Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2014 FBO #4581
SOLICITATION NOTICE

R -- INDEPENDENT REVIEW OF DOJ CIVIL RIGHTS DIVISION - NAPA LSJ

Notice Date
6/8/2014
 
Notice Type
Fair Opportunity / Limited Sources Justification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Justice, Office of the Inspector General, Office of the Inspector General, 1425 New York Avenue, NW, Suite 7000, Washington, District of Columbia, 20530, United States
 
ZIP Code
20530
 
Solicitation Number
DOJ-OIG-14-0001
 
Archive Date
7/8/2014
 
Point of Contact
Oscar McCullough, Phone: 2023071477
 
E-Mail Address
oscar.mccullough@usdoj.gov
(oscar.mccullough@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Award Number
DOJ-OIG-14-0001
 
Award Date
3/27/2014
 
Description
NAPA Limited Source Justification MEMORANDUM February 21,2014 TO: Pre-award File U.S. Department of Justice Office of the Inspector General Washington, DC 20530 SUBJECT: Limited Source Justification for the Services of a Not-for-Profit Organization to Conduct a Follow on Review of the Policies and Procedures of the Civil Rights Division of the United States Department of Justice (DOJ) In accordance with Federal Acquisition Regulation (FAR) 8.405-6(g), the following is a justification to issue a task order to the National Academy of Public Administration (NAPA) to conduct a Congressionally-mandated independent review of management, policies, and operations in the Civil Rights Division of the United States Department of Justice pursuant to the Consolidated Appropriations Act, 2014, Public Law No. 113-76. 1. Identification of the agency and the contracting activity. U.S. Department of Justice Office of the Inspector General 1425 New York Ave NW, Suite 7000 Washington, DC 20530 2. Nature and/or description of the action being approved. The Deparbnent of Justice, Office of the Inspector General (010), proposes to award a noncompetitive Task Order to the congressionally chartered non-profit agency National Academy of Public Administration (NAP A) to complete an independent review of management, policies, and operations in the Civil Rights Division of the United States Department of Justice. This award will be issued as a "Finn Fixed Price" task order against the established Federal Supply Schedule MOBIS Contract No. GS-10F-0414R, SIN 874-1, Consulting Services. 3. Description of the supplies or services, including the estimated value. The OIG has an urgent requirement to contract for consulting services. The period of performance shall be from time of award through January 6, 2015. The estimated value of the required services is $1 million. The contractor shall conduct an independent review of the management and policies of the Civil Rights Division. The results of this review shall be submitted to the Committees on Appropriations and to the 010 not later than January 6, 2015, and shall address shortcomings identified in the March 2013 010 Report "A Review of the Operations of the Voting Section of the Civil Rights Division," dating from at least December 2000, and include recommendations for specific management and policy remedies for management and operations issues in the Civil Rights Division. 1 4. The authority and supporting rationale (see 8.405-6(a)(l)(i) and (b)(l)) and, if applicable, a demonstration of the proposed contractor's unique qualifications to provide the required supply or service. The authority for this acquisition is FAR 8.405-6(a)(1)(i)(A) --an urgent and compelling need exists that would result in unacceptable delays if normal procurement procedures were followed. In its Fiscal Year (FY) 2014 appropriation, the 010 was appropriated $1 million by the Congress to complete an independent review of management, policies, and operations in the Civil Rights Division of the United States Department of Justice. The primary purpose of this follow on review is to gauge the Division's progress in implementing the recommendations made in a March 2013 010 report. The appropriation requires that the OIG select a qualified third party to conduct the review. This party must be completely neutral, independent, and have no conflict of interests, apparent or otherwise. Additionally, because of the statutory deadline, the sensitivity and complexity of the project, and difficulty of finding a qualified and impartial contractor who does not have a conflict of interest (e.g., who has not had recent business with the Department of Justice or is involved in litigation against the Department) it was determined that contracting with a not-for-profit organization was the most appropriate course of action. The selected contractor will have very limited time to conduct a thorough and comprehensive review and prepare a final report to Congress. Additionally, given the circumstances and issues that need to be addressed by the review, this situation requires the contractor to be completely neutral, independent, and impartial. It also requires an experienced vendor in these types of reviews that can provide very well qualified staff who can begin work immediately upon award of the contract. At all levels, the National Academy of Public Administration (NAP A) meets or even exceeds these requirements. NAP A is a congressionally chartered, non-profit organization that was created explicitly to help Government leaders analyze, evaluate, and improve Government operations. NAP A is completely independent and non-partisan and highly experienced with a team of nationally recognized fellows and staff. NAPA holds a MOBIS schedule contract (GS-10F- 0414R), which allows the Government to directly contract with it through the issuance of a task order. Given the statutorily set deadline, it is neither practical nor prudent to conduct a competitive procurement for these services. It is anticipated that it would take at least two months to conduct a competitive procurement under the MOBIS schedules and much longer if it was conducted on the open market. Additionally, the Government is not even guaranteed that it would be able to obtain the services of an acceptable contractor during a competitive process. There is also the risk that a competitive procurement may draw protest, which would delay the work even further. This is time that the Department of Justice can ill afford to spend given the tight statutorily set deadline for this project. Accordingly, due to the high risk of unacceptable delays, it is in the Government's best interest to issue a task order to NAPA on a limited sourced basis under the organization's MOBIS schedule contract. 5. Determination by the Contracting Officer that the order represents the best value. The anticipated price to the Government is approximately $1 million. The General Service Administration (GSA) has determined the prices to be fair and reasonable under fixed price schedule contracts. By placing the order against a schedule contract, the OIG Contracting Officer 2 concluded the order represents the best benefit to the Government and results in the lowest overall cost alternative. 6. Description of market research conducted among schedule holders and the results or a statement of the reason market research was not conducted. Market research was conducted by examining the GSA MOBIS website for contractors under SIN 874 1 Consulting Services. Several contractors were identified, but the OIG Contracting Officer detennined that, due to the urgent and compelling nature of the requirement, there is not sufficient time to compete this requirement pursuant to the terms and conditions ofF AR Part 8.4. 7. Any other facts supporting justification. None 8. Statement of actions taken to overcome any barriers that led to the restricted consideration before any subsequent acquisition is made. In addition to the market research conducted as described above, capability statements were requested from a limited number ofMOBIS SIN 874 1 schedule holders. 9. Contracting Officer's Certification. I hereby certify that the information presented in this Justification is accurate and complete to the best of my knowledge and belief. g;~oml{fc ~ 10. Technical Personnel Certification. I hereby certify that the technical and background information provided to the Contracting Officer which forms the basis of this Justification is accurate and complete to the best of my knowledge and belief.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/OIG01/OIG01-1/DOJ-OIG-14-0001/listing.html)
 
Place of Performance
Address: Departmtnent of Justice, Office of the Inspector General, 1425 New York Ave NW, Washington, District of Columbia, 20005, United States
Zip Code: 20005
 
Record
SN03388671-W 20140610/140608233158-643ec1d635d37a7cad814a0da9cdd06d (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.