Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2015 FBO #4817
SOLICITATION NOTICE

70 -- Visual Security Operations Console (VSOC) Contract Extension

Notice Date
1/30/2015
 
Notice Type
Justification and Approval (J&A)
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Archive Date
3/1/2015
 
Point of Contact
Steven G. Haines, Phone: 7033123676
 
E-Mail Address
hainessg@state.gov
(hainessg@state.gov)
 
Small Business Set-Aside
N/A
 
Award Number
SAQMMA09C0145
 
Award Date
1/30/2015
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION AUTHORITY: FAR 6.302-1 Only One Responsible Source 1. Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for other than full and open competition." I recommend that the Department of State, Office of Acquisition Management (AQM), use other than full and open competition for the acquisition of Visual Security Operations Console (VSOC) Services. The estimated dollar value of this procurement is $1,200,000.00. 2. Nature and/or description of the action being approved. Visual Security Operations Console (VSOC) Services are currently provided under contract SAQMMA09C0145, held by the Boeing Company. VSOC is the monitoring software used to display information from technical security equipment stationed around the globe. The contract has previously been extended the maximum allowable six months utilizing FAR 52.217-8 (Option to Extend Services) until February 1, 2015. Meanwhile, unforeseen delays attributable to various factors - including changes to the scope of work necessitated by program priorities - caused significant slippage in developing the replacement acquisition. This slippage, coupled with the need to continue uninterrupted performance of mission-critical VSOC services beyond February 1, 2015, mandates this new award to the incumbent Boeing. 3. A description of the services required to meet the agency's needs The Boeing contract provides the system architecture and supports regional and global command centers and allows for the fusion of data from various sources. The contractor provides software engineering, Boeing's proprietary COTS software, Boeing Visual Security Operations Console (VSOC), software integration, and software support services to the Department of State. This Justification for Other than Full and Open Competition (JOFOC) will permit award of a follow on contract to Contract SAQMMA09C0145 with The Boeing Company for a period of performance of 6 months from February 1, 2015 to July 1, 2015, and if necessary, a possible extension not to exceed 6 months, pursuant to FAR 52.217-8 (Option to Extend Services) which will be incorporated by reference in the new contract. Failure to make award to Boeing and the resultant break in continuity of services would result in the Government being seriously injured and the mission of the Diplomatic Security program being adversely affected. This new "bridge" contract will allow AQM adequate time to achieve award and turnover to a new successor contractor. In that regard, the Solicitation SAQMMA-14-R-0187 for the new requirement Physical Security Information Management Systems (PSIM) has already been posted and proposals are due March 9, 2015. Award is expected to be made by mid-July 2015. The Boeing contract needs to be extended until the PSIM can be fully deployed. 4. An identification of the statutory authority permitting other than full and open competition Federal Acquisition Regulation (FAR) 6.302-1 (Only one responsible source and no other supplies or services will satisfy agency requirements.), 41 U.S.C. 3304(a)(1). 5. A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. The Boeing Company is the incumbent contractor; therefore the managerial, and direct labor personnel are in-place and can accomplish all work required. Not awarding or delaying the award to Boeing would result in serious injury, financial and operational to the Government. The Boeing Company owns the VSOC product and is the only entity capable of providing VSOC services. In the interim, pending award of the new contract, the DOS must have continuity of services to accomplish its mission and comply with operation security requirements. Failure to retain the current contractor throughout the current contract duration would result in harm to government operations due to the following issues: • The learning curve that is required would cause a negative impact on the mission. • Consistency and prevention of unacceptable delays in program activities are crucial to the mission. 6. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by FAR Subpart 5.2 and, if not, which exception under FAR 5.202 applies The follow on PSIM Solicitation Number SAQMMA-14-R0187 is expected to replace the current Boeing contract and has been publicized in FedBizOpps on November 25, 204 as required by FAR Subpart 5.2. PSIM will be awarded pursuant to a competitive total small business set-aside. 7. A determination by the contracting officer that the anticipated cost to the government will be fair and reasonable The work to be performed under the bridge contract is within the scope of work performance of the current contract, only the additional time required is beyond the original scope. The Contracting Officer will utilize the current contract rates and any other necessary cost and pricing data to ensure the cost to be fair and reasonable. 8. A description of the market research conducted and the results or a statement of the reason market research was not conducted Extensive market research was conducted utilizing Business Research Services and industry comments received through the RFI, posted on FBO June 11, 2013, for the new competitive total small business set-aside acquisition. This J&A will permit a bridge contract to the contract to allow time to complete the new competitive contract. 9. Any other facts supporting the use of other than full and open competition Due to the complexity and magnitude of this requirement and the abbreviated timeframe it is not possible to substitute any other contractor services between the period the contract expires and the award of a new competitive solicitation. The need to train a new contractor's workforce magnifies the need to retain Boeing during this critical period. Therefore, the proposed bridge to Boeing is in the best interest of the Government. 10. A listing of the sources, if any, that expressed, in writing, an interest in the acquisition Thirty two (32) vendors expressed interest during Market Research in response to the follow on RFI for PSIM. Multiple vendors have expressed interest through submittal of Questions in response to the follow on competition for PSIM Solicitation Number SAQMMA-14-R0187 posted on FBO November 25, 2014. 11. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the services required In compliance with FAR 6.2 - the PSIM Solicitation Number SAQMMA-14-R0187 is expected to replace current the Boeing-provided services, including those to be provided under the bridge contract, and has been publicized as required by FAR Subpart 5.2. CERTIFICATIONS TECHNICAL AND REQUIREMENTS CERTIFICATION - Required by FAR 6.303-2(c) I certify that this justification is accurate and contains complete data necessary to support the recommendation for other than full and open competition. __//signed//________12/19/2014___ DATE Branch Chief DS/FSE/SMSe CONTRACTING OFFICER CERTIFICATION - Required by 6.303-2(a)(12) I certify that this submission is accurate to the best of my knowledge, and that it contains complete information necessary to enable other officials to make an informed recommendation for approval or disapproval. __//signed//_______ _12/23/2014_____ DATE Contracting Officer A/LM/AQM/WWD/SB APPROVAL PROCURING ACTIVITY COMPETITION ADVOCATE - Required for actions exceeding $650,000 but not exceeding $12,500,000. __//signed//________ _1/5/2015_____ DATE Competition Advocate A/LM/AQM QUALITY ASSURANCE REVIEW __//signed//______ _12/23/2014_____ DATE Director A/LM/AQM/WWD & IP __//signed//______ _12/23/2014_____ DATE Legal Adviser L/BA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0753ae5d972574b204d44d468f039026)
 
Record
SN03629428-W 20150201/150130234747-0753ae5d972574b204d44d468f039026 (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.