SOLICITATION NOTICE
D -- RWC and RRCC Refresh-Rebuild
- Notice Date
- 10/1/2019
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Region IV, 3003 Chamblee Tucker Road, Atlanta, Georgia, 30341, United States
- ZIP Code
- 30341
- Archive Date
- 10/31/2019
- Point of Contact
- Nicole L. Joseph, , Thomas Whaley,
- E-Mail Address
-
nicole.joseph@fema.dhs.gov, thomas.whaley@fema.dhs.gov
(nicole.joseph@fema.dhs.gov, thomas.whaley@fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Award Number
- HSHQDC-13-D-00019_70BFR419F00000282
- Award Date
- 9/27/2019
- Description
- 1. Agency and Contracting Activity. Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for an Exception to Fair Opportunity." The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Systems Development Engineering and Integration (SDEI) Division is responsible for providing critical engineering support to the FEMA during disaster periods and during steady-state operations. The contractor shall provide installation services and new equipment for Enterprise voice and video services in support of all FEMA Region IV components, specifically the Regional Watch Center, and Regional Response Coordination Centers. These offices constitute the hub of region IV activities in support of all FEMA components across all regions, to include FEMA Network Operations Center and FEMA Disaster Response Support Activities. 2. Nature and/or description of the action being approved. Pursuant to FAR 16.505(b)(2)(ii)(B) FEMA intends to award a Firm Fixed Price (FFP) Task Order under the First Source II contract number HSHQDC-12-D-00019 to Blue Tech Inc, 4025 Hancock St. Ste 100, San Diego, CA 92110. First Source is a multiple award, Indefinite Delivery, Indefinite Quantity contract for installation services and new equipment being procured are as follows: Regional Watch Center (RWC) Refresh - Rebuild, RRCC Move - Refresh including (1) 2 - 8h x 16w (5x2 Display setup (Left Side Video Wall Five 55" top/Five 55" Below - Right Side Video Wall Five 55" top/Five 55" Below)) Video Walls on a free-standing sturdy metal structure, 2 ea. (2) CISCO VTC Package with 2 Cameras (3) Audio and Mic System (4) Devices to support 12 Displays - Zoning/Overflow (5) Devices to support content capability with HDMI to push content from 2 workstations and display VTC, Cable TV & Satellite. 3. A description of the supplies or services required to meet the agency's need Provide installation services and new equipment for Enterprise voice and video services in support of FEMA's Region IV Headquarters move to the new facility. Specifically, the Region IV Regional Watch Center, and Regional Response Coordination Center Activities. Necessary services to support the Office of the Chief Information Office's (OCIO) Systems Development Engineering and Integration (SDEI) Division's Enterprise Audio Video standards. Under the new task order, Blue Tech Inc. will be required to RWC Refresh - Rebuild, RRCC Move - Refresh including (1) 2 - 8h x 16w (5x2 Display setup (Left Side Video Wall Five 55" top/Five 55" Below - Right Side Video Wall Five 55" top/Five 55" Below) Video Walls on a free-standing sturdy metal structure, 2 ea. (2) CISCO VTC Package with 2 Cameras (3) Audio and Mic System (4) Devices to support 12 Displays - Zoning/Overflow (5) Devices to support content capability with HDMI to push content from 2 workstations and display VTC, Cable TV & Satellite. These services are necessary to support RWC. 4. Identify the exception to fair opportunity and supporting rationale, including a demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the exception cited. FAR 16.505(b)(2)(i)(C). The order must be issue 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. Reason for Authority Cited: This task order follows an order that Blue Tech Inc. previously was competitively awarded task order HSHQDC-13-D-00019/70FA3018F00000779 on 9/29/2018, to move and modernize the Region IV Audio, Video and Visual technology to a fully operational state at the new Region IV location. All awardees were given a fair opportunity to submit a proposal to the original task order identified above. The new task order is a "logical follow-on" because another contractor could not make comparable improvements to the building/structure without first performing its own assessment, and at this stage that would result in wasteful duplication of costs, time and work already completed. The Government has a move out deadline date of December 2019 from the current building, with an option of three months on a month-to-month lease. Any further delays will result in increased lease prices if the current building is not vacated as promised, therefore the new building must be completed within the required timeline. Also, inserting another contractor at this time would require the government to perform the role as the technical integrator between two contractors to ensure continuity and smooth transition; presently, Region IV is not staffed to provide this type of service. The mitigation path is to avoid the need of the role of an integrator between disparate contractors and have one single contractor accountable to design and execute the required services. Research suggests that a new fair opportunity competition task order and the potential introduction of another contractor would result in a duplication of costs, time and efforts, which is not anticipated to regain through competition. Any alternative contractor would have to perform their own assessment of the building, train their staff to the new requirement before they can begin the work, thereby further increasing the timeline for completion of the Government needs and requirements. The follow-on task order will result in the continual successful operation and improvement of the Audio-visual Installation/Equipment System and meeting the Government's critical timetable. 5. Determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. The Contracting Officer determined the price to be fair and reasonable based on the previous competitively awarded task order HSHQDC-13-D-00019/70FA3018F00000779, for the same or similar work and also a review of the GSA pricing guide. 6. Any other facts supporting the justification. N/A 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. Adequate competition exists, however, as this is a logical follow-on to an existing competitive order, it is more economical and practical for the Government to award to current contractor in place. 8. DHS intends to post this requirement on FedBizOpps pursuant to FAR 16.505(b)(2)(ii)(D). N/A 9. Technical/Requirements Personnel Certification. Pursuant to FAR 16.505(b)(2)(ii)(B)(9), I certify that this requirement meets the Government's minimum need and that the supporting data, which form a basis for the justification, are accurate and complete. _______________________________ ___________ Technical Representative/COR Date 10. Contracting Officer Certification and Approval * Pursuant to FAR 16.505(b)(2)(ii)(B)(8), I certify that this justification is accurate and complete to the best of my knowledge and belief and hereby determine that the circumstances for an exception to fair opportunity exist: _________________ __________ Contracting Officer Date
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bb5f6baed6073d591cbf28fe6a28a240)
- Place of Performance
- Address: 3003 Chamblee Tucker Rd, Atlanta, Georgia, 30341, United States
- Zip Code: 30341
- Zip Code: 30341
- Record
- SN05465146-W 20191003/191001230741-bb5f6baed6073d591cbf28fe6a28a240 (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 |