Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2010 FBO #3323
MODIFICATION

70 -- HUDOIG Wide Area Network

Notice Date
12/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Acquisition Operations Division (1QZA), 10 Causeway Street, Room 1085, Boston, Massachusetts, 02222, United States
 
ZIP Code
02222
 
Solicitation Number
HUDOIG_WAN
 
Point of Contact
Anthony W. Pellegrino, Phone: 617-565-5750, James Fahey, Phone: (617) 565-5170
 
E-Mail Address
anthony.pellegrino@gsa.gov, james.fahey@gsa.gov
(anthony.pellegrino@gsa.gov, james.fahey@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Special Notice published for market research purposes only. This is not a solicitation and there is no solicitation available as of the date of this Special Notice. The General Services Administration, as the Contracting Agency for The Department of Housing and Urban Development, Office of Inspector General as the Requiring Agency, is conducting Market Research to determine the extent to which competing a requirement will result in substantial duplication of cost to the Government which is not expected to be recovered through competition. In 2008, the HUD OIG through its Information Technology support contractor, competed a requirement to provide telecommunications and server hosting support for the network and disaster recovery servers, provide dashboard reporting of network status, and provide a network that supported IPv6 and provided VPN access. The change was required to separate the HUD OIG telecommunications and Information Technology services from the HUD telecommunications and Information Technology services. A Request for Proposals was issued to three (3) vendors, quotes were received from two (2), and Verizon was awarded the subcontract. The initial start date of the Verizon subcontract was October 15, 2008 and it will end on May 6, 2011. The Government intends to award a follow-on contract to Verizon, or one of its subsidiary companies, on a non-competitive basis. Under 41 U.S.C. §253(c), an executive agency may use procedures other than competitive procedures if the services needed by the executive agency are available from only one responsible source and no other type of property or services will satisfy the needs of the executive agency. This exception applies in the case of a follow-on requirement for the continued production of a major system when it is likely that award to a source other than the original source would result in substantial duplication of cost to the Government which is not expected to be recovered through competition, or unacceptable delays in fulfilling the executive agency's needs. Under such circumstances, the services may be deemed to be available only from the original source and may be procured through procedures other than competitive procedures. A draft version of the Performance Work Statement (PWS), substantially the same as will be included in the intended Verizon follow-on contract, is attached. Any acronyms that follow are defined in the PWS. Awarding a contract to a company other than Verizon to provide the required services as detailed in the PWS will duplicate the cost of migrating the CSF and DRF - a cost the government incurred in late 2008 and early 2009. The government would also incur the cost of continuing the Verizon services while the new service provider moves and replaces the nationwide circuits. A new service provider would need to install approximately fifty (50) circuits and circuit installation requires approximately forty-five (45) days to complete. The larger and more complex DS3 circuits take much longer than forty-five (45) days to install. Additionally, the router at each of the approximately forty-seven (47) HUD OIG site is specialized equipment owned and managed by Verizon. The routers, along with the circuits, require replacement if a new service provider is selected. It is unlikely that HUD OIG will recoup its transition and duplicative service costs through competitive procedures. The Government estimates that the cost of moving the CSF and DRF and buying new routers, circuits, and other equipment, will cost slightly more than one million dollars (~>$1,000,000.00) Historical data supports a finding that a competitive acquisition will not result in saving more than the cost of moving the CSF and DRF and providing new routers and circuits. Furthermore, historical data requires the Government to conclude that the HUD OIG will realize delays if it changes from Verizon to a new telecommunications provider and will experience a loss of connectivity among OIG offices possibly lasting for weeks. The loss of connectivity will result in a loss of productivity on significant and important HUD OIG investigations and audits. This Special Notice may be used to support a finding that no source other than Verizon is capable of providing the required services without substantial duplication of cost to the Government which is not expected to be recovered through competition. This Special Notice and the results of this Special Notice may be used to support the justification required by FAR Subpart 6.3. Capable and interested sources responding to this notice must, at a minimum, provide the following information: (1) the name of the capable and interested party including point(s) of contact (address, phone, and e-mail); (2) whether the capable and interested party intends to team, and, if possible, the anticipated teaming arrangement; and, (3) a Capability Statement. The Capability Statement must be not longer than ten (10) pages using standard, commercially acceptable formatting. The Capability Statement must include the estimated cost of providing the services required, specifically detailing the cost of relocating the CSF and DRF and providing the necessary routers, circuits, and other equipment at all HUD OIG sites. The Capability Statement must make a compelling case for competing the required services both from a cost and technical perspective. The Capability Statement must include information that clearly demonstrates the respondent's capabilities, expertise and experience to provide the required services, or to serve as the prime systems integration contractor to perform the required services, contained in the draft Performance Work Statement. General marketing material should not be included and will likely be ignored as irrelevant. The Government will not award a contract from this Special Notice and will not reimburse a respondent for any costs associated with preparing or submitting a response to this Special Notice. This Special Notice is not a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB). The Government recognizes that proprietary data may be a part of a Capability Statement. Any submission must clearly mark restricted or proprietary data. The GSA and the HUD OIG may independently verify all information submitted. Send submittals to: The General Services Administration, Federal Acquisition Service, ATTN: Anthony W. Pellegrino, Contracting Officer, anthony.pellegrino@gsa.gov. Submittals are requested on or before 12:00 Noon, January 14, 2011. Please call Anthony at 617.565.5750 if you have any questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/804a6dcd8d21c0c48791ec390f25cae4)
 
Place of Performance
Address: Washington, DC and throughout the United States., Washington, District of Columbia, 20024, United States
Zip Code: 20024
 
Record
SN02351567-W 20101230/101228233952-804a6dcd8d21c0c48791ec390f25cae4 (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.