Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2007 FBO #2078
SOLICITATION NOTICE

R -- Notice of Intent to Extend the Period of Performance

Notice Date
8/3/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
1000 Independence Ave. SW, Washington, DC 20585
 
ZIP Code
20585
 
Solicitation Number
DE-AC01-07SO20188
 
Response Due
9/4/2007
 
Archive Date
3/4/2008
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Energy, Office of Health, Safety, and Security , Office of Classification (OC) intends to extend the period of performance of contract number DE-AC01-04SO20188 with CSC Systems & Solutions LLC (CSC) on a sole source bridge basis to provide uninterrupted support while a new competitive procurement is competed that will replace the CSC contract. See FedBizOpps Synopsis number DE-RP01-07HS07002 issued on March 1, 2007 (the RFP). Proposals have been submitted, evaluation is underway, and award is anticipated under the RFP in the near future. The extension will continue the performance period for an initial three month period and shall include three (3) additional three-month option periods. However, it is possible that no extension will be required (i.e., award is made before the expiration of the CSC contract, no challenge against an award under the RFP is made, and the CSC contract can be transitioned to the new contract awarded under the RFP). However, in an abundance of caution, this extension is intended to ensure continuity of services in case the award is challenged and to provide for a transition period to the new contract as provided in the RFP. The extended period of performance will be from September 22, 2007 through September 21, 2008. The first three month option period starts December 22, 2007 and the second three month period starts March 22, 2008. This extension is being made noncompetitively based on the exclusion found at Federal Acquisition Regulation, FAR 6.302-1(a), which authorizes other than full and open competition when there is only one responsible source and no other supplies or services will satisfy agency requirements within the required time-frame. To DOE???s knowledge and belief, only CSC has the requisite number of Q cleared personnel with the highly specialized technical experience to ensure that the OC???s requirements are met within the required delivery schedules. No other firm has the requisite knowledge, experience and capability to assume the critical, highly specialized technical support without interruption, pending the award of a new contact under the RFP and the transition from the CSC contract to the new contract awarded under the RFP. The present contract with CSC ends on September 21, 2007; THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE FOR THIS REQUIREMENT. Interested, responsible sources may submit information regarding their capability to perform this requirement, which shall be considered by the Department. Information received will be considered for the purpose of determining whether or not to conduct a competitive acquisition. CSC currently provides specialized technical, analytical and administrative support services in support of: a - the development, revision, review and production of classification and control guidance; b- the development, revision, and review of policy and procedures, including supporting appraisals of the Departments classification and controls programs; c- support in the development of education coursework and the provision of training related to classification and control requirements; and d- general administrative, file room, and mail room management support involving classified materials. All support provided is required to be in accordance with DOE Order 471.1A, Identification and Protection of Unclassified Controlled Nuclear Information; DOE Manual 470.4-4, Information Security; DOE Manual 475.1-1A, Identifying Classified Information; the Atomic Energy Act of 1954, as amended, including implementing regulations; the Privacy Act of 1974, as amended, including implementing regulations; Executive Order 12958, Classified National Security Information, as amended, including implementing regulations; 32 Code of Federal Regulations, CFR Chapter XX, Information Security Oversight Office, National Archives and Records Administration; 10 CFR Part 1017, Identification and Protection of Unclassified Controlled Nuclear Information; 10 CFR Part 1045, Nuclear Classification and Declassification, and all other applicable regulations and di rectives. The level-of-effort for the three-month extended period of performance is 18,036 Direct Productive Labor Hours (DPLH) and 18,036 DPLHs for each of the three (3) three-month option periods. The estimated ceiling price for the three-month extended period of performance is $1.4 million; it is anticipated that similar ceilings would be applicable to option periods. It is estimated that the level-of-effort will require approximately 42 full-time equivalent personnel: Key personnel: one Program Manager; one Senior Technical Analyst; one Senior Policy Analyst; and one Senior Trainer. Non-key personnel: Policy Analysts, Technical Analysts, Administrative Assistants, Training Specialists, File Room Clerks, Document Reviewers, File Room Supervisors, Security Assistant, and Training Assistant. All personnel performing under this effort are required to possess a current DOE Q access security clearance. Personnel supporting the policy and procedures effort are required to have a high level of expertise relative to classification/declassification and unclassified controlled information policy. Technical personnel supporting the classification and controls effort are required to have specialized nuclear-related classification experience, and must be authorized Derivative Classifiers, Derivative Declassifiers or Unclassified Controlled Nuclear Information, UCNI Reviewing Officials. Training personnel must meet similar qualifications as the classification and controls personnel, but must also have training experience in the classification and controls area. The Statement of Work and the Position Qualifications for the CSC contract are provided on the Department???s Industry Interactive Procurement System. The following areas of expertise will be required to respond to current and likely future work during the option time periods: nuclear materials production, material control and accountability inventories/nuclear material inventories, isotope separation technology/atomic vapor laser isotope separation technology, gaseous diffusion technology, gas centrifuge technology, proliferant enrichment technology, fissile material fuel processing, nuclear weapons design and testing, arms control and nonproliferation, radiological emergency response, radioactive dispersal devices, improvised nuclear devices, international programs such as the URENCO centrifuge, United Kingdom material transfers, space nuclear reactors, safeguards and security, radioactive waste transportation, and chemical/biological technology. Any responding party must provide a capability statement demonstrating its capability, as discussed above, which must include the following, as these items are necessary to demonstrate that the responding party is capable of performing the contemplated work without interruption: (1) a statement that proposed personnel are currently employed by the responding party and will be available to perform the contemplated work; or a letter of commitment from personnel that the responding party intends to use to perform the contemplated work who are not currently employed by the responding party, demonstrating that they will be available to perform the contemplated work; (2) a chart or other synopsis of the educational and experience qualifications of personnel proposed for the contemplated work; (3) a chart or other synopsis demonstrating that proposed personnel currently hold a ???Q??? access authorization; (4) a copy of any teaming, subcontract, or other agreement between any parties that would be performing the contemplated work as part of a team; and (5) a certification that the responding party possesses a facility security clearance and complies with the Foreign Ownership, Control, or Influence, FOCI program. Responses to this synopsis must be received via the Department???s Industry Interactive Procurement System by 2:00 p.m. on September 4, 2007 to be considered. The web address is http://e-center.doe.gov, and assistance in submitting a capability statement through the system can be obtained by calling the help desk at 1-800-683-0751 b etween 8:00 a.m. and 8:00 p.m. eastern time, Monday through Friday. The information received in response may also be used for other market research purposes. Numbered Note 22 applies.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/428A46100937B4EF8525732C0067F26B?OpenDocument)
 
Record
SN01361412-W 20070805/070803220551 (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.