Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2015 FBO #5060
SOLICITATION NOTICE

D -- NCAISS - J&A

Notice Date
9/29/2015
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, Defense Security Service, Headquarters, Russell-Knox Building, 27130 Telegraph Rd., Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
HS0021-15-Q-0111
 
Archive Date
10/24/2015
 
Point of Contact
Renee S Staton,
 
E-Mail Address
renee.staton@dss.mil
(renee.staton@dss.mil)
 
Small Business Set-Aside
N/A
 
Award Number
HS0021-15-F-0111
 
Award Date
9/24/2015
 
Description
Justification & Approval FEDERAL ACQUISITION REGULATION (FAR) PART 16.5 JUSTIFICATION AND APPROVAL (J&A) National Industrial Security Program (NISP) Central Access and InformationSecurity System (NCAISS) Program Support HS0021-15-Q-0111 (1) Identification of the agency and the contracting activity. Requiring Activity Defense Security Services (DSS) 27130 Telegraph Road Quantico, VA 22314 Contracting Activity DSS Office of Acquisitions (AQ) 27130 Telegraph Road Quantico, VA 22314 (2) Nature and/or Description of action being approved: The purpose of this document is to obtain approval to proceed with a limited source acquisition of the National Industrial Security Program (NISP) Central Access and InformationSecurity System NCAISS Program Support Services. The procedures under Federal Acquisition Regulation (FAR) Subpart 16.5, ordering under Indefinite Delivery contracts will be used. FAR Subpart 16.505(b)(2), Exceptions to the Fair Opportunity Process, requires justification in accordance with FAR Subpart 16.505(b)(2)(i)(A), (B), (C), (D), or (F) when fair opportunity is not provided. In accordance with FAR Subpart 16.505(b)(2), the applicable exception to placing this order on a competitive basis is FAR Subpart 16.505(b)(2)(i)(C). FAR Subpart 16.505(b)(2)(i)(C): "The order must be issued on a sole-source basis in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order." A Request for Quote (RFQ) will be provided to the incumbent Alliant Government-Wide Acquisition Vehicle (GWAC) contract holder, Deloitte Consulting, LLP. Alliant'sGWAC consists of pre-competed contract holders. Alliant receives its authority from the Clinger Cohen Act. According to Alliant procedures, in the case of a sole source requirement, a J&A (Justification and Approval) should be written, included in the RFQ, and posted in accordance with FAR Subpart 16.505(2)(ii)(D). (3) Description of the supplies/services required to meet the agency's needs (including the estimated value): The DSS requires the continuation of legacy NCAISS sustainment, Oracle Migration, related NCAISS Program Management activities and continued program integration at the direction of the DSS Business Enterprise (BE) Directorate. The previous award HS0021-13-F-0035 was awarded competitively as a Firm Fixed Price (FFP) task order under Aliant GWAC GS00Q09BGD0018 and expires on September 29, 2015. The contract will include one (1) eight-month base period with two (2) one-year option periods and one sixmonth option period. The estimated cost for the base period is and the estimated cost for the total contract (base period and three (3) option periods) is. (Option periods are estimated at a year for the first two (2) periods and for the last, six-month option period.) FEDERAL ACQUISITION REGULATION (FAR) PART 16.5 LIMITED SOURCE JUSTIFICATION AND APPROVAL (J&A) National Industrial Security Program (NISP) Central Access and Information Security System (NCAISS) Program Support HS0021-15-Q-0111 FOR OFFICIAL USE ONLY PROCUREMENT SENSITIVE SOURCE SELECTION SENSITIVE 2 (4) Identification of the exception to fair opportunity (see 16.505(b)(2)) and the supporting rationale, including a demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the exception cited. If the contracting officer uses the logical follow-on exception, the rationale shall describe why the relationship between the initial order and the follow-on is logical ( e.g., in terms of scope, period of performance, or value). The statutory authority permitting this exception to fair opportunity is FAR Subpart 16.505(b)(2)(i)(C), entitled "the order must be issued on a sole-source basis in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order." The original contract award, HS0021-13-F-0035, was competed under the Information Technology (IT) Services and IT Services-Based Solutions GWAC also known as the GSA Alliant IDIQ Contract. This contract was competed against elligible Indefinite Delivery / Indefinte Quantity (IDIQ) holders and awarded on a competitive basis. Deloitte Consulting, LLP has performed in accordance with the terms and conditions of the contract and has demonstrated satisfactory or better past performance as stated in the PPIRS system and contracting knowledge of the contractor's peformance under contract HS0021-13-F- 0035. The first option period of contract HS0021-13-F-0035 was exercised with an expiration date of August 5, 2015. This option period was extended for an additonal two (2) months in accordance with FAR 52.212- 4(c) Changes Clause until September 29, 2015, in order to complete the logical follow-on contract to Deloitte. In preparing to execute the second option year, it was determined that the contract file was missing crucial price evaluations and therefore, the current contracting officer was unable to make a determination that the pricing on the contract was evaluated at a fair and reasonable price and it was determined that a logical follow-on contract would be required to maintain continuality of services for the NCAISS Program Support. The market research demonstrated similar requirements are commercially available from at least two (2) other large businesses. However, due to the logical nature of this requirement, consistency and value added, issuing a logical follow on to Deloitte is in the best interest of the government. Deloitte offers significant discounted rates to DSS, minimizing cost while maintaining consistency and efficiency through completion of legacy NCAISS sustainment, Oracle Migration, related NCAISS Program Management activities and continued program integration. The contracting officer has made the determination that in the interest of economy and efficiency in support of the DSS mission and in accordance with FAR 16.505(b)(2)(i)(C) it would be in the best interest of the Government to award a sole-source logical follow-on contract to Deloitte through Alliant GWAC GS00Q09BGD0018. (5) A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. Based on an RFQ issued against the Alliant IDIQ vehicle, it is anticipated the pricing will be fair and reasonable, as determined under the terms and conditions of the RFQ to be submitted. Leveraging DSS' current use of the Deloitte Consulting, LLP's services, along with the competitive pricing under Alliant, the contracting officer is confident in obtaining the best value for DSS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3ba56c0324932209cd77329eb2f2153e)
 
Place of Performance
Address: 27130 Telegraph Road, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN03907948-W 20151001/150929235423-3ba56c0324932209cd77329eb2f2153e (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.