SOLICITATION NOTICE
D -- INCREASE OF MAXIMUM VALUE OF CONTRACT NO. NRC-33-11-325 TO ENABLE SMOOTH TRANSITION TO COMPETITIVE REPLACEMENT AWARDS
- Notice Date
- 7/17/2017
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Nuclear Regulatory Commission, Acquisition Management Division, Acquisition Management Division, 11555 Rockville Pike, Rockville, Maryland, 20852-2738, United States
- ZIP Code
- 20852-2738
- Archive Date
- 8/24/2017
- Point of Contact
- Dominique Malone, , Joseph Widdup,
- E-Mail Address
-
Dominique.Malone@nrc.gov, Joseph.Widdup@nrc.gov
(Dominique.Malone@nrc.gov, Joseph.Widdup@nrc.gov)
- Small Business Set-Aside
- N/A
- Award Number
- NRC-33-11-325
- Award Date
- 7/25/2017
- Description
- The U.S. Nuclear Regulatory Commission (NRC) intends to noncompetitively increase the maximum value of Indefinite-Delivery, Indefinite-Quantity Contract No. NRC-33-11-325 with Dell Services Federal Government, Inc. ("DSFG" or "the incumbent Contractor") (DUNS 175344753) for Information Technology Infrastructure and Support Services ("ITISS") and extend the period of performance of that contract to allow time for replacement contract vehicles to be competitively awarded and to ensure smooth transition to those new contract vehicles. Background: In January 2017, the NRC announced its intent to award several GSA Federal Supply Schedule (FSS) Blanket Purchase Agreements (BPAs) for the NRC's GLobal Infrastructure and Development Acquisition (GLINDA)multiple award acquisition. However, before the NRC could award those BPAs, several unsuccessful offerors protested the award decisions to the General Accountability Office (GAO). In accordance with the Competition in Contracting Act of 1984 (CICA), award and subsequent utilization of the new BPAs were subject to a mandatory suspension until the GAO resolved the protests on May 19, 2017. The multiple month protest period caused a significant delay in the NRC's transition of ITISS contract services to the GLINDA BPAs and other contract vehicles. Accordingly, the NRC requires an extension and corresponding increase to the maximum value of the ITISS contract to ensure continuity of services until the services can be completely transitioned to GLINDA and other contract vehicles (which may themselves be protested and cause further delays in the NRC's transition). The period of performance of this extension will include the following three option periods: a. Option Period 4: 8/18/2017 to 11/17/2017 b. Option Period 5: 11/18/2017 to 3/31/2017 c. Option Period 6: 4/1/2018 to 4/30/2018. Options will only be exercised if they are needed. The maximum value being added to the ITISS contract, if all options are exercised, is $32,063,250. This noncompetitive extension and increase of the maximum value to the ITISS contract is necessary because the incumbent Contractor has the necessary knowledge, experience, and personnel with required access authorizations and NRC security clearances to maintain continuity of the NRC's critical IT services until the competitive awards for the transition of ITISS services from the incumbent Contractor to successor contractors under GLINDA and other vehicles can be completed. Additionally, the incumbent Contractor is the only responsible source that can satisfy this short-term transitional requirement. Awarding a short-term contract to any other Contractor is not feasible for the following reasons: • It would take many, many months to conduct a competitive acquisition, and that acquisition process would require a transition from the incumbent Contractor to a party that may or may not be among the awardees of the GLINDA BPA competitions and other planned awards. • Transition of the existing services to another Contractor will take a minimum of three months. Because the ITISS contract will soon expire, the window allowing for competitively awarding a new contract and transitioning to a new source is nonexistent. Transition activities will include the procurement of physical assets that are currently leased from the incumbent Contractor, the migration of support for those assets and infrastructure services from the incumbent Contractor, and establishment of a smooth migration of support services from the incumbent Contractor. • Contractor personnel are required to comply with NRC security standards. All contractor personnel with access to sensitive data must be granted IT access authorization by the NRC Division of Facilities and Security. This process typically takes two to four months to obtain the necessary authorizations and clearances, and not extending the incumbent contract would cause an unacceptable lapse in IT services. • The competitive acquisitions for the GLINDA BPA calls and other vehicles could be protested by unsuccessful offerors, and that could require the NRC to stay the performance on the new contract(s) and jeopardize the NRC from meeting its mission requirements. • Competing a new short-term contract would not be cost effective. The cost of conducting a competitive acquisition and then transitioning to a short-term Contractor just for the period of the requested extension would cost the NRC millions of dollars. The statutory authority permitting other than full and open competition for this acquisition is 41 U.S.C. 253(c)(1), as implemented by FAR 6.302-1, which provides for limiting competition in those situations where only one responsible source and no other supplies or services will satisfy agency requirements. No source other than the incumbent Contractor can satisfy this short-term need given the transition period that would be required, and conducting a competitive acquisition for this short-term need would result in unacceptable delays in fulfilling the agency's requirements and substantial duplication of cost to the Government that is not expected to be recovered through competition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/88724861505eaea49e157bca32ff0850)
- Place of Performance
- Address: U.S. Nuclear Regulatory Commission, One White Flint North, 11555 Rockville Pike MD, Rockville, Maryland, 20852-2738, United States
- Zip Code: 20852-2738
- Zip Code: 20852-2738
- Record
- SN04582152-W 20170719/170717235308-88724861505eaea49e157bca32ff0850 (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 |