Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOLICITATION NOTICE

D -- Combined Systems Support

Notice Date
3/7/2012
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Indianapolis, 8899 East 56th Street, Indianaplois, Indiana, 46249
 
ZIP Code
46249
 
Solicitation Number
HQ042507A00030028
 
Archive Date
4/6/2012
 
Point of Contact
Deborah J. Robertson, Phone: 3175102108, David Auer, Phone: 6146930116
 
E-Mail Address
deborah.robertson@dfas.mil, David.Auer@dfas.mil
(deborah.robertson@dfas.mil, David.Auer@dfas.mil)
 
Small Business Set-Aside
N/A
 
Award Number
HQ042507A00030028
 
Award Date
3/7/2012
 
Description
1. IDENTIFICATION OF THE REQUIRING AND CONTRACTING ACTIVITY: a. Requesting Activity: Technology Services Organization - Corporate Services 8899 East 56th Street Indianapolis, IN 46249-4300 (317) 212-5649 b. Contracting Activity DFAS Indianapolis Contract Services Directorate 8899 East 56th Street Indianapolis, IN 46249 2. NATURE OR DESCRIPTION OF THE ACTION: The purpose of this document is to obtain the necessary approvals for a limited source acquisition in accordance with FAR Part 8.405-6. "Limited source" in this case pertains to the award of a logical follow-on task order for the continuation of DFISS III systems support in TSO-CS. The provision for a logical follow-on can be found at FAR 8.405-6(a)(1)(i)(C) and FAR 16.505(b)(2)(i)(C). This acquisition is being conducted under the authority of the Multiple Award Schedule Program, Title III of the Federal Property and Administration Services Act of 1949 3. DESCRIPTION OF SUPPLIES/SERVICE: The DFISS III Blanket Purchase Agreements (BPAs) were awarded in April 2007 to fullfil a continuing need for DFAS system support. DFAS IT Shared Services provides DFAS with software and technology support. IT Shared Services supports the DFAS mission and other selected outside customers. The implementation of DFAS standard systems requires project and program management support, analytical, technical, and programming support as well as the writing of programs to support database administration. Due to varying systems at each site, several types of abilities are required for the required tasks. Systems analysis skills are required for a variety of languages and processes. Technical analysis of hardware platforms including mainframe, mid-tier, as well as personal computers, is also needed. This Task Order will provide DFAS IT Shared Services with contractor support for the following tasks/systems: Infrastructure Engineering, Release Management (Oracle Repository), Configuration Management (CMIS), Contingency Operations Reporting and Analysis Service (CORAS), Systems Inventory Database (SID), DFAS Corporate Database (DCD), and DFAS Corporate Warehouse (DCW). In addition, there may be support required for other TSO-CS systems, but this option under the Task Order will only be used if required by the government. The period of performance is 1 March 2012 through 31 Jan 2013. The estimated dollar value is $718,776.70. 4. PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS The DFISS III BPAs were awarded just so the activities requiring these services could depend on the consistency of one company for a period of five years. The BPAs were competed and awards were based on best value factors including technical experience, past performance, management, staffing, and cost/price. Per FAR 8.405-3(a)(3), all new requirements will be initially competed between the four BPA holders. The BPA terms specified that subsequent awards for the same services will not be recompeted, but logical follow-on orders will be awarded after a determination of satisfactory performance has been made. In this case, HP is the incumbent. HP currently has a staff of approximately 12 people. This staff supports numerous systems for TSO-CS and DFAS. TSO-CS relies on the staff for their technical qualifications and system knowledge and cannot risk the personnel disruption of a recompetition every year. The primary reason for establishing a five-year BPA with the understanding that follow-on orders would be awarded was to avoid the risk of the learning curve, as well as improving staff retention. One of the subfactors in the BPA evaluation was staff retention. The DFAS Corporate Database (DCD) serves as the DFAS shared data environment for migratory initiatives, including: global edit tables, departmental reporting, cash accountability, and disbursing. The DCD-Non-Standard Area (NSA) will serve as the Data Migratory Point for all incoming and outgoing data prior to posting to the DCD Proper. The DCD phased process will re-direct the flow for existing system interfaces through one or many DCD-NSAs for migration, conversion, and cleansing prior to posting in the form of a standard transaction process for each business area within the DCD. This process will significantly reduce the required functionality of each migratory system as well as time, cost, and risk involved in development. The DFAS Corporate Warehouse (DCW) serves as the shared resource to support Online Analytical Processing (OLAP) and Managerial Reporting. The Contingency Operations Online Reporting and Analysis Service (CORAS) is a subset of the contingency data supported by the TSO-CS. CORAS reporting will provide a reliable cost of war and other financial information to the DOD decision makers. The primary source of data for the CORAS is the DCD. Contractor support is required to assist DFAS-TSO/CS in the design, development, integration, project planning, testing, release management, configuration management, review, implementation and on-going support of these systems through various system development activities. 5. DETERMINATION OF BEST VALUE The award of the initial task order for TSO-CS was competed between the four BPA holders on a best value basis. Electronic Data Systems (EDS) now Hewlett Packard Enterprise Services, LLC (HPES) was awarded that order. Per the terms of the BPA, a logical follow-on will be awarded. 6. DESCRIPTION OF MARKET SURVEY The market survey for the BPA competition revealed numerous companies with potential capability for these services. The BPA RFQ was posted on GSA e-Buy for all qualified companies to consider. Five quotes were received. Four BPAs were awarded. The BPA holders have included numerous small and small disadvantaged businesses in their portfolios to use in conjunction with their own capabilities. 7. ANY OTHER SUPPORTING FACTS This order is allowable to be issued on a limited-source basis based on the satisfactorily performance of Hewlett Packard Enterprise Services, LLC in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the BPA. Initially all FSS 70 schedule holders were provided fair opportunity to establish a BPA. In turn, all BPA awardees were then given a fair opportunity to be considered for the initial task order. The use of a logical follow-on is justified because the same work is continuing and there is a continuing need for contractor support. The inclusion of priced options was not considered viable since the Statement of Work is updated from year to year which results in different numbers of hours per labor category. The SOW changes from year to year are within scope of the base year, in that as some system work is minimized, other systems may be bolstered. 8. ACTIONS TAKEN TO REMOVE BARRIERS TO COMPETITION (Efforts to obtain competition) See Paragraph 6 above. The BPA awards were competed and resulted in pricing below the GSA schedule; then, the initial task order awards were competed between the BPA holders resulting in further reduction in rates. The BPA instructions notified the holders that subsequent task orders for the same services would not be recompeted, but that logical follow-ons would be awarded.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Indianapolis/HQ042507A00030028/listing.html)
 
Place of Performance
Address: DFAS Indianapolis, 8899 E. 56th Street, Indianapolis, IN 46249, United States
Zip Code: 46249
 
Record
SN02691040-W 20120309/120307235344-1a96c37731737760894ba078cfbdc493 (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.