SPECIAL NOTICE
D -- Ceiling increase for National Cyber Range II (NCR II)
- Notice Date
- 7/29/2022 7:33:02 AM
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-20-D-0001
- Response Due
- 8/15/2022 1:00:00 PM
- Point of Contact
- Debora Wells, Phone: (407) 384-5106
- E-Mail Address
-
debora.l.wells.civ@army.mil
(debora.l.wells.civ@army.mil)
- Description
- The Army Contracting Command � Orlando (ACC-O) proposes to increase the ceiling for an existing single-source indefinite-delivery/indefinite-quantity (ID/IQ) contract [namely National Cyber Range II (NCR II), W900KK-20-D-0001].� This ID/IQ contract provides event planning and execution; systems engineering; security; operations and maintenance of the NCR located within the Lockheed Martin Company Rotary and Missions Systems (LM RMS) facility at 100 Global Innovation Circle, Orlando, FL.� In addition, the contract supports relocating the NCR 3.0 equipment/architecture from the contractor facility to the Government facility Partnership V (PV) building while continuing event planning and execution using the NCR 2.0 architecture at the contractor�s facility.� The contract also covers the maintenance of both NCR 2.0 and 3.0 architectures at both contractor�s facility and government�s facility. The additional ceiling is required to: continue event operations and cyber table top (CTT) exercise support while competing and awarding critical Event Planning, Operations, and Support (EPOS) task orders (TOs) to include ramp-up periods for the new EPOS performers; maintain NCR 2.0 architecture at contractor�s facility in order to continue event operations; maintain NCR 3.0 architecture at PV, 4th floor until new EPOS TOs are awarded; support post-Assessment and Authorization (A&A) actions; address Program Problem Reports (PPRs) and their resolution; and maintain and update the Technical Data Package (TDP). It is anticipated that these actions will require an estimated increase of $25.5M in the contract maximum ceiling value; raising it from $93M to $118.5M.� Title 10, United States Code (U.S.C.), Section 2304a (d)(3), as implemented by Federal Acquisition Regulation (FAR) 16.504(c)(1)(ii)(D), prohibits award of a task order/delivery order contract in an amount that exceeds $112 million (including all options) to a single source unless the head of the agency determines in writing that the contract meets one of four exceptions listed.� Pursuant to Defense Federal Acquisition Supplement (DFARS) 216.504(c)(1)(ii)(D)(i), the authority to make the determination shall not be delegated below the level of the Senior Procurement Executive. The statute provides an exception to the general provision under Title 10, U.S.C. Section 2304(a)(d)(3), as implemented by FAR 16.504(c)(1)(ii)(D)(1)(i), to the prohibition against award of a single-source task order or delivery order when the task or delivery orders expected under the contract are so integrally related that only a single-source can efficiently perform the work. Thus, to ensure minimal operational impact during the NCR II to NCRC EPOS transition, the estimated $25.5M contract ceiling increase for NCR II ID/IQ contract is required to cover the following: Support event operations & CTTs while competing and awarding 7 EPOS task orders and ensuing new performers� ramp-up periods Maintain NCR 2.0 architecture at contractor�s facility to continue event operations Maintain NCR 3.0 architecture at PV, 4th floor until new EPOS TO awards Support post-Assessment and Authorization (A&A) actions Address Program Problem Reports (PPRs) and their resolution Maintain and update TDP The $25.5M ceiling increase request will continue the execution of DoD cyber T&E and training mission seamlessly; allow time to compete and award EPOS TOs; allow NCRC EPOS performers to ramp-up and become operational; and maintain NCRC technical architecture currency and Authorization to Operate (ATO) baseline.� This notice of intent is not a request for competitive proposals/quotes.� This is not a solicitation for proposals/quotes or an invitation for bids. This synopsis is for informational purposes only. The Government does not anticipate receiving responses to this notice of a non-competitive action.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d425aaf09b8641fbab7cd57995b01b57/view)
- Place of Performance
- Address: Orlando, FL 32826, USA
- Zip Code: 32826
- Country: USA
- Zip Code: 32826
- Record
- SN06407180-F 20220731/220729230114 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |