Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2013 FBO #4388
SOLICITATION NOTICE

D -- JOFOC

Notice Date
11/27/2013
 
Notice Type
Presolicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Interior Business Center, AQDDivision 1/Branch 1381 Elden StSuite 4000HerndonVA20170
 
ZIP Code
20170
 
Solicitation Number
D13PS00461
 
Response Due
8/30/2013
 
Archive Date
9/29/2013
 
Point of Contact
Anita K. Tolliver
 
Small Business Set-Aside
N/A
 
Description
Justification for Other than Full and Open Competition (JOFOC) (modified to reflect an acquisition under the authority of the test program for commercial items) Solicitation Number D13PS00461 Title: Voice Systems Operation and Maintenance (VSOM) 1.Identification of the Agency and the Contracting Activity, and the identification of this document as a Justification for other than full and open competition (modified to reflect an acquisition under the authority of the test program for commercial items) Requiring Agency: Executive Office of the President Office of Administration 1650 Pennsylvania Avenue, NW EEOB, Room 019/LL Washington, D.C. 20503 Contracting Activity:Department of the Interior Interior Business Center/Acquisition Services Directorate 381 Elden Street, Suite 4000 Herndon, VA 20170 2.Nature and Description of the Action Being Approved: This Justification for Other than Full and Open competition under the Test Program for Certain Commercial items is for approval to award AT&T Technical Services Company, Inc. (AT&T-TSCO) a sole-source Purchase Order to provide the Executive Office of the President (EOP) continued support services for Voice Systems Operations and Maintenance (VSOM) telecommunications. Examples of the services provided under VSOM include all switches, switch software, voice mail, associated administrative systems, primary port network, expansion port network, and all voice terminals. This sole-source action will result in awarding a hybrid Firm-Fixed-Price (FFP)/Time and Materials (T&M) Purchase Order to AT&T-TSCO under FAR Part 13 Simplified Acquisition Procedures, Subpart 13.5 Test Program for Certain Commercial Items. This sole source Purchase Order is a temporary solution to bridge the gap in service from the expiration of the current ten (10) year Contract until a new Contract is awarded. It is anticipated that the 6-month base period and two (2) 6-month option periods will be for a total estimated amount of $4,900,000.00. 3.A Description of the Services Required to Meet the Agencys Need (including the estimated value): On May 24, 2003 the Department of Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD), then GovWorks, awarded a ten (10) year Contract for VSOM supporting the EOP. The Contract was due to expire May 24, 2013, but was extended for an additional 6-months, and now expires November 23, 2013. The 6-month extension on the existing Contract as well as this bridge Purchase Order is to provide Continuity of Services while the EOP is currently ramping-up to transition the current telecommunications platform (analog/digital) to an IP-based platform, which will transmit voice and data over the same network. The new competition will be conducted by the EOPs Office of Procurement; however, additional time is needed to fully define the Governments requirements for the IP-based platform, allow for transition time if the incumbent were not to be successful, and to maximize competition. Therefore, the Government has a need for a temporary bridge Purchase Order to continue the service until the new acquisition is awarded. A description of the services required is as follows: 1.Continued support to supply the technical expertise to acquire, administer, maintain, and manage the voice systems and associated cable plant for the EOP. This equipment is located at the Executive Office of the President in a secure, closed environment and provides service to the EOP and its entities. The materials under this Purchase Order shall include: station equipment and consoles; switch and routing equipment and software; horizontal and vertical wiring; and peripherals. Additionally, EOP requires continued support to provide the appropriate staffing to perform all in-scope telecommunications services and assist the EOP in achieving its stated strategic objectives by providing telecommunications support services to all EOP entities, offices and operating locations. Continued telecommunications services shall be provided for the following entities: White House Office (WHO) Office of the Vice President (OVP) Council of Economic Advisors (CEA) Council on Environmental Quality (CEQ) National Security Staff (NSS) Office of Administration (OA) Office of Management and Budget (OMB) Office of National Drug Control Policy (ONDCP) Office of Science Technology Policy (OSTP) Presidents Intelligence Advisory Board (PIAB) United States Trade Representative (USTR) Other Service Organizations -Executive Residence/Ushers Office -General Services Administration (GSA) -White House Fellowships (WHF) -Harry S. Truman Scholarship Foundation (HSTF) -White House Federal Credit Union (WHFCU) -White House Athletic Center (WHAC) -White House Situation Support Staff (WHSSS) 2.Continued support of the operation and maintenance of the EOP Telecommunications network by maintaining an accurate inventory of all equipment and spare parts in a Storefront environment which provides ad hoc equipment needs to the EOP employees. 3.Continued support for Copper Cabling Termination Services and labor for Cat 5e & 6 terminations in preparation for Voice over Internet Protocol (VoIP) implementations. 4.Continued support the constant evolvement and adaptation of EOPs changing telecommunications environment and to keep the EOPs voice systems current with new and beneficial technology, the EOP requires Change Management. The Change Management process is handled through Engineering Change Proposals/Technical Direction Changes. Engineering Change Proposals/Technical Direction Changes are utilized for such ad hoc in-scope requests as installing a new S8710 Media Server (PBX) for the White House Situation Room or providing software service and upgrades to the various nodes supported under the Purchase Order. Thus, for the services described above, it is anticipated that the 6-month base period and two (2) 6-month option periods, if exercised, will be for a total estimated amount of $4,900,000.00. 4. An identification of the statutory authority permitting other than full and open competition: This is a sole source commercial acquisition Purchase Order utilizing Simplified Acquisition Procedures for the Governments continuing need for VSOM support for EOP. The acquisition will be conducted under FAR Subpart 13.5 - Test Program for Certain Commercial Items, in conjunction with FAR 12. This justification is prepared using the format at FAR 6.303-2. Thus, the statutory authority for this JOFOC is FAR 13.501(a) sole source acquisitions. Further, in accordance with FAR 13.501(a)(2)(ii), this JOFOC for a proposed Purchase Order exceeding $650,000.00 but not exceeding $12.5 million will be approved by the designated AQD Competition Advocate. 5. Demonstration that the proposed contractors unique qualifications or the nature of the acquisition requires use of the authority cited: AT&T-TSCO is uniquely qualified in having the necessary knowledge and in-depth experience for this highly extensive and complex requirement as they have been providing the VSOM support to the EOP over the last ten (10) years. They are currently under Contract for these services. This expertise is needed in the continuity of services under a temporary bridge purchase order until the new acquisition is competitively awarded by the EOP Office of Procurement. The unique qualifications of AT&T-TSCO of having the necessary knowledge and in-depth experience is supported by the examples listed below which further support the need for a temporary sole-source bridge purchase order: oThe existing voice network and existing interconnectivity to other Government networks; oClassified projects involving voice communications and their relationship to the EOP voice network; oThe existing multi-agency cable infrastructure including fiber, copper, voice, data, riser, and station cabling; oAccess requirements for all secure areas; oPhone locations/routes/security levels/EOP phone policies; oExtensive experience with performance under extreme circumstances with the EOP and associated entities; oExtensive knowledge of disaster recovery plans and processes; oExperts in the specially developed Presidential call handling features of the voice system and the integration into the day-to-day business of the EOP; oExperts in the specially developed Presidential voice mail features and modifications and the integration into the day-to-day business of the EOP; oSpecialized call routing for EOP and its entities; oUnique Presidential Central Office trunking and Direct Inward Dialing matrix knowledge; oUnique knowledge of complex call routing through vectors across the hybrid network; oUnique ability to modify the existing system to perform tasks not originally programmed or designed; oPerformance under the unique service level urgency required for Presidential service; oKnowledgeable resources immediately available in addition to the on-site personnel; oUnique skill sets with cross functional training; oExisting clearances at the Classified/TSCI and Yankee White levels; oActive BICSI RCDD, BICSI Installer, PMP, PMI, Ciscos CCNA and CCNA Voice, Avaya, Comp TIAs Net + and Security + certifications; oExisting specially developed telecommunications management system; and oUnique and extensive knowledge and understanding of the various secure locations within the complex and their associate infrastructure. In addition, in order to perform the current requirement a detailed working knowledge of the VSOM System in the areas of programmatic structure, interfaces with other equipment, hardware designs, and interactions of these designs is required. Not only is the complexity of this acquisition derived from the requirement itself, but also the secure, closed environment where the services are performed and the equipment is located at the EOP. The security measures taken must be utmost extensive as this equipment is supporting the Executive Office of the President inclusive of the White House Office, the Office of the Vice President to the White House Situation Support Staff as well as the Office of Management and Budget, National Security Staff and many other entities under the Executive Office of the President. Thus, even to compete the original acquisition which established the 10-year original contract, interested parties were required to submit names and clearances to the EOP Security Office to be able to review background information supporting the requirement in a reading room at the Dwight D. Eisenhower Executive Office Building. In addition to a reading room to view documents, conducting a competition for this temporary requirement would involve the interested parties to visit locations in the EOP to obtain the layout and obtain system data. These locations and information are as well secured and for them to gain access it would require security clearances ranging from interim (temporary) Secret clearance to Top Secret clearances with the background investigation conducted by the EOP. Thus, the time and cost required for EOP to conduct the background investigation would be extensive. Also, AT&T-TSCO has excellent past performance in the ten (10) years of their performance under the Contract and their Key Personnel for this temporary bridge will remain the same. Hence, with the extensive historical technical knowledge, skills, and abilities of the VSOM requirement as evidenced above, AT&T-TSCO is uniquely qualified to provide the services in the short-term until the new competitive Contract to VoIP is awarded by the EOP Office of Procurement. Therefore, it is in the best interest of the government to procure this on a sole source basis to AT&T-TSCO. 6.Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies: This sole source Purchase Order is a temporary solution to continue services from the expiration of the current Contract until the new competition has been conducted by the EOP Office of Procurement; no other offers will be solicited. This equipment is located at the EOP in a secure, closed environment and provides service to the EOP and its entities. Due to the extensive security requirements, unique nature of the requirement, specialized knowledge needed, a sole-source Purchase Order to AT&T-TSCO is in the best interest of the Government as, it is not practicable to solicit other vendors to provide this service. In accordance with Subpart 5.2 Synopses of Proposed Contract Actions, a notice of intent will be posted on Federal Business Opportunities. Additionally, In accordance with 13.501(a)(1)(iii), the approved justification will be made publically available as required by 6.305(a) within 14 days after award. 7.A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable: It is estimated 61% of the requirement will be FFP, and the T&M portion will be 39%. It is anticipated that AT&T-TSCO will submit a quote in response to the Governments RFQ for this Purchase Order at the same labor categories and rates quoted for the final option exercised in November 2012 under the current Contract, and the subsequent six (6) month extension exercised in May 2013. These rates are currently based upon AT&T-TSCOs 2012 rates. The AQD Contracting Officer will determine the price is fair and reasonable via the use of an in-depth price analysis comparing the labor categories and rates against ten (10) years of historical data under the current Contract, and a comparison to the Independent Government Cost Estimate (IGCE) provided by the Contracting Officers Representative. Based on this comparison it is anticipated the price will represent a best value to the Government. 8.A description of the market research conducted and the results or a statement of the reasons market research was not conducted: Market research was not conducted. This sole source Purchase Order is a temporary solution to bridge the gap in service from the expiration of the current Contract until the EOP Office of Procurement has awarded the new Contract. Through work under the current Contract, AT&T-TSCO has gained a working knowledge of the VSOM requirement and continues to bring the necessary combination of expertise, relevant experience, tools and key personnel that makes AT&T-TSCO distinctively and uniquely qualified to meeting the particular needs of the EOP. Awarding to a Contractor other than AT&T-TSCO would result in a high risk to the Government and substantial learning curve for a new contractor, thus increasing costs to the Government and potentially causing unacceptable delays to EOP. Any potential break in service would directly affect the Office of the President. These costs would not expect to be recovered through competition. The Government is minimizing the risk of a break in service by utilizing a temporary solution to bridge the gap until the new competition has been completed. However, in accordance with Subpart 5.2 Synopses of Proposed Contract Actions, a notice of intent will be posted on Federal Business Opportunities 9.Any other facts supporting the use of other than full and open competition: There are no other facts supporting the use of other than full and open competition. 10.Listing of Sources, if any, that expressed, in writing, an interest in the acquisition: No sources have expressed interest in this acquisition. However, in accordance with Subpart 5.2 Synopses of Proposed Contract Actions, a notice of intent will be posted on Federal Business Opportunities. 11.A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required: This sole source Purchase Order is only a temporary solution until the EOP Office of Procurement has awarded the new competitive Contract. It is anticipated EOP Office of Procurement will compete the requirement on the open market to maximize competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/de973bfd651ae6cca155105cf26262aa)
 
Record
SN03242838-W 20131129/131127234634-de973bfd651ae6cca155105cf26262aa (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.