Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

R -- 6Mo Contract extension to the Consolidated Logistics Advisory and Assistance (CLASS) Contract

Notice Date
7/16/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
SLG10R00001
 
Archive Date
8/16/2010
 
Point of Contact
Victor Wells, Phone: 719-556-5021
 
E-Mail Address
victor.wells@peterson.af.mil
(victor.wells@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA882307D0003
 
Award Date
7/1/2010
 
Description
COORDINATION AND APPROVAL DOCUMENT/ JUSTIFICATION REVIEW DOCUMENT Contracting Activity: Space and Missile Systems Center (SMC), Contracts Division (PK) Purchase Request/Local Identification Number: Program Name and Program Element: Consolidated Logistics Advisory and Assistance Services (CLASS) Estimated Contract Cost: $15M (increase in contract ceiling) Type Program: PEO Program Authority: 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1(a)(2)(iii)(B) Type J&A: Individual Contracting Officer: ___________________________________________ Victor J. Wells SLG/PK Date DSN: 834-5021, COM: 719-556-5021 Program Manager: ____________________________________________ Michael P. Guthrie SLG/RM Date DSN: 834-2605, COM: 719-556-2605 Buying Office Contracting Official: ____________________________________________ Richard M. Williams SLG/PK Date DSN: 833-2909, COM: 719-556-2909 Local Legal ____________________________________________ Reviewer: Paul A. Reynolds SMC/JAQ Date DSN: 633-3851, COM: 310-363-3851 Competition Advocate: __________________________________ __________ Renay M. Campbell-Labriola SMC/PKX Date DSN: 833-2082, COM: 310-363-2082 APPROVED Senior Center Contracting Official: ____________________________________________ Joy M. White, SES SMC/PK Date DSN: 833-0887, COM: 310-363-0887 JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION I. CONTRACTING ACTIVITY Contract: FA8823-07-D-0003 Contractor: Science Applications International Corporation (SAIC) Requiring Activity: SMC SLG Acquisition Office: SMC SLG Contracting Office Location: Space and Missile Systems Center SMC SLG/PK 1050 E. Stewart Avenue Colorado Springs, Colorado 80914-2902 Contracting Officer: Mr. Victor J. Wells DSN 834-5021 Comm: (719) 556-5021 II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING PROCESSED This individual Justification and Approval (J&A) is for authority to increase the current contract ceiling by $15M from $49.5M to $64.5M for the Consolidated Logistics Advisory and Assistance Services (CLASS) contract provided by Science Applications International Corporation (SAIC). The current contract was awarded on 30 August 2007 with a base period of 31 Aug 07 to 31 Dec 07and 4 one calendar year options, 1 Jan 08 - 31 Dec 08, 1 Jan 09 - 31 Dec 09, 1 Jan 10 - 31 Dec 10 and 1 Jan 11 - 31 Dec 11, respectively. If all options were exercised the Period of Performance would have provided continued sustainment support through 31 Dec 2011 with an expected total contract value of $49.5M. However due to an unexpected increase in usage the current CLASS contract ceiling of $49.5M has been reached. The Space Logistics Group (SLG) initially projected the workload based on the program offices workload as of 2006. Since then program workloads have increased substantially. MILSATCOM and Space Based Infrared Systems (SBIRS) were not originally expected to utilize this contract but now accounts for $28M in requirements. This has resulted in increased reliance on the CLASS contractor to support the program offices with expertise and experienced personnel. The increase in support hours has caused the contract ceiling to run out ahead of schedule and with that the competitively awarded contract to SAIC has effectively ended. The purpose of this J&A is to extend services, for six months while a competition for a follow on acquisition is performed. The work to be performed during this period is solely to complete the residual work already placed on contract that will be required prior to the award of a new contract. Based on projected mission and workload requirements, the program office projects a ceiling increase of the contract value by $15M for a total contract value of $64.5M will accommodate the completion of the residual work. The CLASS contract provides services in support of the operation of systems supporting the Air Force Space Command (AFSPC) mission. CLASS provides A&AS to the Space and Missile Systems Center Logistics Group and related space organizations using Contractor Personnel resources through a single vehicle to optimize efficiencies for: planning, programming, sustainment and implementation cycles, development of policy, decision making, management and administration, etc, provide analysis/recommendations to Research and Development activities along with Engineering and technical advice. CLASS improves the effectiveness of management processes and/or procedures. CLASS support takes the form of advice, opinions, alternatives, analyses, evaluations, recommendations, training and technical support. CLASS improves the operation of systems supporting the Air Force Space Command mission. The SMC/SLG also requires CLASS support during several phases of planning, programming, sustainment, and implementation cycles of various government systems and complements the government's technical expertise in accomplishing its mission. III. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS The proposed increase covered by this J&A will allow the CLASS contractor to continue work until a follow-on contract is awarded. CLASS is an advisory and assistance services contract that provides SMC and related space organizations with the capability to execute effective support and responsive acquisition management in the areas of: Direct Weapon Systems Logistics A&AS Support Sustainment Manning Analysis Sustainment Personnel Assessment Maintenance Supportability Systems Engineering Data Management Supply Transportation Configuration Management Weapon Systems Training Program Management Equipment Specialist Tech Order Mgt Agency (TOMA) System Security Engineering Test and Evaluation Acquisition Planning The mission of the SMC SLG is to sustain and improve space weapons systems. This is accomplished by providing logistical support to various space organizations such as, but not limited to, Air Force Satellite Control Network (AFSCN), Spacelift Range System (SLRS), Global Positioning Systems (GPS), Defense Meteorological Satellite Program (DMSP), Military Satellite Communications (MILSTAR), and Space Based Infrared Systems (SBIRS). The mission of the SMC/LG also includes providing support to the assigned System Support Managers (SSMs) and System Program Directors (SPDs) in meeting life-cycle performance and cost requirements in support to the Air Force Space Command (AFSPC) and Air Force Weather Agency (AFWA) mission. IV. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION This request is made pursuant to the authority of 10 USC 2304(c)(l), as implemented by FAR 6.302-1 (a)(2)(iii)(B), "Only one responsible source and no other supply or services will satisfy agency requirement when it is likely that award to any other source would result in unacceptable delays in fulfilling the agency's requirements." V. DEMONSTRATION THAT THE CONTRACTOR'S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE (APPLCABILITY OF AUTHORITY) Pursuant to the cited authority, full and open competition need not be provided when it is likely that award to any other source "would result in unacceptable delays in fulfilling the agency's requirements", FAR 6.302-l(a)(2)(iii)(B). Failure to retain the current contractor throughout the current contract duration would result in harm to government operations due to the following issues: • Key sustainment personnel with experience in CLASS requirements and infrastructure are critical to program stability. It is unlikely that current employees would transfer to another contractor for such a short period of time especially while SAIC would be competing for the follow-on contract. • The learning curve that is required would cause a negative impact on the mission. • Consistency and prevention of unacceptable delays in program activities are crucial to the mission. SMC's ability to sustain weapon systems shall be at undue risk and shall jeopardize our ability to maintain operational capabilities of the Air Force Space Weapon Systems if we do not increase the ceiling of the current CLASS contract with the current contractor. However, to reiterate, the reason for this J&A is to solely support the invoking of FAR 52.217-8, Option to Extend Services for six months while a competition for a follow on acquisition is performed. The work to be performed during the period is solely to complete the residual work already placed on contract that will be required prior to the award of a new contract. VI. DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE This effort is in the process of being re-competed and the official Source Selection process will begin soon. Market research started on 10 February 2010. This Source Selection will be a full and open competition competitive acquisition. Contract award is expected in December 2010. VII. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE The work to be performed under this J&A to extend services for six months is still within the original period of performance of the contract. The Contracting Officer will utilize the current contract rates and any other necessary cost and pricing data to ensure the cost to be fair and reasonable. VIII. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS, OR A STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED Market Research is being conducted on the follow-on requirement. The purpose of this action is to provide continued contractual coverage for the advisory and assistance services support of SMC programs. The work is within the original period of performance and the ceiling is being increased to complete orders already on contract for this calendar year. A notice was posted to FedBizOps on 15 Jun 10 to inform industry of the circumstances leading to this extension and of the Government's intention to extend accordingly. The notice also reiterated the potential opportunity to contract for the subsequent follow-on effort. The Contracting Officer suspects no objections will be submitted prior to the 15-day expiration date of 30 Jun 10. The current contract was issued in accordance with FAR Part 6.1 to SAIC. IX. ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION This requirement is in the process of being re-competed. The new procurement will be full and open competition. The continuation of services to the end of the calendar year is to complete the orders already on contract until a new contract can be awarded. Any other contractor other than the current contractor would cause disruptions and confusion to the programs for this short time needed to support the programs. X. LIST OF SOURCES, IF ANY, THAT EXPRESSED INTEREST IN THE ACQUISITION N/A XI. A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE MAKING SUBSEQUENT ACQUISITIONS FOR THE SUPPLIES OR SERVICES REQUIRED The follow-on action will be full and open competition. The increase in workload leading to the sudden approach to the contract ceiling has resulted in this six month continuation of services with subsequent increase in ceiling to complete contract orders and support to the end of this calendar year. XII. CONTRACTING OFFICER'S CERTIFICATION The Contracting Officer's signature on the Coordination and Approval Document/Justification Review Document is evidence that he has determined this document to be both accurate and complete to the best of his knowledge and belief. (FAR 6.303-2(a)(12)). XIII. Technical/Requirement Personnel's Certification As evidenced by the signature on the Coordination and Approval Document/Justification Review Document, the Program Manager of SLG/RM certified that any supporting data contained herein is both accurate and complete. The Program Manager for this effort is responsible for verifying the technical requirement for this effort. (FAR 6.303-2(b))
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/SLG10R00001/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80914-2909, United States
Zip Code: 80914-2909
 
Record
SN02208872-W 20100718/100716235236-2025b2798529507d36fd0330c2efa88d (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  © 1994-2020, Loren Data Corp.