be successful within the unique environment. All ongoing projects are engineered, designed and developed in the Joint Staff test and development lab. This lab is currently operated and maintained by SRA. This J&A includes sustaining, maintaining and improving the Joint Staff's lab operating environment. As a project capability is developed, it is tested in the lab environment to ensure smooth deployment into the production and operation environments. Furthermore, all DOD security patches are tested in the lab. Complex security patches are built and tested in the lab. Current DOD timeline requirements for security patch implementations range from 5 days to 21 days. SRA is the only vendor that can seamlessly and effectively continue to ensure that the Joint Staff adheres to DOD mandates for security compliance without a degraded service gap. Introducing a new vendor would degrade the network security posture and increase the vulnerability to attack and possible network failure. Finally, there are over 42 different applications that exist in the lab to support Joint Staff requirements. Considerable effort is required to coordinate development, testing, security scans, and application of DoD security configurations with the various application owners and government sponsors/PMOs. A new contractor would require 6 months to fully obtain the knowledge required to operate, maintain and support the lab environment. Historically, it takes approximately 8 - 12 weeks for any contractor to on-board an entire team of employees with the proper skill set and security clearance in the highly competitive employee pool within the National Capital Region. Additional time will then be needed to train the new employees on the uniqueness of the JS environment. Solution Uniqueness: Each project above is highly configured and customized to meet the complex technical environment and highly customized architecture. There have been no similar deployments of Documentum, eJMAPS and Prosight, as they are very specific to the customized business processes of the Joint Staff.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3ccda9bc588d74a5da22c0b0c206927a)
- Record
- SN02527659-W 20110811/110810000025-3ccda9bc588d74a5da22c0b0c206927a (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 |