Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SPECIAL NOTICE

R -- Notice of Intent

Notice Date
8/6/2010
 
Notice Type
Special Notice
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS/Acquisition Directorate - Kent St., 1777 Kent Street, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
08062010345
 
Point of Contact
Christopher Henshaw, Phone: 7036962005, DAVE L. PRICE, Phone: 7036963970
 
E-Mail Address
christopher.henshaw@whs.mil, DAVE.PRICE@WHS.MIL
(christopher.henshaw@whs.mil, DAVE.PRICE@WHS.MIL)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR QUOTE – THIS IS A NOTICE OF THE GOVERNMENT’S INTENT TO ISSUE A SOLE SOURCE AWARD TO CACI INTERNATIONAL, INC. FOR CONTINUATION OF EXISTING MISSION ESSENTIAL WORK FOR THE OSD COMMUNITY. WHS Acquisition Directorate intends to issue a contract to the incumbent contractor, CACI International, Inc. on a sole source basis under authority of FAR 6.302-1(a) (2), only one responsible source and no other services will satisfy the agency’s requirements. This contract will provide for an approximate 30-day transition phase with performance currently scheduled to commence December 1, 2010 under the follow-on competitive contract being solicited under Net-Centric Integrated Enterprise Information Technology Solutions (NIEITS) RFP HQ0034-10-R-0046. The delay in issuance of the follow-on RFP is due to the significant comments received from industry in response to draft documents posted in the Fed Biz Ops dating back to March 2010, changes in legislation, and significant efforts to obtain consensus from approximately 14 OSD Principal Staff Advisors offices to agree on a common set of standards in finalizing their requirements. The initial sole source contract performance period will be for approximately three months from September 28, 2010 through December 31, 2010, and will include three (3) one-month option periods to allow the Government to extend the term of the contract. The options are only being included to allow the Government to extend the performance period on a month-to-month basis in the event award and/or performance under the follow-on competitive contract is delayed. This action is necessary in order to maintain continuity of vital mission essential recurring services for IT systems and business applications, affecting operations within the Office of the Secretary of Defense (OSD), the Pentagon, and National Capital Region. Operations services include IT Helpdesk, Server and Desktop Operations, Asset Management, Information Assurance, Governance and Configuration Management, Security Services, and Applications Development and Support. Engineering services provide for system patches, upgrades, changes, repair of systemic problems, and facilitate transition to the OSD Target Architecture, including transitioning servers to the Army’s Information Technology Agency. Both the Operations and Engineering services provide support to a customer base of approximately 6,500 users. The user base is located in approximately 80 buildings in the National Capital Region, predominately in the Pentagon, Rosslyn, and Crystal City. CACI International, Inc. is the only source that can provide uninterrupted service with no degradation in support as they hold critical knowledge and expertise which are vital to the continued operations of the IT infrastructure, business applications, and processes, while the Government competes the follow-on acquisition. If this requirement is awarded to a new contractor, major disruptions will occur as the new contractor learns to operate and maintain the numerous unique and specialized applications within a very short period of time and for a very short period of time. Award to any other source during this interim period would result in a lapse in service which would result in mission failure. This notice of intent is not a request for competitive proposals. Any response to this notice must show clear and convincing evidence that competition pending award of the follow-on contract would be advantageous to the Government. If no affirmative written response is received, the contract will be issued without further notice. Interested parties may identify their capabilities with respect to this requirement by Monday, August 16, 2010. However, all information received will be considered by the Government. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The primary North American Industry Classification System (NAICS) code is 541513 with a size standard of $25.0 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/WHSAPO/08062010345/listing.html)
 
Record
SN02231770-W 20100808/100806235219-0dc0c27f4509780dba4d18f8463883f8 (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.