Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2015 FBO #4838
SPECIAL NOTICE

D -- Core Technology Support Services - Notice of the Government's Intent

Notice Date
2/20/2015
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Operations Systems Center, 600 Coast Guard Drive, Kearneysville, West Virginia, 25430, United States
 
ZIP Code
25430
 
Solicitation Number
HSCGG3-15-R-OSC220
 
Archive Date
3/21/2015
 
Point of Contact
Craig E. Anderson, Phone: 3044333930
 
E-Mail Address
craig.e.anderson@uscg.mil
(craig.e.anderson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of the Government's Intent to Award a Sole-Source Task Order. Notice of the Government's Intent to Award a Sole-Source Task Order under Department of Homeland Security (DHS) Enterprise Acquisition Gateway for Leading-Edge Solutions II (EAGLE II) Strategic Sourcing Contract. The Coast Guard Command, Control, Communications, and Information Technology Service Center (C4IT SC) Procurement and Contracting Organization, in support of the Coast Guard Operations Systems Center (OSC), intends to award a sole source, fixed-priced task order with Ace Info Solutions, Inc. for Core Technologies Support (CTS) services in support of OSC, Kearneysville and the CG Finance Center in Chesapeake, VA. The CTS services incorporate all IT support services required to provide hardware, network, and critical infrastructure services and components which support USCG and Department of Homeland Security (DHS) IT systems and communications networks developed, hosted and/or maintained by the OSC. The task order will be awarded under DHS EAGLE II IDIQ contract # HSHQDC-13-D-E2083, Functional Category 1, 8(a) Business Track. The task order is necessary to "bridge" the period between the final CTS task order option period expiring on May 31, 2015 and the anticipated time necessary to award the follow-on CTS II vehicle. The proposed period of performance for the "bridge" task order is a base period of 7 months (June 1, 2015 - December 31, 2015), with one (1) three (3) month option period (January 1, 2016 - March 31, 2016) and a final two (2) month option period (April 1, 2016- May 31, 2016) for a potential twelve (12) month period of performance. The C4IT SC conducted a recent assessment of OSC operations. As a result of the assessment, new business processes will be implemented so as to achieve cost savings across OSC's infrastructure, application development, and application maintenance services. OSC will immediately undertake a radical transformation of contracting structures, operating model, and internal capabilities. C4IT Senior Leadership fully endorsed the strategies identified to move forward in a two year comprehensive transformation roadmap to establish and implement a new operating model. The new operating model will be incorporated into the design and structure of the CTS follow-on acquisition (CTS II). The time necessary for implementation of a services based operating model necessitates the issuance of a "bridge" task order to "bridge" the period between the final CTS option period expiring on May 31, 2015 and the anticipated time necessary to award the follow-on CTS vehicle (December 2015). The purpose of the task order, if executed, will be to ensure the continuity of mission critical Core Technology Support Services for the U.S. Coast Guard currently being performed. These are highly specialized technologies. The performance of these services require special skills, training, and on the job experience requiring several months to gain proficiency and competency. Competing this requirement and awarding to other than the incumbent contractor, Ace Info Solutions, Inc., could result in substantial delays and potential disruption of mission critical services. There is high risk that critical security vulnerabilities and potential disruption of mission critical systems and business applications could directly and immediately impact the entire CG workforce. The C4IT SC Procurement and Contracting Organization intends to negotiate this task order on a sole source basis with Ace Info Solutions, Inc., in accordance with Federal Acquisition Regulation (FAR) Part 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The statutory authority permitting other than full and open competition is Title 10 U.S.C. 2304©(1). THIS NOTICE IS NOT A REQUEST FOR A COMPETITIVE QUOTE. This notice is to advise Industry of the Government's plan of action and the necessity of issuing a "bridge" task order. Any response to this notice must be submitted in writing to the Government and show clear and convincing evidence that another source is capable of meeting the Government's requirements and that competition of the requirement would be advantageous to the Government. If no written responses are received at least fifteen (15) days after the publication of this response, awarding of the "bridge" task order will be initiated without further notice. Questions and comments pertaining to this procurement shall be emailed to Craig.E.Anderson@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGOSC/HSCGG3-15-R-OSC220/listing.html)
 
Place of Performance
Address: 408 Coast Guard Drive, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN03647665-W 20150222/150220234823-33bca09812bdfcc1e328336b30336b6e (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.