Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

D -- Information technology support services for the USAREUR Operation Communication Information Systems and Joint Coalition Information Systems - Justification and Approval (J&A)

Notice Date
4/7/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Wiesbaden Contracting Center (PARC Europe, 409th CSB), ATTN: AEUCC-C, CMR 410, Box 741, APO, AE 09096-0741
 
ZIP Code
09096-0741
 
Solicitation Number
WCC-10-07
 
Archive Date
5/7/2010
 
Point of Contact
Lourdes Schroeder, 49-611-816-2200
 
E-Mail Address
Wiesbaden Contracting Center (PARC Europe, 409th CSB)
(lourdes.schroeder@us.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912CM-10-P-TBD
 
Award Date
6/1/2010
 
Description
Signed J&A 1. Contracting Agency. 409th Contracting Support Brigade (409th CSB), Expeditionary Contracting Command-Europe, Wiesbaden Contracting Center 2. Nature and Description of the Action. The action being requested is an approval for award without providing for full and open competition through award of a task order under the US Army's Computer Hardware, Enterprise Software and Solutions (CHESS) ITES-2S contract, W91QUZ-06-D-0012, on a sole source basis to provide continuation of information technology support services in support of the USAREUR Commander's enterprise computers, which are required to command and control U.S. Army Europe (USAREUR) forces. This request facilitates ensuring continuity of operations and the transition of services from the Air Force administered ICE 2 contract, F09603-03-D-0095-P00010, Task Order 6108, which will expire on June 30, 2010 before its planned full period of performance due to ceiling limitations, to a future competed contract task order, which is currently being developed in coordination between USAREUR and the 409th CSB. To ensure continuity of operations while a follow on competitive acquisition is being prepared, this proposed action encompasses the award of a sole source, Task Order for the period of 6 months to General Dynamics Information Technology (GDIT), who is currently the incumbent contractor providing these services. The estimated value of the proposed task order is $10.M and the performance period is limited to six months because the task order is needed to fill the gap between end of the current ICE2 contract vehicle (30 June 2010) and the start of a new three-year contract that will be competed. The anticipated award date for this new contract is 20 September 2010 with a performance commencement date of 1 January 2011, which will allow for a 90-day phase-in period. Army O&M FY10 funds will be used to fund this action. The estimated value, $10.0 M, includes a 6-month base and possible 6-month extension under FAR 52.217-8. 3. Description of Supplies and Services. USAREUR's mission is to provide expeditionary force capabilities to fight the Global War on Terror, maintain NATO and other coalition partnerships, conduct security cooperation activities, train for and conduct joint and combined operations, and provide theater logistics support in order to achieve COCOM and national strategic objectives. USAREUR is a Major Army Command and is a component of U.S. European Command (EUCOM). The Joint Coalition Information Systems (JCIS) Division is the Information Technology (IT) service provider to Headquarters, U.S. Army Europe (HQ USAREUR). JCIS is comprised of over 100 military, civilian and contract personnel, managing over 300 servers, providing Full Spectrum IT support for HQ USAREUR, HQ IMCOM-E, and V Corps from the office to the battlefield. JCIS is an arm of the European IT Enterprise and provides Service Desk numerous Enterprise services, to include SIPR Exchange Email, Enterprise SharePoint, the Global Army Resource Forest, consolidated public website hosting and Theater VIP support; and Site-S tenants included HQ U.S. Air Force Europe (USAFE), Product Manager Joint - Automatic Identification Technology (PM J-AIT), Department of the Army Inspector General (DAIG), Defense Health Information Management Systems (DHIMS), European Regional Medical Command (ERMC), and 5th Signal Command. Headquarters USAREUR, Operation Communication Information Systems (OP CIS), Joint Coalition Information Systems (JCIS) Division provides Enterprise Information Technology (IT) services and support 24/7, 365 days a year to the HQ USAREUR 4-star General Officer Command and HQ Installation Management Command-Europe (IMCOM-E) activities. The OP CIS, JCIS relies solely on the Air Force's ICE2 contract for its enterprise IT services. Technical IT support is provided by over 50 contractor employees to approximately 3500+ users in Heidelberg, GE and units engaged in fighting GWOT, HQs Army Transformation efforts, and ongoing mission such as the Joint Task Force - East. 4. Statutory Authority Permitting Other Than Full and Open Competition. The statutory authority permitting other than full and open competition is 10 U.S.C. Section 2304 (c)(1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1(a)(ii) & (iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 5. Identification of the Justification Rationale. The US Army Europe was under the expectation that the Air Force's ICE 2 contract would continue through the full life span and complete its period of performance. Due to the notification by the Air Force contracting officer that the ICE 2 ceiling is approaching its allowable limit and the increase request had been denied, the contract that is currently servicing US Army Europe's requirements is no longer available past 30 June 2010. As a result, the Government has only been given a limited amount of time to transition to a newly developed contract task order. The Government has all intentions to fully compete these requirements and is requesting this sole source award as a bridging strategy for the additional 6 months needed to prepare a follow on competitive acquisition. In the long term, USARUER is preparing to merge these requirements together with the Theater C4I Contract, and award these requirements through competition under the new Theater War-Fighter C4I Contract Task Order anticipated to be awarded by October 1st, 2010. The C4I Contract Task Order is being developed in partnership between the IT Theater Business Office (IT-TBO) and the 409th CSB, and will provide for greater efficiencies and interoperability of War-Fighter IT systems throughout the theater of operations. In accordance with FAR 6.302-1, there is only one responsible source capable of providing the continuous provisioning of these highly specialized IT services for a 6 month period. Award under a competitive scenario to any other source would result in unacceptable delays in fulfilling of the agency's requirements, cause a break in services, and result in the creation of substantial costs that are duplicative and not likely to accepted by the new contractor, or recouped by the Government. If an interim competitive contract was to be awarded for six months to any other source other then the incumbent contractor, the Government would bear the costs of contractor relocations (est. $42,500 per relocation) up to 4 times during this transition period including: once for the outgoing ICE2 contract, twice for the interim 6 month contract incoming and outgoing, and once for the final Theater War-Fighter C4I contract. This could result in up to $8.5M in duplicative costs, ($170,000 x 50 positions) within a period of 12 months for which the Government would not recoup these costs. Even if the number of employees or the cost of relocation each of them varies over the next 6 months, the cost is still significant. Additionally, the ability to transition information technology service contracts and contractor personnel in the OCONUS theater of operations is impacted highly by Host Nation laws and agreements, which specify the requirement for Technical Expert Status Agreement (TESA) approval. The continuation of these services, which are critical to the command and control of USAREUR forces is dependent on the transition from the ICE2 contract, which has been approved by the Host Nation for TESA, to an alternative contract task order that has not yet been reviewed by the Host Nation and would need to be awarded by NLT 30 March 2010 to allow for Host Nation TESA review and compliance in time for performance to begin on 1 July 2010. Therefore, any award under competitive means post 30 March 2010, would cause a break in services due to the contract and contractor personnel not being approved for TESA. Furthermore, the relocation of contractor personnel and 90 day in processing/out processing of incumbent and incoming contractors make the Sole Source solution the only viable acquisition strategy to fulfill this minimal period of performance requirement of 6 months. A competitive contract action of 6 months to transition in another contractor will absorb180 days of performance time administratively and suspend performance for this effort resulting in unacceptable delays or break in services. 6. Actions to Remove Barriers to Future Competition. The recently convened IPT has started the development of a performance specification that will support competition for the future acquisition of these IT services. 7. Market Research. This effort was synopsized on 19 January 2010 on the Federal Business Opportunities website in accordance with the requirements for FAR 5.2. To date, no responses have been received. However, all responses that are received will be considered for future acquisitions of these services under the follow on competitive Theater War-Fighter C4I contract. 8. List of Interested Sources. No sources have expressed, in writing, an interest in this acquisition 9. Any Other Facts Supporting the Justification. Technical data packages, specifications, and a performance work statement suitable for full and open competition are being developed for the three-year contract that is planned to succeed the current ICE2 contract vehicle, but are not available as of yet. An Integrated Project Team (IPT) has been convened to develop the necessary pre-award documentation, and a Source Selection and Evaluation Board will be assembled once the Principal Assistant Responsible for Contracting (PARC) approves the Acquisition Plan for the competed acquisition. Federal Acquisition Regulation clause 52.217-8, Option to Extend Services, will be included in the proposed task order, and the guidance outlined in PARC Policy #1 dated 13 January 2010 will be followed in the event that there is a need to extend services beyond 31 December 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e514c5ec36a4a409b900327217631ab8)
 
Record
SN02115962-W 20100409/100407235912-e514c5ec36a4a409b900327217631ab8 (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.