Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2011 FBO #3674
SPECIAL NOTICE

99 -- Limited Sources Justification for Task Order D12PD50848

Notice Date
12/14/2011
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
DOI, National Business Center, AQDDivision 1/Branch 1381 Elden StSuite 4000HerndonVA20170
 
ZIP Code
20170
 
E-Mail Address
Point of Contact
(anita.tolliver@aqd.nbc.gov)
 
Small Business Set-Aside
N/A
 
Description
This Notice is for information purposes only. In accordance with FAR 8.405-6, the Government has issued Task Order D12PD50848 on a sole source basis to PriceWaterhouse Coopers for a Firm-fixed-price of $274,000 inclusive of a six (6) month base period and one (1) three (3) month option period. For this requirement, PriceWaterhouseCoopers shall provide recipient reporting support, bureau program completion support and other Recovery Act reporting support. This requirement is not funded in whole or in part with Recovery Act Funds. This Task Order was awarded under the authority of FAR 8.405-6(a)(1)(i)(B), =BFOnly one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized,=BF and is supported in an approved limited-sources justification which is posted the below Notice. LIMITED SOURCES JUSTIFICATION AND APROVAL(IN ACCORDANCE WITH FAR 8.405-6) American Recovery and Reinvestment Act Program Management FY 12 Support 1.Identification of Agency and Contracting Activity. Requiring Agency: U.S. Department of the Interior1849 C Street N.W.Washington, DC 20240 Contracting Activity: U.S. Department of the InteriorNational Business Center/Acquisition Services Directorate381 Elden Street, Suite 4000Herndon, VA 20170 2.Nature and/or Description of the Action Being Approved. This is a limited sources action to award a sole-source contract to PriceWaterHouseCoopers LLP (PwC) against GSA Schedule Contract GS-10F-0466N to provide American Recovery and Reinvestment Act recipient reporting, bureau program completion and other Recovery Act reporting support. 3.A Description of the Supplies or Services Required to Meet the Agency=BFs Needs (including the estimated value). The American Recovery and Reinvestment Act was signed into law by President Obama on February 17, 2009. The Department of the Interior received over $2.9 billion in Recovery Act funding for eight Bureaus and Offices, including the Bureau of Reclamation, National Park Service, Bureau of Indian Affairs, Bureau of Land Management, Fish and Wildlife Service, and US Geological Survey. In addition to these Bureaus and Offices receiving Recovery Act funds, the Office of the Inspector General received $15 million to provide oversight of Recovery Act implementation. The Recovery Act investment funded some 3,900 projects. At the end of FY 2011, 83% of Interior=BFs Recovery Act projects were substantially completed and 80% of the funds outlayed. During Fiscal Year 2011, the Department of the Interior made significant progress towards the completion of its Recovery Act program. During FY 2012, Interior will complete execution of its Recovery Act program. In addition to monitoring the completion of its Recovery Act projects, Interior must continue to meet its ongoing transparency and accountability requirements. Interior must continue to submit weekly Financial and Activity Reports. Interior must ensure that recipients continue to report quarterly to FederalReporting.Gov on their award progress. In collaboration with the Interior Office of the Inspector General (OIG) Recovery Oversight Office (ROO), Interior will continue its efforts to avoid waste, fraud and abuse. The Government continues to require continued support in order to undertake all of the responsibilities required by statute for ARRA program management and implementation.Interior=BFs Recovery Act program was primarily construction-oriented in nature. As such, the actual timeframe for project completion is variable and heavily dependent on weather and other environmental factors. Until a project is completed, a recipient cannot submit its final invoice and as such, remains subject to the recipient reporting requirements of the Recovery Act. This award includes a base period and one (1) option period over approximately nine (9) months (December 1, 2011 =BF August 30, 2012) totaling $274,000.00. The base period is for six (6) months and includes a deliverable to provide transition training in the event the volume of recipients drops to a more manageable level for a government resource to perform recipient reporting activities. The option is structured to provide an additional single quarter of support. The tables below outline the recipient reporting deliverables for the base period and option period one (1). Base Period: December 1, 2011 =BF May 30, 2012 Topic AreaDeliverableDue DateRecipient ReportingJanuary 2012 Period - Data Compliance and Validation PlanDecember 30, 2011Recipient ReportingJanuary 2012 Period - Master Award List (using OMB template)January 6, 2012Recipient ReportingJanuary 2012 Period =BF Non-Compliant List (using OMB template) and Reporting Status of All RecipientsFebruary 3, 2012Recipient ReportingJanuary 2012 Period =BF Significant Errors and Material Omissions (using OMB template)March 30, 2012Recipient ReportingApril 2012 Period - Data Compliance and Validation PlanMarch 20, 2012Recipient ReportingApril 2012 Period - Master Award List (using OMB template)April 6, 2012Recipient ReportingApril 2012 Period =BF Non-Compliant List (using OMB template) and Reporting Status of All RecipientsMay 4, 2012Bureau Program CompletionMonthly Dashboard (6 in total)NLT December 30, 2012NLT January 30, 2012NLT February 29, 2012NLT March 30, 2012NLT April 30, 2012NLT May 30, 2012Other ReportingMonthly ROO Advisory Log (6 in total)NLT December 30, 2012NLT January 30, 2012NLT February 29, 2012NLT March 30, 2012NLT April 30, 2012NLT May 30, 2012Transition ActivitiesRecipient Reporting Guidance DocumentNLT April 30, 2012 Option 1: June 1, 2012 =BF August 30, 2012 Topic AreaDeliverableDue DateRecipient ReportingApril 2012 Period =BF Significant Errors and Material Omissions (using OMB template)June 30, 2012Recipient ReportingJuly 2012 Period - Data Compliance and Validation PlanJune 20, 2012Recipient ReportingJuly 2012 Period - Master Award List (using OMB template)July 6, 2012Recipient ReportingJuly 2012 Period =BF Non-Compliant List (using OMB template) and Reporting Status of All RecipientsAugust 3, 2012Bureau Program CompletionMonthly Dashboard (3 in total)NLT June 30, 2012NLT July 30, 2012NLT August 30, 2012Other ReportingMonthly ROO Advisory Log (3 in total)NLT June 30, 2012NLT July 30, 2012NLT August 30, 2012 4.The Authority and Supporting Rationale. Orders placed under Federal Supply Schedules are exempt from the competition requirements in FAR Part 6. However, an ordering activity must justify its action when restricting consideration of federal supply schedule contractors to fewer than required in FAR 8.405-1 or 8.405-2. The applicable authority permitting to limit sources is in accordance with FAR 8.405-6(a)(1)(i)(B). As cited in FAR 8.405-6(a)(1)(i)(B) =BFOnly one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized.=BF PWC previously provided recipient reporting support, bureau program completion support and other Recovery Act reporting support under Task Order N10PD40298 from April 2010 to November 30, 2011. The period of performance for Task Order N10PD40298 presumed that the government would no longer require contractor support for recipient reporting, bureau program completion and other Recovery Act reporting support. However, due to the continued volume of recipients that are required to report and the volume of Recovery Act projects that must still be completed in FY 2012, contractor support continues to be needed. Interior=BFs Recovery Act program has been overwhelmingly successful in large part due to the support that PWC has provided. PWC designed, implemented, analyzed and maintained the program completion dashboards used to measure completion. PWC has an in-depth knowledge of Interior=BFs entire Recovery Act program including specialized knowledge of the progress and risks of the remaining 17% of the program. PWC has worked collaboratively with the Interior bureaus and has provided continuity during government leadership transition. PWC supports all aspects of Interior=BFs recipient reporting program including phone and email outreach to recipients reminding of their obligations to report, monitoring of reporting submissions, and reviews of recipient report data quality. PWC designed, implemented and maintained the tools used to track recipient reporting compliance and data quality. As such, PWC staff have a unique and detailed understanding of Interior=BFs recipient reporting tools. 5.A Determination by the Ordering Activity Contracting Officer that the Order Represents the Best Value Consistent with 8.404(d). The amount for the base and option period totals $274,000.00. In accordance with FAR Subpart 8.404(d) =BFGSA has already determined the price of supplies and fixed-price services, and rates for services offered at hourly rates, under schedule contracts to be fair and reasonable. Therefore, ordering activities are not required to make a separate determination of fair and reasonable pricing, except for a price evaluation as required by 8.405-2(d)=BF. 6.A Description of the Market Research Conducted among Schedule Holders and the Results or a Statement of the Reason Market Research was not Conducted. Market Research was not conducted because a new competition would be impracticable due to the substantial learning curve involved in obtaining a new contractor who can provide the recipient reporting support, bureau program completion and other reporting support. Obtaining a new contractor would not be a cost benefit to the Government as the price to bring in a new contractor would cost significantly more than the total of $274,000.00. PWC previously provided recipient reporting support, bureau program completion support and other Recovery Act reporting support under Task Order N10PD40298 from April 2010 to November 30, 2011. The period of performance for Task Order N10PD40298 presumed that the government would no longer require contractor support for recipient reporting, bureau program completion and other Recovery Act reporting support. However, due to the continued volume of recipients that are required to report and the volume of Recovery Act projects that must still be completed in FY 2012, contractor support continues to be needed. Additionally, contractor support is needed until the recipient reporting work can be transitioned to the federal government to complete. This requirement does include transition activities, so that this work can soon be completed by the government. 7.Any Other Facts Supporting the Justification. PWC previously provided recipient reporting support, bureau program completion support and other Recovery Act reporting support under Task Order N10PD40298 from April 2010 to November 30, 2011. The period of performance for Task Order N10PD40298 presumed that the government would no longer require contractor support for recipient reporting, bureau program completion and other Recovery Act reporting support. However, the need continues for this contractor support and PwC has been the only contractor to perform this ARRA recipient reporting support work for the DOI in the past. Only PwC can perform this continued support because the continued support will only be for a relatively short period of time and will include transition activities to prepare the federal government to undertake these tasks themselves and PwC possesses the specific knowledge required to perform this ARRA Recipient Reporting support and all transition the work to the government successfully. It would not be feasible or beneficial to the Government to change contractors for a limited timeframe of nine (9) months. 8.A Statement of the Actions, if any, the Agency May Take to Remove or Overcome any Barriers that Led to the Restricted Consideration Before Any Subsequent Acquisition for the Supplies or Services is Made. A new competition would be impracticable due to the substantial learning curve involved in obtaining a new contractor who can provide the additional work as this work will only be provided for a six (6) month base period with transition activities and one (1) possible three (3) month option period for a total period of performance of nine (9) months. Obtaining a new contractor would not be a cost benefit to the Government as the price to bring in a new contractor would cost significantly more than the total price of $274,000.00.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/06e78e4d61a228bb929a0807df14195e)
 
Record
SN02638719-W 20111216/111214233910-06e78e4d61a228bb929a0807df14195e (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.