Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2022 SAM #7697
SPECIAL NOTICE

R -- Logistics and Operational Support Services

Notice Date
12/22/2022 7:16:45 AM
 
Notice Type
Justification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ASPR Office of Resource Management Washington DC 20515 USA
 
ZIP Code
20515
 
Solicitation Number
75A503-23-Q-00001
 
Archive Date
01/21/2023
 
Point of Contact
KImberly Golden
 
E-Mail Address
ixm9@cdc.gov
(ixm9@cdc.gov)
 
Award Number
GS-00F-022CA
 
Award Date
12/01/2022
 
Description
The order must be issued on a sole-source basis in the interest of economy and efficiency. The current contract was awarded utilizing competition against a GSA schedule and support services being provided are an essential component of SNS� preparedness and response strategy and will continue to enable the ability to protect and save American lives. The rationale for using FAR 8.405-6(a)(1)(i)(C) is in the interest of economy and efficiency. FAR subpart 8.4 offers this unique sole source authority that allows the government to maintain critical contractor continuity and vital contractor institutional knowledge and experience of a well-performing incumbent. The new work has a logical relationship to the original order placed to Leidos Inc., under the FSS/GSA Schedule GS-00F-022CA, Task Order 200-2017-F-96253 which was awarded in accordance with the applicable Federal Supply Schedule ordering procedures. The original order was not previously issued as a sole-source or limited-sources procedures, but rather was a Full and Open Competition�award, which allows the government to take full advantage of this authority. The expertise and knowledge provided by the incumbent supports the efficiency required to continue uninterrupted operational support services, without any degradation of services that SNS relies on. The incumbent staff is currently orientated and credentialed to perform services with the appropriate security clearances that are required to accomplish this work. In addition, the incumbent can provide these services with no transitional start-up, mobilization, or on-boarding delays (which is often lengthy and is required prior to performing services) hereby eliminating performance risks and potential delays in support of the reorganization of ASPR as a whole, SNS, the warehousing and business processes moving from multiple servers to the �cloud�, all of which have anticipated completions of 3 years and could not have been anticipated in advance of the COVID-19 pandemic.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/44644f3207254bc685aff5a7c276e2f5/view)
 
Place of Performance
Address: VA 20190, USA
Zip Code: 20190
Country: USA
 
Record
SN06550375-F 20221224/221222230107 (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 |
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.