SPECIAL NOTICE
99 -- LIMITED SOURCE JUSTIFICATION - INTEGRATED DIGITAL VOICE COMMUNICATION SERVICES
- Notice Date
- 5/20/2014
- Notice Type
- Special Notice
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Interior Business Center, AQDDivision 1/ Branch 4381 Elden StSuite 4000HerndonVA20170
- ZIP Code
- 20170
- E-Mail Address
-
Lyons, Geraldine A
(geraldine_lyons@ibc.doi.gov)
- Small Business Set-Aside
- N/A
- Description
- LIMITED SOURCE JUSTIFICATION (IN ACCORDANCE WITH FAR 8.405-6) GSA Federal Supply Schedule GS-35F-0124L Task Order D04PD76540 Integrated Digital Voice Communication (IDVC) Telephone System 1.Identification of The Agency and Contracting Activity: Agency United States Department of the Interior (DOI), Office of the Chief Information Officer (OCIO), 1849 C Street NW, Room 1540, Washington DC 20240 Contracting Activity United States Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD), 381 Elden Street, Suite 4000, Herndon, VA 20170 2.Nature and/or Description of the Action Being Approved: The DOI, OCIO requires the continuation of maintenance services for the Integrated Digital Voice Communication (IDVC) telephone system beyond the expiration of Option Period 9 of this task order on May 31, 2014. The existing Alcatel-Lucent OmniPCX Enterprise phone system supports approximately 6000 users across the United States. This limited source justification is for a 6-month extension of the subject task order D04PD76540 until November 30, 2014, to allow time for the re-competition, award, and transition of this program. The total length of the task order including the 6-month extension will be 10 years 6 months. Due to additional time needed during the Market Research and Acquisition Planning phases of the re-compete, the need exists to extend the current task order. The solicitation for the re-compete was posted to FedBizOpps and FedConnect on May 1, 2014. The solicitation, evaluation, award, and transition phases are anticipated to be completed by November 30, 2014. The 6-month extension of this task order will also cover the required two-month period for background investigations of new contractor employees (after award and prior to performance start), as well as a 2-month period for transition from the current contractor to a new contractor. Therefore, it is not possible to complete the re-compete, award, and transition prior to May 31, 2014 when Option Period 9 expires. 3.Description of the Supplies or Services Required to Meet the Agencys Needs (including the estimated value): a.DOI requires 24/7 hardware and software support for the following integrated applications: Alcatel-Lucent OmniPCX Enterprise Telephony Platforms Alcatel-Lucent Terminals (TDM and VoIP) Alcatel-Lucent Data Infrastructure (Switches and Routers) AVST CX-E Voice Mail Systems Alcatel-Lucent OmniTouch Contact Center (Denver, CO and Herndon, VA facilities) b.DOI requires on-site maintenance at its OCIO Denver location for the daily operation of Alcatel-Lucent OmniPCX Enterprise Telephony system and Genesys and OmniTouch Contact Center applications and AVST CX-E Voice Mail System. The requirement is to have a certified technician on-site during core business hours to perform high-level troubleshooting as well as move-adds-changes (MAC). c.DOI requires a Genesys System administrator responsible for the full system administration of the Genesys product suite of components. The administrator may be remote or on-site at the Washington DC area location. d.The estimated value of this extension period and increase of task order ceiling is $414,958.21. 4. The Authority and Supporting Rationale: The Authority Orders placed under Federal Supply Schedules are exempt from the competition requirements in FAR Part 6. However, an ordering activity must justify its action when restricting consideration of federal supply schedule contractors to fewer than required in FAR 8.405-1 or 8.405-2. In this matter, only Comm-Works/Fortran, LLC was considered by the Government for providing the required services. The basis for this justification is set forth in 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. Rationale a.Background The entire IDVC telephone system design, installation, training and maintenance was awarded to Comm-Works/Fortran, LLC in fiscal year (FY) 2004 with a five year lease to own plus four (4) additional years optional maintenance support due to expire on May 31, 2014. The IDVC telephone solution is a complex system of new and old technology. Over the past nine (9) years, Comm-Works has garnered the institutional knowledge of each IDVC location. This system provides critical services to DOI which requires 98% system availability. It is essential there be a smooth transition from this task order to a new contract with no interruption in services. b.Incumbent Contractor Expertise Comm-Works, the incumbent contractor, is the company that custom designed the DOI system and has a unique relationship with the parent companyAlcatel-Lucentas it has held the records for all hardware and software licenses for the IDVC since 2004. Comm-Works is also the only company that can properly extract the DOI database file. Because of the critical nature of the systems supported by this task order and the complexity of the overall operation, a transition period of at least two months would be necessary if this requirement were awarded to a different contractor. Since the re-compete and transition to a new contract will not be completed by the time Option Period 9 expires on May 31, 2014, it is in the best interest of the Government to extend the current task order for a six-month period to allow time to complete the re-compete and transition to new contract. 5. A Determination by the Contracting Officer that the Order Represents the Best Value: Pursuant to FAR 8.404(d) GSA has already determined that the prices of supplies and fixed price services, and rates for services offered at hourly rates, under schedule contracts to be fair and reasonable. The AQD Contracting Officer sought and received further price discounts in accordance with FAR 8.405-1(d) and has made a separate determination as to the reasonableness of the Contractors pricing quotes. Of the total price for this modification, approximately 69% is Firm-Fixed-Price (FFP), 30% Labor-Hour (LH), and 1% Cost-Reimbursement (CR) for Travel. With the majority of this modification FFP, the Contractor bears a significant amount of risk on this requirement. The OCIO performed a technical evaluation of the offerors quote. The Contracting Officer performed a thorough price analysis to evaluate the offerors quote to ensure a fair and reasonable overall price. The extension period has been offered at the same labor categories and rates, and same services and prices, as those quoted for Option Period 9. 6.A Description of Market Research: Market research was not conducted to determine if other sources could provide the requirement of this modification because of the critical nature of these services, the two-month transition period needed to switch to a different Contractor, and the fact that this requirement is currently being competed with award and transition anticipated to be complete by November 30, 2014. 7.Any other Facts Supporting the Limited Source Justification. There are no other facts supporting this justification; all facts have been documented under other sections of this justification. 8.A Statement of the Actions, to Remove or Overcome any Barriers to Competition: DOI IBC has developed and posted on the Open Market a Request for Proposal (RFP) solicitation to re-compete the entire IDVC hardware and software maintenance support program that will allow competition among vendors. The solicitation, evaluation, award, and transition phases are anticipated to be completed by November 30, 2014. 9.Publicizing In accordance with FAR 8.405-6(a)(2)(i), this limited source justification will be posted to the Federal Business Opportunities website within fourteen (14) days of award of the modification.   10.Technical and Contracting Officer Certification: //Signatures on file//
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ff2cffd701e421bcd9464cde25ced621)
- Record
- SN03371112-W 20140522/140520234759-ff2cffd701e421bcd9464cde25ced621 (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 |