Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2017 FBO #5783
SOLICITATION NOTICE

D -- LSJ for two month extension - LSJ _ signed

Notice Date
9/21/2017
 
Notice Type
Fair Opportunity / Limited Sources Justification
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Interior, Interior Business Center, AQD - Herndon, 381 Elden St. Mail Stop 2510, Herndon, Virginia, 20170, United States
 
ZIP Code
20170
 
Solicitation Number
D13PD01406
 
Archive Date
10/21/2017
 
Point of Contact
Stephanie Leikach, Phone: (703) 964-8432
 
E-Mail Address
Stephanie_Leikach@ibc.doi.gov
(Stephanie_Leikach@ibc.doi.gov)
 
Small Business Set-Aside
N/A
 
Award Number
GS-06F-1204Z
 
Award Date
9/11/2017
 
Description
LSJ JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY AUTHORITY: FAR 16.505(b)(2) Contract #: GS-06F- 1204Z / Task Order #: D13PD01406 Mod 13 1. Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for an Exception to Fair Opportunity." This document is a Justification for an Exception to Fair Opportunity for the Department of the Interior, Interior Business Center, Acquisition Services Directorate, Division II, Branch III, on behalf of the Department of Defense (DOD), Medical Education and Training Campus (METC), Customer Support Center (CSC) of the Information Management Division (IMD), Fort Sam Houston, Texas. 2. Nature and/or description of the action being approved. The purpose of Modification 13 is to extend the period of performance of Task Order D13PD01406 by two (2) months from September 17, 2017 to November 16, 2017. This modification is being done in accordance with FAR clause 52.217-8. The additional time is required in order to complete a revised performance work statement (PWS) and to provide sufficient time for the solicitation and evaluation process for the re-compete. The extension is also due to METC budget constraints for the new award. The contractor is T and T Consulting Services, Inc. This is a Firm Fixed Price Task Order with an 8(a) SDB vendor. 3. A description of the supplies or services required to meet the agency's needs (including the estimated value). This requirement is for office automation, hardware deployment, configuration, and maintenance of desktop, laptop computers, printers, facsimile machines, phones, wireless access equipment, audio visual equipment, video teleconferencing (VTC) equipment, Liquid Crystal Display (LCD) TVs/monitors, and campus software. The contract staff support required for the tasks listed in the PWS will augment the existing government staff to support approximately 50% of Customer Support Center requirements. The required tasks include: Helpdesk Tier 0 Knowledge Base Online support, Tier I Support, Tier II Support (Automation), Tier II Support (A/V/VTC), Program Manager Support, System Administration Support (Technical), System Administration Support (Functional), System Administration Support (Database Administrator), and System Administration Support (Software Developer). The CSC supports over eight thousand (8000) pieces of hardware and peripherals, over thirty five (35) software applications, and a daily average of eighty five hundred (8,500) faculty, staff and students. METC also manages telecommunications services and has over 8,000 telephones, BlackBerrys, video teleconferencing equipment and other wireless devices. METC also supports clinical devices and applications in support of systems such as Composite Health Care System (CHCS), AHLTA, Questionmark, DEVAA, Pearson Vue, EMS, Blackboard, VPN, Event Management System, Defense Medical Logistics Standard Support system (DMLSS), Mavis Beacon, various Adobe products, MS Office Suite of products and various other applications. The estimated value of the 2 month extension is $450,176.16. 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). FAR 16.505(b)(2)(i)(B) - Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized (to include brand name in accordance with 16.505(a)(4)). FAR clause 52.217-8 was included in the resultant Task Order, however an evaluation of the price associated with this clause was not performed at the time of award. Therefore, only use of the current contractor will meet the Government's requirement until the new contract can be awarded. It is crucial to the mission of METC to have these services continue without interruption to the Fort Sam Houston campus. The current T and T Consulting staff is trained to work in tandem with the government staff and have passed the required background security checks. The contractor staff includes Program Manager support, Associate Project Manager support and System Administrators who have substantial knowledge of METC's Army IT environment and operations. IT support is a key component affecting the readiness and sustainability of critical IMD/IT support activities across the campus. 5. A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. The ordering activity contracting officer has determined that the current GSA STARS II contractor can provide the government with fair and reasonable pricing. The current Task Order contains discounted GSA STARS II contract rates and has demonstrated significant cost savings. Procuring the required services from T and T Consulting Inc. is the most advantageous method of fulfilling the Government's need, price and other factors considered. In accordance with FAR clause 52.217-8, the contractor will continue performance of services within the limits and at the rates specified in the contract and only adjusted as a result of revisions to prevailing labor rates provided by the Secretary of Labor. Since the current rates were considered fair and reasonable at the time of award of the order, continuation of these rates will likewise be considered fair and reasonable. 6. Any other facts supporting the justification. T and T Consulting has supported METC for the last 4 years on this Task Order and has been performing at an exceptional level. The 2 month extension will provide potential vendors adequate time to respond to the upcoming RFQ and the technical team sufficient time to evaluate all responses submitted. 7. A statement of the actions, if any, the agency may take to remove or overcome any barriers that led to the exception to fair opportunity before any subsequent acquisition for the supplies or services is made. The Government is currently undergoing a new acquisition for this requirement as an 8(a) small disadvantaged business set-aside during this extension period with an updated PWS. There are approximately 60 contractors who are 8(a) small disadvantaged businesses under the new GSA FSS 70 132-56 Health IT Services. We anticipate significant competition in the re-compete. 8. The contacting officer's certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. 9. Evidence that any supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Government's minimum needs or requirements or other rationale for an exception to fair opportunity) and which form a basis for the justification have been certified as complete and accurate by the technical or requirements personnel. 10. A written determination by the approving official that one of the circumstances in FAR 16.505(b)(2)(i)(A) through (E) applies to the order. FAR 16.505(b)(2)(i)(B) - Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized (to include brand name in accordance with 16.505(a)(4)).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bdb56f9ca9473920422110d6fff6b573)
 
Place of Performance
Address: Fort Sam Houston, San Antonio, Texas, 78234, United States
Zip Code: 78234
 
Record
SN04689669-W 20170923/170921232519-bdb56f9ca9473920422110d6fff6b573 (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.