Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2012 FBO #4017
SOLICITATION NOTICE

R -- Joint Capabilities, Planning and Programming Division Support Services [Limited Sources Justifcation for the Exercise of FAR 52.217-8 Option to Extend Services (See LSJ for detail)]

Notice Date
11/21/2012
 
Notice Type
Fair Opportunity / Limited Sources Justification
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
W9133L07A0001
 
Archive Date
12/21/2012
 
Point of Contact
Michael Wade, 7036071260
 
E-Mail Address
National Guard Bureau, Contracting Support
(michael.s.wade@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Award Number
GS-10F-0267M
 
Award Date
9/21/2012
 
Description
Under this Blanket Purchase Agreement (BPA), the contractor, Benchmark International, Inc. (BMI), independently provides support services to satisfy the overall operational objectives of National Guard Bureau (NGB)-J8 and National Guard Offices located at Combatant Commands (COCOMs) where their Area of Responsibility (AOR) includes one or more of the 54 states and territories with National Guard forces. It also includes COCOMs that are functional commands where the National Guard Bureau Joint Staff has a need to establish a J8 liaison function, such as USJFCOM. The primary objective is to provide contractor services and deliverables through consultation services to NGB-J8, or the applicable COCOM National Guard Office, concerning National Guard (NG) joint capabilities development for Homeland Defense (HD) and Civil Support (CS), Joint Chiefs of Staff (JCS) Joint Capability Integration and Development System (JCIDS) process, Planning, Programming, Budget and Execution (PPBE), NGB Corporate Process, NGB Joint Program Management, Department of Defense (DoD) strategic planning processes, and NG Joint Experimentation. The contractor provides coordination and analysis requirements to support the integration of NGB issues and capabilities in COCOM resource planning, advocacy and operational execution. Detailed knowledge/experience working with current NG joint capabilities to include Joint Force Headquarters-State (JFHQ-State), the Critical Infrastructure Program - Mission Assurance Assessment (CIP-MAA) Program, the Joint Integrated Training Capability (JITC), and the Chemical, Biological, Radiological/Nuclear and Explosive (CBRNE) Enhanced Response Force Package (CERFP) is required. The contractor provides capabilities based analysis to identify NG joint capability needs in terms of doctrine, operations, training, materiel, leadership, personnel and facilities (DOTMLPF), and coordinate the flow of requirements through the NG Corporate Process, provide support for NGB Joint Programs throughout the JCIDS process or any other process used to obtain NG joint capabilities, cost and analyze current initiatives and aid in advocating for resources within the PPBE process, interpret and make recommendations to influence the Quadrennial Defense Review (QDR), Strategic Planning Guidance (SPG), Joint Planning Guidance (JPG), IPLs, and the Program Objective Memorandums (POMs) of the DoD, Services and COCOMs, support Joint Program Management to achieve Structured Force Development, and plan, coordinate and execute National Guard engagement in Joint Experimentation. For the National Guard Office at a COCOM, the contractor provides services for Strategy and Policy Analysis, Plans and Program Support, and Administrative Support, and any other support function as outlined in individual task orders issued under this BPA. Contractor personnel complete a wide-range of tasks to include independent research and analysis, joint staff coordination, and must possess effective writing and communication skills. The required services are deemed to be available only from Benchmark International, Inc. because it is likely that award to any other source would result in unacceptable delays in fulfilling the agency's requirements. In addition, as is more fully discussed below, the purpose of this addition is to maintain continuity by obtaining the critical services described at paragraph 2 from the incumbent provider for the minimum period of time necessary to conduct a new contract competition. It was anticipated that the release of the request for proposals (RFP) for this requirement, would take place in the second quarter of fiscal year 2012 (FY12) with contract award in the first quarter FY13. However, the release of the RFP and award of the contract had to be delayed due to the evolution of the requirement stemming from the National Defense Authorization Act (NDAA) for Fiscal Year 2012; specifically, the inclusion of the Chief of the National Guard Bureau (CNGB) on the Joint Chiefs of Staff and the additional strategic analysis requirements for the NGB Joint Staff that accompany this increased level of responsibility on the part of the CNGB. As a result, NGB is in the process of finalizing these unanticipated changes to the requirement. Failure to provide these services for the NGB on a continuous and unbroken basis would significantly harm the DoD as these services are critical to the mission of the National Guard Bureau. The lack of strategic analysis services would severely limit the ability of NGB to conduct time sensitive analysis related to the JCIDS and PPBE processes and, in particular, preparation of NGB input into the Quadrennial Defense Review (QDR), which will set a long-term course for DoD as it assesses the threats and challenges that the nation faces and re-balances DoD's strategies, capabilities, and forces to address today's conflicts and tomorrow's threats. BMI's ongoing support to the Support to Strategic Analysis (SSA) process and its joint analytic products such as Defense Planning Scenarios (DPS), Multi Service Force Deployment (MSFD) documents, Analytic Baseline (AB) studies, and Operational Availability (OA) studies is vital to the joint planning community and used to determine future force structure of the National Guard. No other contractor could fulfill the services required in the short timeframe available without a significant break in the continuity of services critical to national security. In order to ensure that services are uninterrupted, these services must be obtained from the incumbent, BMI. The incumbent is currently performing acceptably and no other vendor would be able to begin performance by 1 October 2012, without substantial disruption in ongoing critical projects. Typically, vendors require approximately 30 to 60 days to transition from the incumbent new provider. During this transition period, the following important and time consuming activities typically take place: issuance of various task orders, hiring of highly specialized staff, transfer of ongoing tasks. Given the limited time available, the Government has no confidence that these tasks could be accomplished within a shorter timeframe, and the performance risk under such a scenario is unacceptable given the nature of these services. Even assuming another vendor can accomplish a transition in less than 30 days, insufficient time remains to allow for the award of a new contract competitively or otherwise, to another vendor, and to effect transition, as described above. Furthermore, even if a vendor other than the incumbent could begin performance, assuming a competition and transition period would take three months, the vendor would only perform for three months with the expectation that performance would then begin under a new competitive contract. Such multiple transitions conducted over a short time span pose an unacceptably high risk of disruption to the provision of critical support services to the NGB Joint Staff, which would negatively impact PPBE, JCIDS and QDR efforts as well as other ongoing time sensitive efforts. NGN has overseen numerous service transitions in the recent past. Due to the difficulty of transitioning between contractors, frequent disruptions occur despite the best efforts of the Government and the contractors to ensure a smooth transition. In sum, it is in the Government's vital interest to extend the current contract to the incumbent provider to ensure the critical services are provided. This will maintain the status quo by extending the contractual relationship with the incumbent until the current contract is re-competed. Furthermore, it meets both the minimum requirements of the Government and reflects sound business judgment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L07A0001/listing.html)
 
Record
SN02935481-W 20121123/121121234051-3babec76b503aa34979a1783aef17bd5 (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.