Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOLICITATION NOTICE

R -- The nature of this action ensures that the Joint Interoperability Test Command’s (JITC) 4 year investment in developing testing expertise is not lost by requesting a sole source cost-plus-fixed- fee (CPFF) task order (TO) against the Testing and Evaluatio

Notice Date
2/1/2018
 
Notice Type
Fair Opportunity / Limited Sources Justification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott JITC, P.O. BOX 12798, Ft. Huachuca, Arizona, 85670-2798, United States
 
ZIP Code
85670-2798
 
Solicitation Number
HC102812D002418F0238
 
Archive Date
3/3/2018
 
Point of Contact
Maria R Wells, Phone: 5205384237
 
E-Mail Address
maria.r.wells.civ@mail.mil
(maria.r.wells.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Award Number
HC102812D0024
 
Award Date
1/30/2018
 
Description
JUSTIFICATION & APPROVALS (J&A) FOR FEDERAL ACQUISITION REGULATION (FAR) SUBPART 16.5 ACQUISITIONS EXCEPTION TO FAIR OPPORTUNITY Multiple Award Schedule (MAS)/ Multiple Award Contract (MAC) Orders under MAC/ Fair Opportunity - FAR 16.505, DFARS 216.505-70, PGI 216.505-70 Purchase Request Number: 4TB02-66 Contract Number: HC102812D0024 Task/Delivery Order Number: HC102818F0238 Procurement Title: Department of Defense Enterprise Test Framework (DETF) Test and Evaluation. Contracting Office: Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization (DITCO)/ Joint Interoperability Test Command (JITC) Mission Support Section (PL8332) Estimated Value: REDACTED Authority: FAR 16.505(b)(2)(i)(C) JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY Upon the basis of the following justification, I, as the Contracting Officer, hereby approve this exception to fair opportunity pursuant to the authority of FAR 16.505(b)(2)(i)(C). •1. REQUIRING AGENCY AND CONTRACTING OFFICE: •a. Requiring Agency: DISA/JITC 2001 Brainard Road, Building 57305 Fort Huachuca, Arizona, 85670 •b. Contracting Office DISA/DITCO/PL8315 2300 East Drive, Building 3600 Scott Air Force Base, Illinois, 62225 •2. NATURE/DESCRIPTION OF ACTION(S): The nature of this action ensures that the Joint Interoperability Test Command's (JITC) 4 year investment in developing testing expertise is not lost by requesting a sole source cost-plus-fixed- fee (CPFF) task order (TO) against the Testing and Evaluation (T&E) Multiple Support Services (MSS) indefinite-delivery/indefinite-quantity (ID/IQ) to Engility Corporation. This action will ensure that current customers testing is able to continue without a gap in support and that the services and agencies dependent on JITC are able to deliver capability to the warfighter on schedule. The DETF program actively supports testing the Army Integrated Personal Pay System (IPPS-A), and the Defense Contract Management Agency (DCMA) Special Programs Database Reporting (SPDBR) programs under the 4TB02 task through the end of the Period of Performance, 31 January 2018. These tasks have existing Plan of Actions and Milestones (POA&M) and Support Agreements in FY18. The follow-on task order will include an approximate level of effort of REDACTED labor hours. The required Period of Performance (PoP) is February 1, 2018 to July 1, 2018. •3. DESCRIPTION OF SUPPLIES/SERVICES: JITC provides critical specialized test support to the Defense Information Systems Agency (DISA), Department of Defense (DoD) Services and Agencies programs by providing instrumentation through the DETF, a cloud computing web based tools environment. Subject matter experts (SMEs) are required to develop automated performance testing of the Defense agencies' financial business processes computing services. The performance testing tools provide a synthetic user load to the IPPS-A systems under test to determine the load capacity of the services will meet performance requirements. The IPPS-A system is the financial pay system for the Army's 1.2M soldiers and must be tested for scalability. Performance testing is also the critical requirement for the SPDBR service. •4. SUPPORTING RATIONALE, INCLUDING A DEMONSTRATION THAT THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS OR THE NATURE OF THE ACQUISITION REQUIRES USE OF AN EXCEPTION TO FAIR OPPORTUNITY: •(a) Exception to Fair Opportunity. IAW FAR 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 modification to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order. •(b) Description of the Justification. This action requires the authority cited, as the period of performance of the task order will expire prior to completion of testing activities. The current contractor for this task, Engility Corp., is uniquely qualified to continue the testing activities they have been responsible for using automated tools to test the IPPS-A program for the last 4 years, the DCMA program for the last 2 years and is currently working the IPPS-A program. As a result, they provide highly specialized capabilities and resources that are not available from any other contractor in the timeframe needed. This action will ensure that 4 years of testing knowledge is not lost with the current contractor and their completion of efforts supports JITC's obligations to the warfighter, DISA, Army and DCMA customers. This action minimizes testing impact by not transitioning to a new contractor test team in February and another contractor transition during the Test and Evaluation Contract transition. •(c) Justification: •(1) Minimum Government Requirements. IPPS-A and SPDBR systems are Department of Defense (DoD) Enterprise Resource Planning (ERP) systems. The government requires immediate and highly specialized knowledge of ERP testing using complex commercial off the shelf automated testing tools. Only the current contractor has specialized experience with the tool applications and the DETF lab infrastructure needed to meet the government requirements on this tight schedule. •(2) Proposed Sole Source Contractor. This follow on task order with the current contractor, Engility, provides the Government substantial benefits as the work is a logical follow on effort of what they are currently performing. Substituting contractors for the additional work at this phase of testing will be detrimental by adding unnecessary delays and increasing costs to learn to use the automated tools and DETF environment. This is due to the amount of time already invested in the ongoing testing efforts, system familiarization, test script development, working with customers on requirements development, performing the testing, and reporting test results to customers. These costs would be in addition to the costs incurred for direct T&E labor. To bring a new contractor on task during the planning phase immediately prior of the test effort represents an unacceptable performance, schedule, and cost risk. A new contractor would require hiring all of the existing Engility team or 6 - 12months to adequately familiarize themselves with the automated tools, existing test scripts, and development of new test scripts, customer requirements, and reporting requirements. The delay in support and results reporting will delay the United States Army and the Defense Contract Management Agency in deploying capability to the warfighter as currently scheduled. If there was sufficient time for a new contractor to obtain the requisite knowledge to prepare for and execute these events, the additional cost to the Government is expected to be approximately REDACTED based on historical data from the 6 months of effort it would take to get new contractor staff trained. The customer will also incur additional cost due to schedule delays. These delays would result in an unacceptable loss to the Government. •(3) Discussion regarding cause of the sole source situation. The reason for this sole source situation is that Engility has 4 years supporting Enterprise ERP business systems testing using automation and has developed the automation tools to the extent that JITC is able to support the Army, and DCMA customers. As such, they can provide the Government highly specialized skills in a timely manner to meet existing requirements without incurring exorbitant additional cost as a result of having to learn to use automation and the DETF infrastructure. Additionally, DCMA is transitioning their testing mission to JITC and is in an active testing cycle with test events scheduled in March, 2018. •(4) Demonstration of Unique Source. Engility brings 4 years of outstanding instrumentation specific system knowledge and test experience using test automation tools. They are uniquely qualified with experts in the Micro Focus suite of tools and the use of them in testing ERP systems. Engility has been working with the IPPS-A program on scheduled test requirements for several month. Engility has been indispensable in making test support for these critical tasks effective and successful. Engility is the only qualified contractor capable of providing these unique services without incurring significant additional time and duplicative costs. Engility is currently in place, with the current system knowledge and access, proper security clearances, Information Assurance (IA) credentials, and have the capability to support this task without interruption or schedule impact. No phase-in or ramp-up will be required to continue this support. Therefore, it is not in the best interest of the Government to compete a new task order to address the imposed changes to the requirement. •(5) Procurement discussion. If the requirement were to be re-competed, it would delay the start of the task for up to four months, based on the historical evidence of the time required to issue a competitive task order award. It could take as much as two additional months, with maximum stakeholder support, to transition to a tester(s) with adequate knowledge and understanding of the IPPS-A and DCMA systems. Selecting another contractor would increase costs due to the time required to familiarize the contractor with system capabilities, integration, developmental, and operational test requisites needed to adequately support data collection and reporting requirements. •(6) Impact. Failure to award the new task will result in JITC not successfullycompleting testing of ARMY and DCMA customers. The delays will impact these DoD agencies ability to meet deployment requirements. As such, the logical action is to award a sole source task as a follow on to the existing task order. If the requirement were to be re- competed, it would delay the start of the task for up to 4 months, based on the historical evidence of the time required to issue a competitive task order award. It could take as much as 6 additional months to transition to a new contractor with adequate knowledge and understanding of these system. Selecting another contractor would increase costs due to the time required to familiarize the contractor with the systems under test, system capabilities, and test requirements. 2 COST/PRICE FAIR AND REASONABLE DETERMINATION: During source selection of solicitation number HC1028-12-D-0024-0081, a cost/price evaluation was conducted in accordance with FAR 15.404. The contract prices were determined to be reasonable. The proposed cost/prices for the extension will be compared to the current contract prices as well as the Independent Government Cost Estimate in order to determine fair and reasonableness in accordance with FAR 16.505(b)(2)(ii)(B)(5) •3 MARKET RESEARCH: •a. In accordance with FAR Part 10.002, market research has been conducted to identify all qualified sources and results thereof. The initial research was completed from 2012 to 2013 at the basic Test and Evaluation Mission Support Services (T&E MSS) contract level, and annually thereafter at the task order level in accordance with FAR 10.002(b)(1). The formal market analysis included review of contractors found on General Services Administration (GSA) Schedule 70, and analysis of historical contract costs. As a result of the review, it was determined that the only way to avoid the loss of invested resources and additional costs to the Government is to modify the existing task order to accomplish this expanded effort this is within scope of the original PWS. Market research has always identified that all prime T&E MSS contractors can complete the scope of work; however, Engility competitively won this task order award and is the only contractor that can complete the work within the requirement timelines mentioned above. •4 ANY OTHER SUPPORTING FACTS: T he logical action is to award a sole source task as a follow on to the existing task order. •5 ACTIONS THE AGENCY MAY TAKE TO REMOVE OR OVERCOME BARRIERS THAT LED TO THE EXCEPTION TO FAIR OPPORTUNITY: •(a) Procurement History. Contract Number: HC1028-12-D-0024-0081 Contractor: Engility Corp. Contract Period: February 1, 2013 - January 31, 2018 Total Contract Value: REDACTED (Base + all options and optional CLINs) Contract Type: CPFF •(b) This TO was awarded following a fair opportunity competition using the JITC T&E MSS IDIQ. All T&E MSS contractors were afforded the opportunity to be considered. •(c) The action proposed to remove barriers to full and open competition is that DETF and Test and Evaluation support will be awarded utilizing the new TEC contract after this sole source award period of performance is complete. 9. REFERENCE TO THE APPROVED ACQUISITION PLAN (AP): In accordance with the exceptions under DISA Acquisition Regulations Supplement 7.103 (S-91)(1)(viii), an AP is not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0d7c036f00079e19d325d5f0eee83352)
 
Place of Performance
Address: 2001 Brainard Road, Building 57305, Fort Huachuca, Arizona, 85670, United States
Zip Code: 85670
 
Record
SN04807146-W 20180203/180201231619-0d7c036f00079e19d325d5f0eee83352 (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.