AWARD
D -- Microsoft Support Services
- Notice Date
- 7/18/2017
- Notice Type
- Award Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:PR:P), IRS, 1111 Constitution Ave, NW, C7-NCFB, Washington, District of Columbia, 20024, United States
- ZIP Code
- 20024
- Solicitation Number
- TIRNO-17-R-00021
- Archive Date
- 7/25/2017
- Point of Contact
- Rita L. Duffin, Phone: 703-336-4046, Brian Carper, Phone: 703-336-4037
- E-Mail Address
-
Rita.L.Duffin@irs.gov, brian.m.carper@irs.gov
(Rita.L.Duffin@irs.gov, brian.m.carper@irs.gov)
- Small Business Set-Aside
- N/A
- Award Number
- TIRNO-17-Z-00025
- Award Date
- 7/10/2017
- Awardee
- INFORELIANCE , 4050 LEGATO ROAD, SUITE 700, FAIRFAX, Virginia 22033, United States
- Award Amount
- $0.00
- Description
- 1. Identification of the agency and the contracting activity: Contracting Activity: Internal Revenue Service (IRS) Office of Procurement, Office of Information Technology Acquisition, Enterprise System Support Branch Requiring Activity: IRS Information Technology (IT) User and Network Services IT:UNS:SPI:AS 2. Nature and/or description of the action being approved: Sole source GSA stand-alone orders and a BPA for various information technology support services, which includes brand name Microsoft Consulting Services. Order will be a combination of firm fixed price and labor hour requirements. InfoReliance, LLC (GS-35F-0273L) 4050 Legato Road, Suite 700 Fairfax, VA 22003 DUNS: 143147762 Business Size: Large BPA Estimated Period of Performance: Stand-Alone Order(s): 12 months from the date of award BPA Option Period: 3.a A description of the supplies or services required to meet the agency’s needs: This BPA and stand-alone orders will include a number of labor categories to support, design, test, validate, and plan for various project offices within the IRS and may also include the Department of Treasury. The support ranges from the software development and support, creation of the IRS development lab, pre-production / test environment and all the required documentation to support these efforts. In addition, the project will include assessment, validation and a recommended solution for the implementation of an enterprise email archiving solution. The table below details the expected labor categories. Labor Category Brand Name Program Manager Business/IT) SR. MS Consultant/Engagement Manager Microsoft MS Principal/Architect Microsoft Zeva Consultant (Multi Levels) Zeva Consultant IT (Multi Levels) SW Integrator (Multi Levels) 3.b Estimated value: BPA Base Period Value: Stand Alone Order(s) Base Period Value: BPA Option Period Value: Grand Total: 4.a Identification of the authority being used (Check the appropriate box that applies). x FAR 8.405-6(a)(1)(i)(A) – An urgent and compelling need exists, and following the procedures would result in unacceptable delays. ☐ FAR 8.405-6(a)(1)(i)(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. ☐ 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 or BPA provided that the original order or BPA was placed in accordance with FSS procedures 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. ☐ FAR 8.405-6(b) – Items peculiar to one manufacturer. 4.b Supporting Rationale: The IRS awarded an ID/IQ for the requirements stated in Section 2 and has approximately 16 active orders (4 requirements pending have been cancelled) for various projects. It was brought to the attention of the Government that the ID/IQ Prime Contractor is unable to provide Microsoft Corp. due to an unresolved breach of contract with their subcontractors, which has left the IRS and Treasury without the critical support to continue with its mission. As a result, Microsoft Corp. support resources were unexpectedly removed from the IRS and Treasury orders and the Government is in the termination process. In order to alleviate harm to the Government a replacement vehicle is hereby awarded on an urgent and compelling basis as the Government did not cause this situation. The Microsoft Corp. support is a mandatory requirement because multiple applications require data and source code information. As a result, the resources need to be Microsoft Corp. as corporate reach-back capability is required to obtain this information and resolve Microsoft related infrastructure issues that affect mission critical applications. The Zeva support is a mandatory requirement because they maintain the source code and documentation on most of Criminal Investigation (CI) programs. InfoReliance currently provides Microsoft Consulting Services support and are a Gold OEM Microsoft Partner, which is a requirement. In addition, InfoReliance has resources already cleared for requirements based on a separate ordering vehicle and therefore will not be impacted by the security onboarding process, which can take 3-6 months. In addition to the Microsoft Corp. requirement they are also have an agreement with Zeva, which is another critical Page 2 of 3 Treasury Standard Form – 1012 (Rev 12/15) Prescribed by Treasury: DTAP 1008.405-6 subcontractor that provides support on a number of orders. Based their on historical IRS performance with both Microsoft Premier Support and Microsoft Consulting Services, they are familiar and have knowledge of on-going projects and operating/business procedures to reduce performance risk. Based on the above InfoReliance is the only known vendor at this time that can fulfill the requirements in a timely manner and has the appropriate labor on their GSA Schedule and Agreements in place with critical subcontractors, which will reduce the impact on the Government. 5. A determination by the ordering activity Contracting Officer that the order or BPA represents the best value consistent with FAR 8.404(d): Stand-alone orders and a BPA will be awarded to InfoReliance, LLC against their GSA Federal Supply Schedule. Using an established GSA Federal Supply Schedule contract for this support enables the IRS to provide continuity of services in an efficient and streamlined manner. All rates on the FSS are determined to be fair and reasonable, and the IRS will pursue additional discounts from the vendor. 6. A description of the market research conducted among schedule holders and the results or a statement why market research was not conducted: A thorough search of all qualified Microsoft and Zeva support suppliers was conducted through GSA E-Library, Internet Search and by contacting the manufacturer directly in May 2017. The only vendor identified to provide the entire requirement is: Info Reliance Corp GS-35F-0273L This vendor is able to incorporate support from all of the subcontractors that are currently providing support services within the IRS environment. 7. Any other facts supporting this justification: This is an urgent and compelling award based on the termination of the incumbent Contractor not being able to fulfill all requirements. Stand-alone 1 year orders are being issued for immediate requirements and the BPA will be available for other on-going requirements. 8. A statement of the actions, if any, the Requiring Activity and Contracting Activity may take to remove or overcome any barriers that led to restricted consideration before any subsequent acquisition for the supplies and services is made: The Government is awarding short-term awards for a base period of 12-months as the Government intends to issue approximately 20 orders and any period less would not be feasible. An option period is also included as the Government will be re-competing the overall requirement after all orders are issued and the option period will allow sufficient time to complete the re-compete and then issue approximately 20 orders, execute transition activities and complete the security on-boarding activities, which can take 3-6 months. Page 3 of 3 Treasury Standard Form – 1012 (Rev 12/15) Prescribed by Treasury: DTAP 1008.405-6 9. Certifications and Approvals: 9.a Program Office Certification (Requiring Activity). I hereby certify that any supporting information and data provided (e.g., the Government’s minimum needs or requirements, or other rationale for the limited sources) and which form the basis for this justification for an exception to fair opportunity, are accurate and complete to the best of my knowledge and belief. 9.b Small Business Specialist Determination (Contracting Activity). I have reviewed this justification, including any attached documentation, if applicable, and ☐ concur / ☐ do not concur with the findings. Name: Date: Signature: 9.c Contracting Officer Certification and Approval. I hereby determine the circumstances of this acquisition support the justification to acquire these supplies or services on a limited source basis. I also certify this limited-sources justification is accurate and complete to the best of my knowledge and belief. Therefore, unless additional approvals are required as prescribed below, as the authorized contracting officer for this acquisition, I hereby approve the processing of this requirement on a limited-source basis. 10. Additional Approvals (if applicable): 10.a Advocate for Competition (if >$700,000 and <=$13.5 million) (Contracting Activity). I have reviewed this limited-sources justification and find it to be accurate and complete to the best of my knowledge and belief. Therefore, unless additional approvals are required as prescribed below, as the ordering activity’s Advocate for competition, I hereby approve this limited-sources justification Name: Date: Signature: 10.b Head of the Procuring Activity or Authorized Designee (if >$13.5 million and <=$68 million) (Contracting Activity). I have reviewed this limited-sources justification and find it to be accurate and complete to the best of my knowledge and belief. Therefore, unless additional approvals are required as prescribed below, as the head of the procuring activity or authorized designee, I hereby approve this limited-sources justification. Name: Date: Signature: 10.c Senior Procurement Executive (if >$68 million) (Contracting Activity). I have reviewed this limited-sources justification and find it to be accurate and complete to the best of my knowledge and belief. Therefore, I hereby approve this limited-sources justification. Name: Date: Signature: BPA for Microsoft Support
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/Awards/TIRNO-17-Z-00025.html)
- Record
- SN04583749-W 20170720/170718234732-05d4bf2b60dea5b227431760b3e5b6aa (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 |