SOLICITATION NOTICE
R -- United States Department of Agriculture (USDA), Rural Development (RD) program - LSJ
- Notice Date
- 7/9/2015
- Notice Type
- Fair Opportunity / Limited Sources Justification
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Federal Systems Integration&Management Center(FEDSIM)(QFOB), 1800 F Street, NW 3100, Washington, District of Columbia, 20405-0001, United States
- ZIP Code
- 20405-0001
- Archive Date
- 8/8/2015
- Point of Contact
- W. Scott Duncan, Phone: 2024307496
- E-Mail Address
-
scott.duncan@gsa.gov
(scott.duncan@gsa.gov)
- Small Business Set-Aside
- N/A
- Award Number
- GSTFMGBPA090016
- Award Date
- 6/30/2015
- Description
- LSJ General Services Administration Federal Systems Integration and Management Center LIMITED SOURCES JUSTIFICATION DESCRIPTION OF ACTION (Logical Follow-on - Task Order Ceiling Increase) TASK ORDER (GST0013AJ0106) The General Services Administration (GSA) makes this Limited Sources Justification (LSJ) for orders pursuant to Federal Acquisition Regulation (FAR) 8.405-6. •i.) Identification of Agency and Contracting Activity: Client Agency : General Services Administration (GSA) Federal Systems Integration and Management Center (FEDSIM) Acting in support of: United States Department of Agriculture, Rural Development Contracting Activity : GSA FEDSIM Contracting Office 1800 F Street, NW Suite 3100 (QF0B) Washington, D.C. 20405 •ii.) Nature and/or Description of Action Being Approved: A modification is being executed for task order GST0013AJ0106 to increase the total value of the task order by $648,472.53 from $4,397,758.15 to $5,046,230.68 in order to accommodate additional work in support of the United States Department of Agriculture (USDA), Rural Development (RD) program. This task order provides IT consulting services to USDA, RD, and was initially awarded to Booz Allen Hamilton under a single award Blanket Purchase Agreement (BPA) against the General Services Administration (GSA) Multiple Award Schedule (MAS) program. This task order is being performed on a Labor Hour basis, and has a total period of performance of a one year base period and two one year option periods. •iii.) A Complete Description of Supplies/Services Required to Meet Agency's Need: The purpose of this task order is to provide IT consulting services to support to the Rural Development, Chief Information Officer (CIO) and the CIO staff on issues related to Information Technology (IT infrastructure). The contractor provides the following support under this task order: T a sk 1 - P roj ec t Man a g e ment T a sk 2 - I n f r a stru c tu r e Consult i ng S uppo r t T a sk 3 - I n f r a stru c tu r e Liaison S uppo r t T a sk 4 - I n f r a stru c tu r e Ch a r g e b a c k a nd Cost M a n a g e ment S uppo r t T a sk 5 - I n f r a stru c tu r e T ec hnic a l S uppo r t Task 6 - Web Design (Legislative and Public Affairs) USDA RD requirement is focused on identifying and recommending technical solutions that provide RD with a more flexible and robust IT infrastructure; supporting RD in identifying and implementing cost saving opportunities; working with service providers and vendors to find ways to improve the infrastructure within funding constraints; serving as liaison with RD service providers to improve service models; improving IT infrastructure management and chargeback processes; providing technical support to assure optimum usage of IT infrastructure components; and providing web design services to enable RD to meet Departmental goals. To support this requirement, additional level of effort being approved in this LSJ is needed to provide the following: SharePoint Tasking: USDA, RD, Office of the Chief Information Officer (CIO) has an emerging requirement to provide SharePoint troubleshooting support and assistance with establishing SharePoint community best practices following its migration to a collaborative SharePoint platform in 2013. Currently, USDA, RD CIO utilizes SharePoint to provide a collaborative web-based platform for disseminating IT infrastructure usage reports and information on USDA, RD IT infrastructure initiatives. This allows for USDA, RD CIO to provide better charge back models and improved customer service to its end users. The additional tasking is within the overall scope of Task Order 27, and the additional level of effort will assist in the ongoing refinement of the RD SharePoint environment. The support will address near-term needs, such as lingering post-migration issues, as well as long-term needs through policy and governance development. This support will allow for a stabilization of the environment, while also ensuring continuation of a steady and functional environment. Analyst 1 Labor Category (LCAT): The Analyst 1 LCAT was utilized in the Base Year of Task Order 27. At the time of solicitation release, USDA did not expect this support to continue into the Option Years. As the task order moved into Option Year 1, the Government's requirements had evolved to continue necessitate continued Analyst 1 type skills to support Task 2/Infrastructure Consulting Support and Task 6/Web Design & Implementation Support. As the web implementation schedule was delayed and RD client priorities changed, the requirement to engage FTEs under this LCAT continued beyond the Base Year. Continuing activities include data gathering and analysis, developing governance and maintenance models for RD web site support. This category will also support the PM in the development of SharePoint governance and Standard Operating Procedures (SOPs) associated. •iv.) The Authority and Supporting Rationale: The action is conducted under the authority of the Multiple-Award Schedule Program. Consideration of schedule contractors will be restricted in accordance with: •o FAR 8.405-6(a)(1)(i)(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. The ceiling increase is requested to address two parts of the TO scope. The first catalyst of the increase relates to evolving SharePoint support which is the tool now required to help communicate project status and serve as an online project repository. The second catalyst relates to tasks 2, 3, and 4 where USDA RD requires additional Analyst Level 1 support, which was originally proposed in the base period and now needed throughout the remainder of the task order's Period of Performance (PoP). The additional ceiling is necessary to bring stability to the task order, so that USDA RD is provided the contractor support to better meet its dynamic requirements under this task order. There have been past challenges that this modification will help alleviate to include issues with proper labor mix of contractor personnel. As the web implementation schedule was delayed and RD client priorities changed, the requirement for technical lead support covered under the LCAT Analyst I is now needed beyond the Base Year. The additional SharePoint support will assist the Government in the ongoing refinement of the RD SharePoint environment, which will allow for a rapid stabilization of the environment, while also ensuring continuation of a steady and functional environment. •v.) Determination by the Ordering Activity Contracting Officer that the Order Represents the Best Value Consistent with FAR 8.404(d): Determination that the modification represents the best value is based on the Contractor's proposal to utilize the same maintenance rates (base-lined using the rates established under their respective GSA Schedule 70 BPA) that were awarded under the current task order and deemed fair and reasonable. •vi.) Description of the Market Research Conducted Among Schedule Holders and the Results of the Research: The Government's market research demonstrates that the most advantageous means for receiving the additional support to be a modification using FAR 8.405-6(a)(1)(i)(C). The market research conducted under GSA Schedule 70 per FAR 8.404(d) has demonstrated that a competitive action would not result in a more advantageous solution for performing this additional in scope work. The Government's requirement for additional support is within the overall scope of the current task order, and it allows the Government to leverage the current contractor's expertise and knowledge of USDA, RD's technical environment. The Government has determined that a modification utilizing FAR 8.405-6(a)(1)(i)(C) is the most cost-effective means to satisfy the additional work required by the Government. •vii.) Any Other Facts Supporting the Justification (if any): None. •viii.) Statement of the Actions the Agency May Take to Remove or Overcome any Barriers that Led to the Restricted Consideration Before Any Subsequent Acquisition for the Supplies or Services is Made: The actions taken in this modification will stabilize the challenges of the task order and provide personnel needed for the contractor to successfully meet the dynamics and requirements of the contract. While the actions required for this modification are necessary pursuant within the authority of FAR 8.405-6(a)(1)(i)(C), all available sources will continue to be reviewed in order to assure that requirements for competitive acquisition will be addressed for future requirements. •ix.) Contracting Officer Certification that the Justification is Accurate and Complete to the Best of the Contracting Officer's Knowledge and Belief: I hereby certify that this justification is accurate and complete to the best of my knowledge, and determine on the basis of the findings above that the limited sources approach is in accordance with the requirements and is in the best interest of the Government. Michael Skorny FEDSIM Contracting Officer, Civilian Sector •x.) Evidence that any Supporting Data that is the Responsibility of Technical or Requirements Personnel and Which Form a Basis for the Justification Have Been Certified as Complete and Accurate by the Technical and Requirements Personnel (If Any): Technical Evaluation by COR: BAH's technical proposal adequately addresses the additional support of being requested by the Government. BAH's response addressed all of USDA's technical requirements with a sufficient labor mix and associated hours for the work added. BAH's revised proposal has been reviewed USDA and FEDSIM, and it determined BAH's proposed technical approach to be technically acceptable. USDA provided its concurrence via email. •xi.) Written Determination by Approving Officials Identifying the Circumstance that Applies I hereby certify that this justification is accurate and complete to the best of my knowledge, and determine on the basis of the findings above that the ceiling increase is in accordance with the requirements and is in the best interest of the Government. Angelious Sqaure Project Manager
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/624e809881fd7d2bf1b73588fd1a5aa6)
- Place of Performance
- Address: DC, United States
- Record
- SN03791934-W 20150711/150710000223-624e809881fd7d2bf1b73588fd1a5aa6 (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 |