Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2015 FBO #4858
SOLICITATION NOTICE

D -- LDRPS Support

Notice Date
3/12/2015
 
Notice Type
Fair Opportunity / Limited Sources Justification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
HQ0423-15-T-0008
 
Archive Date
4/11/2015
 
Point of Contact
Benjamin F Collins, Phone: 6147012750
 
E-Mail Address
benjamin.f.collins2.civ@mail.mil
(benjamin.f.collins2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Award Number
GS-35F-0306J
 
Award Date
2/24/2015
 
Description
AUTHORITY: Section 201 of the Federal Property and Administrative Services Act of 1949 (40 U.S.C. 501) REFERENCES: FAR 8.405-6(a) (1) Circumstances justifying limiting the source. (i) For a proposed order or BPA with an estimated value exceeding the micro-purchase threshold not placed or established in accordance with the procedures in 8.405-1, 8.405-2, or 8.405-3, the only circumstances that may justify the action are- (A) An urgent and compelling need exists, and following the procedures would result in unacceptable delays; (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; or (C) In the interest of economy and efficiency, the new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. The original order or BPA must not have been previously issued under sole-source or limited-sources procedures. 1. IDENTIFICATION OF THE REQUIRING AND CONTRACTING ACTIVITY: a. Requesting Activity: DFAS Indianapolis 8899 East 56th Street Indianapolis, IN 46037 b. Contracting Activity DFAS Columbus Contract Services Directorate DFAS-CO/CSD/HCMCOC Building 21, Room 2B218 3990 East Broad Street Columbus, OH 43218 2. NATURE OR DESCRIPTION OF THE ACTION: The purpose of this document is to obtain the necessary approvals for a bridge contract for Booz Allen Hamilton (BAH) DFAS Contingency Planning contract support. This limited source acquisition in accordance with FAR Part 8.405-6(a)(1)(i)(C). "Limited source" in this case pertains to the award of a logical follow-on task order. 3. DESCRIPTION OF SUPPLIES/SERVICE: These services are currently being provided under Contract Number HQ0423-11-F-0138, Reference Procurement Identifier GS-35F-0306J, and Document Number NORXJ5RI001. The contractor shall provide Business Continuity operational support to the DFAS organization. This includes sustaining all aspects of the operational support and software modifications of the Living Disaster Recovery Planning System Version 10.8 (LDRPS), DFAS' current Commercial off the Shelf (COTS) Business Continuity Planning software, and any other system upgrades. The Contractor shall ensure the functionality of the Living Disaster Recovery Planning System. Including development of customized reports, new user account set up, responding to help desk tickets and addressing and necessary changes, software modifications. Create and maintain the integrity of the LDRPS reports using Crystal Reports and provide customized reports as necessary. The Contractor will also ensure data elements are uploaded from LDRPS into the DFAS' Alert Notification System. LDRPS is a critical tool used in response to all hazards that may prevent DFAS from accomplishing Mission Essential Functions and is a key component which stores DFAS Contingency Plans. 4. PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS: DFAS is currently utilizing, and has a continuing requirement to use the COTS product Living Disaster Recovery Planning System. There would be no advantage to the government by implementing a new service contract at this time, as we are currently in the process of replacing this system with newer technology. The DFAS requiring office has selected new Business Continuity Planning software and the cost and time of selecting a new service contract to support the old software would be unnecessary and only hinder the transition to the new product. The current support needed for LDRPS would be for one Operations Research Analyst to support the existing planning software until the 120 day implementation plan can be utilized and the new technology can be fully operational. As part of the implementation the Contractor will develop a comprehensive LDRPS Service Transition Plan to ensure appropriate data transfer from the LDRPS system to an alternative continuity tool. The contractor will assist the Government in the migration of the LDRPS data to the new continuity tool by providing a crosswalk. The current contractor provides technical support to the current system and if there was a break in service there would be an effect on parallel processing. Any deviation to this current support would create a risk in maintaining documented contingency and business continuity plans. DFAS must have adequate contingency planning in place in order to avert disaster and provide quick response to handle unavoidable disruptions. Renewing this current service agreement is in the best interest of the Government. This service contract will be for one six-month period. The cost for the six month period is $97,726.16. 5. DETERMINATION OF BEST VALUE: The award to the initial Request for Quote was awarded to Booz Allen Hamilton. All interested offers had the opportunity to see the RFQ and quote. BAH was awarded that order on a Best Value basis. This bridge contract will be awarded to BAH. 6. DESCRIPTION OF MARKET SURVEY: The market research was conducted for the purpose of determining vendors available. The market research indicated that the transition time to a new provider is significant and should only be undertaken if the new system cannot be utilized. 7. ANY OTHER SUPPORTING FACTS: The use of a bridge contract is needed to maintain same level of DFAS Contingency Planning contract support during the procurement, installation and transition to the new system. 8. ACTIONS TAKEN TO REMOVE BARRIERS TO COMPETITION: This is a bridge contract. The follow-on contract will be competed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/HQ0423-15-T-0008/listing.html)
 
Place of Performance
Address: DFAS Indianapolis, 8899 East 56th Street, Indianapolis, Indiana, 46037, United States
Zip Code: 46037
 
Record
SN03666433-W 20150314/150312235513-ea9cdaac0cd4c4f832ca10ade2f0e9d6 (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.