Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
SOLICITATION NOTICE

D -- Combined Systems Support-CO

Notice Date
3/15/2012
 
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, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
HQ042507A00030027
 
Archive Date
4/14/2012
 
Point of Contact
David Burge, Phone: 614-693-5152, David G. Auer, Phone: 614-693-0116
 
E-Mail Address
david.burge@dfas.mil, david.auer@dfas.mil
(david.burge@dfas.mil, david.auer@dfas.mil)
 
Small Business Set-Aside
N/A
 
Award Number
HQ042507A00030028
 
Award Date
3/15/2012
 
Description
1. IDENTIFICATION OF THE REQUIRING AND CONTRACTING ACTIVITY: a. Requesting Activity: Information & Technology Division - Columbus (I&T-CO) ATTN: DFAS-ZTA 8899 E. 56th Street Indianapolis, IN 46249-4300 (317) 212-3578 b. Contracting Activity DFAS Columbus Contract Services Directorate 3990 East Broad Street Columbus, OH 43213-1152 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 DFAS Financial Integrated Support Systems, Version III (DFISS III) systems support for I&T-CO. 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 Administration Act of 1949. The estimated value of this task order is $1,849,495.73. It will be set up as a time and material order. The period of performance is from March 1, 2012 through December 31, 2012. 3. DESCRIPTION OF SUPPLIES/SERVICE: The DFISS III Blanket Purchase Agreements (BPAs) were awarded in April 2007 to fulfill a continuing need for DFAS system support. DFAS-I&T-CO provides DFAS with software and technology support. I&T-CO 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 requirements, 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 I&T-CO with contractor support for the following systems: Defense Property Accountability System (DPAS), Mechanization of Contract Administration System (MOCAS) to include all interfacing systems to MOCAS such as, Standard Contract Reconciliation Tool (SCRT) and Entitlements Automation System (EAS); and various Accounting and Finance Systems such as Defense Business management System (DBMS), Defense Disbursing Analysis Reporting System (DDARS), Electronic Business (e-Biz), 1099 Tax Reporting Program (1099), Information Management and Tracking System (IMATS), Document Tracking Log (DTL), Vendor Pay Inquiry System (my Invoice), Human Resources Information Systems (HRIS), and small side projects such as the DFAS.mil Web Redesign for DFAS and assistance of an ERP Enterprise Performance Management Tool (EPMT) for SBM. In addition, there may be support required for other I&T-CO systems, but this option under the Task Order will only be used if required by the government. 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(c)(2), 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 (formerly EDS) is the incumbent. HP currently has a staff of 17 contractors. This staff supports a number of systems for I&T-CO and DFAS. I&T-CO 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. 5. DETERMINATION OF BEST VALUE The award of the initial task order for I&T-CO was competed between the four BPA holders on a best value basis. HP 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 must be issued on a limited-source basis 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 (SOW) is updated from year to year which results in different numbers of hours per labor category. The requiring activity is not capable of projecting what the upcoming year estimates will be; therefore, priced options could not be evaluated for the initial award. 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/Columbus/HQ042507A00030027/listing.html)
 
Place of Performance
Address: DFAS Columbus, 3990 E Broad St, Columbus, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN02698097-W 20120317/120315235418-5ab34d4ffa22f92c6457b1f054bd6b02 (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.