Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2011 FBO #3676
SOLICITATION NOTICE

D -- J&A for Extension of Services for Western Range Operations, Communications, & Information (WROCI)

Notice Date
12/16/2011
 
Notice Type
Justification and Approval (J&A)
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F04684-03-C-0050
 
Point of Contact
Leonard J. Horniak, Phone: 8056061556, Shirley Castillo, Phone: 805-276-8060
 
E-Mail Address
leonard.horniak@vandenberg.af.mil, shirley.castillo@vandenberg.af.mil
(leonard.horniak@vandenberg.af.mil, shirley.castillo@vandenberg.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
F04684-03-C-0050
 
Award Date
12/1/2011
 
Description
JUSTIFICATION AND APPROVAL (J&A) FOR OTHER THAN FULL AND OPEN COMPETITION I. CONTRACTING ACTIVITY Acquisition Office: 30 CONS/LGCZ Vandenberg AFB, CA Contracting Office Location: 30 CONS/LGCZ 1515 Iceland Ave Vandenberg AFB, CA 93437 Contracting Officer: Claudia D. Boga DSN 275-2661, Commercial: (805) 605-2661 Purchase Request: II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING PROCESSED The proposed contract action is an interim extension for twenty-four months to F0468-03-C-0050, the Western Range Operations, Communications and Information (WROCI) Contract. The WROCI contract has been designated as a "mission essential contract" under DoDI 3020.37. The existing WROCI contract, a Cost Plus Incentive Fee/Award Fee (CPIF/CPAF) contract, provides for operations and maintenance, support services, training, command, control, communications, information and computer systems services, testing, modifying and installing communications, electronic and security systems at launch facilities, launch control centers and test facilities for the 30th Space Wing. The WROCI contract is a base plus 7 option year contract, which is currently in its seventh option year. The seventh (last) option year will end on 30 Sep 2011. This contract action with a period of performance of 1 October 2011 - 30 Sep 2013 is intended to provide continuation of mission essential support services while a much more comprehensive follow-on contract is finalized. The twenty-four month extension is structured as four (4) consecutive periods of performance: 1 Oct 11 through 31 Mar 12; 1 Apr 12 - 30 Sep 12; 1 Oct 12 through 31 Mar 13 and 1 Apr 13 - 30 Sep 13. This structure allows for the exercise of the first six-month extension (1 Oct 11 through 31 Mar 12) with ninety (90) days notice (as of 30 Jun 2011) under clause 52.217-8, contingent on approval of this J&A, followed by the second six-month extension through 30 Sep 12. The third six-month extension (1 Oct 12 through 31 Mar 13) will accommodate the projected Launch and Test Range (LTRS) Integrated Support Contract (LISC) award date of 28 Sep 12 with a three-month phase in through Dec 12. As events in the LISC acquisition timeline unfold, and if it becomes apparent that further extensions will be necessary, the fourth extension can be exercised independently or at the same time as the third six-month period, whichever is appropriate. The third extension can be exercised independently if developments in the LISC acquisition indicate that the fourth extension will not be necessary. Conversely, the fourth extension period can be exercised at the same time as the third extension if events in the LISC acquisition timeline indicate that the LISC will not be awarded on schedule. Options for a period of time smaller than six months is not feasible due to the administrative burden of additional requests for proposal and proposal preparation on the part of the contractor. Additionally, issuance and re-issuance of contractor employee Common Access Cards (CAC) numbering in excess of 700 for periods less than six months would be an unnecessary burden for both the Government and the contractor. Both of these scenarios could potentially cause a negative impact on critical support required for launches projected during this timeframe. The follow-on contract, LISC, will combine three separate and distinct contracts and provide for future modernization of the ranges to include the WROCI. The three contracts to be combined are 1): The Western Range Operations, Communications and Information (WROCI) contract, which supports Western Range operations, level-one maintenance and base operations support, and is managed by the 30th Space Wing, Vandenberg AFB, CA; 2) The Eastern Range Technical Services (ERTS) contract, which supports Eastern Range operations, level-one maintenance and base operations support and is managed by the 45th Space Wing, Patrick AFB, FL; and 3) The Space Lift Range Systems (SLRS) contract, which Provides sustainment through level-two depot maintenance, logistics support and range modernization/upgrades and is managed by the Space and Missile Systems Center, Los Angeles AFB, CA. The WROCI contractor currently provides support to the Spacelift Ranges in conjunction with the ERTS and SLRS. The follow-on contract, LISC, which combines the WROCI, ERTS and SLRS contracts, was originally anticipated to be awarded by SMC as early as August 2011. However, due to the increased complexity and scope of the combined requirement, award of the LISC is now anticipated not to occur until on or about 28 Sep 12. LISC is expected to have a three-month phase-in period (through 28 Dec 2012), 15 months after the expiration date of the current WROCI contract (30 Sep 11). The three-month phase-in period does not allow for potential protests from contractors and does not take into consideration the fluctuating and possibly heavy launch tempo that is likely to occur. Requesting an extension period that reaches beyond Dec 2012 (through Sep 2013) is prudent and will allow for critical contract support during these or other unpredictable events. Advance planning for the follow-on contract (LISC) began in early 2009 with the formation of the requirements team. Development of the requirements and Acquisition Plan for the follow-on contract has required substantially more time and resources than anticipated. This was attributable in large part to the substantial increase in complexity and scope of the requirements. Additionally, unanticipated delays in the process have put the Government in the position of not having a WROCI contract awarded prior to the expiration of the current WROCI contract (30 Sep 11). 30 CONS has no direct role in the LISC acquisition, other than as advisors to SMC relating to operation of the current WROCI contract. III. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY NEEDS The WROCI contract requirements include providing Western Range operations and maintenance; support services; training; command, control, communications, information and computer systems services; testing, modifying and installing communications, electronic and security systems at launch facilities, launch control centers test facilities and all appropriate 14 AF alarmed facilities. The WROCI provides network equipment and software maintenance, and direct customer support for user access to, and information transfer, over the Non-Classified internet Protocol Router Network (NIPRNET), Local Area Network (LAN), and Wide Area Network (WAN) to the US Air Force, 30th Space Wing (30 SW). The WROCI requires an innovative, integrated, flexible and effective management approach and the contractor must provide technical support in a planned and coordinated manner which will ensure essential Western Range support systems are ready to support user requirements, and cause no impact to Range program schedules due to equipment degradation, failures, system problems or reprioritization of program requirements. This contract is deemed "mission essential" pursuant to DoDI 3020.37. InDyne, Inc. is the incumbent contractor under the current WROCI contract. The government intends to negotiate basic CLINs for Management, Operations, Logistics, Reimbursables, Travel, Operation Support to Acquisition (OSTA)/Mission Flight Control Center (MFCC) Support, Overtime, Missile Defense Agency (MDA) Support, O&M LCG Comm Support, X-37B Contingency Support and Target Motion Resolution Analysis to ensure the continuation of these vital services for the twenty-four month extension period of performance proposed herein. The estimated cost of these services for the proposed twenty-four month extension is $116,964,443.61. This estimate is based on the IGE dated 12 Apr 11. Funding for this effort will utilize 3400 appropriations. IV. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION The statutory authority for this action is contracting by Other than Full and Open Competition, 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. V. DEMONSTRATION THAT THE CONTRACTOR'S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE (APPLICABILITY OF AUTHORITY) In accordance with FAR 6.302-1(a)(2)(iii)(B), this effort is only available from the original source because it is likely that award to any other source would result in unacceptable delays in fulfilling the agency's requirements. The current WROCI Contractor, InDyne, Inc. is the only responsible source that can fulfill all of the WROCI contract requirements within the current schedule and budget constraints. The learning curve of a new contractor would have a negative impact on the range's ability to meet launch schedules and would increase the risk of launch delays. InDyne, Inc. possesses established processes and procedures necessary to accomplish the operations, communications and information requirements of this contract. To award an interim contract to any source other than InDyne, Inc. would cause unacceptable risk of mission delays and could prevent critical space launches from being achieved. Given the complexity and scope of WROCI requirements, award of an interim range contract based on full and open competition would require at least 13-15 months from the date of posting a Request for Proposal (RFP). This would place the award date for the interim contract well past the current WROCI contract expiration date of 30 Sep 11. Additionally, the LISC follow-on contract, which includes WROCI requirements, is anticipated to be awarded by 28 Sep 2012, with a 3 month Phase-In through 28 Dec 2012. The current contract (F04684-03-C-0050) was awarded competitively on 23 Jul 03 and expires 30 Sep 2011. The incumbent contractor, InDyne, Inc. is the only known contractor that is capable of providing all of the services described in Section III above within the time frame provided. The Government must have these critical and highly specialized services without delay or interruption of service in order to meet the mission. The WROCI contract supports a technically diverse, complex and dynamic environment directly related to the 30th SW launch mission. Without the contracting coverage provided by the WROCI contract, launch capabilities would be adversely affected, to include launch delays, which have been estimated to cost the Government up to $1M per day. Delays and/or slippages of these launches due to inadequate support could potentially cost the Government millions of dollars. Due to the criticality of services provided by the WROCI contract and the impact that would result from the interruption of these services, the Vandenberg AFB mission would be seriously jeopardized unless the agency is permitted to extend the current contract for a period of twenty-four months. Delays caused by a new contractor ramping up and transitioning into full performance could impair the integrity of launch schedules, jeopardize safety and security of government property, and may result in launch delays and degradation of mission readiness. VI. DESCRIPTION OF THE EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE A Notice of Intent to issue a sole source extension in accordance with FAR 6.302-1 for a performance period of twenty-four (24) months was publicized in FedBizOps on 24 Mar 11. No responses or expressions of interest were received from industry. VII. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE The Contracting Officer anticipates the costs for this effort will be fair and reasonable. In accordance with FAR 15.403-4, the contractor will be required to provide certified cost and pricing data. The Contracting Officer will make a determination as to the cost fairness and reasonableness based on, but not limited to, the following recommendations: Audit Reports from DCAA, Program Office technical evaluations and extensive prior service contract history. VIII. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS, OR A STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED Market research revealed that the services required to support the Western Range and the 30th Space Wing are unique relative to some of the requirements currently in operations such as launch capabilities and MDA requirements. In some instances, these services are not available in the commercial marketplace. The services performed under the WROCI are relied upon heavily by the Air Force to meet demanding and critical launch support requirements. Market research also showed that although contracts for Operations and Communications type services exist, none of the contractors have experience that encompasses the totality of the requirements of the WROCI contract to include all three major areas of Operations, Communications and Information contained in the WROCI contract. Market research included posting of a Special Notice titled "Notice of Intent to Extend Services for Western Range Operations. Communications and Information (WROCI)" to the Federal Business Opportunities website on 24 Mar 11, to include requesting businesses with an interest in performing the services advertised to contact VAFB, not later than 11 Apr 11. There were no responses of interest from industry. Also, market research included EZ Query to determine if there is anything out there that encompasses the services offered on the WROCI. EZ Query did not identify services the same or similar to what is offered under the WROCI contract. IX. ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION The proposed extension would ensure continuation of mission essential services. InDyne, Inc. the incumbent, holds all required certifications and clearances, is familiar with the complexity of the facility and the equipment, and is fully capable of continuing to perform for the additional twenty-four month period. X. LIST OF SOURCES, IF ANY, THAT EXPRESSED INTEREST IN THE ACQUISITION A Notice of Intent to issue a sole source extension for Western Range Operations, Communications & Information (WROCI) in accordance with FAR 6.302-1 for a performance period of twenty-four months was publicized in FedBizOps on 24 Mar 2011. No sources other than incumbent have expressed an interest and willingness to provide the requested services for the contemplated extension period. Given the critical nature of the required services and the time constraints for performance, the incumbent contractor appears to be the only viable source for fulfillment of these requirements. XI. A STATEMENT OF THE ACTIONS IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO THE COMPETITION BEFORE MAKING SUBSEQUENT ACQUISITIONS FOR THE SUPPLIES OR SERVICES REQUIRED The Air Force intends to award a follow-on contract (LISC) using full and open competition to include the WROCI contract in accordance with the FAR. The WROCI contract extension is a necessary interim step to provide these vital services until the follow-on contract is awarded. XII. CONTRACTING OFFICER'S CERTIFICATION The Contracting Officer's signature on the Coordination and Approval Document evidences that she has determined this document to be both accurate and complete to the best of her knowledge and belief. XIII. TECHNICAL/REQUIREMENTS PERSONNEL'S CERTIFICATION As evidenced by the signature on the Coordination and Approval Document, the WROCI Program Manager (PM), has certified that any supporting data contained herein, which is their responsibility, is both accurate and complete.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F04684-03-C-0050/listing.html)
 
Place of Performance
Address: Vandenberg AFB, Lompoc, California, 93437, United States
Zip Code: 93437
 
Record
SN02640898-W 20111218/111216234410-63f81c158311e4b1715c526caa81baad (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.