Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
SOLICITATION NOTICE

R -- MILPERS J-BOOK Support - J&A

Notice Date
12/7/2011
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
F1AF2B1266A001
 
Archive Date
1/9/2012
 
Point of Contact
Michael D. McGuire, Phone: 202 767 8043
 
E-Mail Address
michael.mcguire@afncr.af.mil
(michael.mcguire@afncr.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA7014-12-F-A701
 
Award Date
11/30/2011
 
Description
MILPERS J-Book J&A -- SIGNED LIMITED SOURCES JUSTIFICATION AND APPROVAL IAW FAR 8.405-6 MILITARY PERSONNEL (MILPERS) SUPPORT SERVICE I. CONTRACTING ACTIVITY AND REQUIRING AGENCY: Requiring Agency: Secretary of the Air Force, Deputy Assistant Secretary for Budget (SAF/FMB), 1030 Air Force Pentagon, Washington DC 20030 Contracting Activity: Air Force District of Washington, Contracting Directorate (AFDW/PK), 2822 Doherty Dr SW, Suite 310, Building 94, PSC 341, Joint Base Anacostia-Bolling, DC 20373. II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING PROCESSED: AFDW/PKE intends to award a single new firm-fixed task order for Military Personnel (MILPERS) support service for SAF/FMB. Purchase Request F1AF2B1266A001 will be a Firm Fixed Price Advisory and Assistance Services contract to bring closure to a previous effort in preparation of transition of effort to Government personnel. III. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS: The MILPERS requirement is an Advisory and Assistance Service which provides cost projections for the justification book (J-Book) output system, financial modeling and forecasting, analysis, a stand-alone data repository, and training of Government personnel for a clean turnover of requirement support. Additionally, the requirement provides commensurate training of Government personnel (military, civilian and contractor) to effectively use the system and to provide documentation of tasks to be completed for a seamless turnover of all services to the Government. The estimated cost of the contract is $729,440 with a period of performance from 1 December 2011 to 30 November 2012. IV. AUTHORITY AND SUPPORTING RATIONALE: The statutory authority permitting other than full and open competition is 10 USC 2304 (c), as implemented by 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. Over the course of the one year period of the proposed order, the Government intends to develop organic capabilities to accomplish the tasks previously contracted. SAF/FMB has established the goal to complete the transition within this period by receiving guidance and training from the incumbent to ensure mission success. A lapse in the current support at this time from the incumbent, Neubrain LLC., will inhibit progress toward defining the MILPERS budget formulation requirements essential for this operation. V. DEMONSTRATION THAT THE ORDER REPRESENTS THE BEST VALUE: The agency's minimum needs can only be satisfied by the unique services available from only the above cited source that possesses unique capabilities as follows: The required services can only be provided by one responsible source in order to transition the requirement from the contractor to the Government. If the contract is competed it will result in substantial duplication of costs and efforts for a 12 month requirement that would not be recovered through competition. Additionally, unacceptable delays would occur during the initial transition to a new service provider. The Government estimates that it would be in excess of three months for a new vendor to overcome the learning curve and accomplish development of new processes, and training of new personnel. Awarding and training another contractor only for the contractor to educate the Government on newly developed processes is not in the best interest of the Government. This would result in delaying the transition to the Government by adding additional time beyond the one year to affect this change. Further, potential costs would be incurred after award to a new contractor because an increased in the period of performance would be needed to ensure the Governments minimum needs are met. Costs could double as it could take up to two years or more to develop new processes and turn them over to the Government. There are major development efforts underway to further optimize analytical models in the areas of Ongoing Contingency Operation (OCO) J-Book, Permanent Change of Station (PCS) Data analytics, refinement of the Execution Data Feed (Exfeed), and other components. These are highly specialized activities that require extensive knowledge of MILPERS Budgeting, analytical modeling, and multidimensional analysis. The incumbent, Neubrain LLC., is developing these models to mirror existing processes which they are preparing to turn over to the Government. Additionally, IAW FAR 8.404(d), GSA has already determined the prices of supplies and fixed-price services, and rates for services offered at hourly rates, under schedule contracts to be fair and reasonable. By placing an order against a schedule contract using the procedures in 8.405, the ordering activity has concluded that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government's needs. VI. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS, OR A STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED: The market possesses sufficient commercial characteristics of similar work performed in the public and private sector, however, the end product of the service, J-Book support, is unique to the Air Force MILPERS pay budgeting domain. The knowledge and understanding of the Air Force MILPERS analytical processes, source data feeds, business processes, and financial modeling requirements is a critical aspect of the ability to provide the required J-Book support. The incumbent contractor, Neubrain, LLC., has developed these processes and will educate and turn over the processes to the Air Force; no competing contractor has the experience on working with the systems to provide adequate training to Government personnel to meet the transition target. VII. ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION: Upon award of the current contract, Neubrain, LLC, developed a process based on the SAF/FMB requirements. The process was designed specifically for Air Force MILPERS budgeting and has been successfully supporting the Air Force, Air National Guard, and Air Force Reserve MILPERS Budgeting area for the past six years. Neubrain, LLC. has been supporting this contract directly for four years and over time, the contractor has developed systems and processes supporting of the financial data feeds, modeling, forecasting, budgeting, and reporting in the Air Force MILPERS budgeting domain. This history and development has resulted in processes and highly specialized experience and support making the incumbent unequivocally qualified to satisfy the requirement. The previous contract did not require follow on support therefore none was forecasted. The Government anticipated performing this requirement without contractor support upon expiration of the previous contract. However, the Government was not able to assume the work in a timely manner and required an additional twelve months of contract support. A planning package for this requirement was not received until 12 September 2011, which was insufficient to allow for proper procurement planning for a short term contract. This new contract will provide the Government the ability to perform the requirement with no follow on support required. VIII. A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE MAKING SUBSEQUENT ACQUISITIONS FOR THE SUPPLIES OR SERVICES REQUIRED: It is imperative the Air Force maintain continuity with Neubrain for the one year period while the MILPERS budgeting process can be mapped and documented by the Government. Once mapping and documentation is complete, a refined process will be defined allowing the Air Force to pursue internal solutions; mitigating the need to use contract support. The intent of the Government is to transition to an organic capability. IX. CONTRACTING OFFICER'S CERTIFICATION: The contracting officer's signature on the Coordination and Approval Document evidences that he has determined this document to be both accurate and complete to the best of his knowledge and belief. X. TECHNICAL/REQUIREMENTS PERSONNEL'S CERTIFICATION: As evidenced by his signature on the Justification and Approval document, the technical and/or requirements personnel has certified that any supporting data contained herein, which is his responsibility, is both accurate and complete. JUSTIFICATION AND APPROVAL DOCUMENT Contracting Activity: AFDW/PK, Joint Base Anacostia-Bolling, Washington, DC Purchase Request/Local Identification Number: F1AF2B1266A001 Program Name: MILPERS J-Book Estimated Program Cost: $729,440 Type Program: Professional Services Authority: 10 U.S.C. 2304(c)(1) IAW FAR 8.405-6(a)(1)(i)(B) Type of Document: Individual Limited Sources Justification COORDINATION Date Chief MILPERS Appropriation or Requiring Official Signature Block (Mr. Edward J. Johnson /703-614-5948) Contracting Officer Signature Block (Maj Paul T. Babiarz /202-404-6686) Legal Reviewer Signature Block (Mr. Edward N Ramras/202-767-7555) APPROVED: Competition Advocate Signature Block (Col. Timothy Applegate/202-767-8046)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1AF2B1266A001/listing.html)
 
Place of Performance
Address: AFDW/PKS, 20 MacDill Blvd, STE 400, Joint Base Anacostia-Bolling, DC, 20032, Joint Base Anacostia-Bolling, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN02635229-W 20111209/111207234623-ae15b78534014a1a6f6696a67e1f23a7 (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.