Search Contract Opportunities

LSJ - Patch & Configuration Management

ID: D16PD01111 • Type: Fair Opportunity Limited Sources Justification
Federal + SLED + Forecasts + Task Orders

Find every eligible opportunity from thousands of sources in one powerful platform

Free Trial Schedule Demo

Description

LIMITED SOURCE JUSTIFICATION
AUTHORITY: FAR 8.405-6 and 40 U.S.C 501

D16PD01111
This acquisition is conducted under the authority of the Multiple Award Schedule Program.
1. Identification of the agency and contracting activity, and specific identification of the document as a "Limited Source Justification".
Department of the Interior, Interior Business Center, Acquisition Services Directorate, Division II Branch III on behalf of U.S. Small Business Administration (SBA), Office of the Chief Information Officer (OCIO).
2. Nature and/or description of the action being approved.
The Purpose of Modification 2 is to extend the period of performance for Task Order D16PD01111 by 45 days from September 22, 2017 to November 5, 2017. This modification is being done in accordance with FAR clause 52.217-8, "Option to Extend Services." The additional time is required in order to continue the required services while providing sufficient time for the solicitation and evaluation process for the re-compete. The contractor is 1901 Group, LLC (1901 Group). This is a Firm Fixed Price Task Order under GSA contract GS-35F-0167W.
3. A description of the supplies or services required to meet the agency's needs (including the estimated value).

SBA needs to increase situational awareness, enhance resource management, and improve Federal Information Security Management Act (FISMA) compliance associated with Security Operations, Configuration Management, IT asset Management and Software Use Analysis. SBA needs a turnkey managed services solution to SBA, using a cloud-based platform to improve agility, enhance responsiveness and ensure FISMA compliance to augment and complement SBA's IT service offerings. The current Task order is for one year while a new Task Order is competed for these services.

The estimated value of the 45 days extension is $579,056.31.

4. The authority and supporting rationale (see 8.405-6(a)(1)(i) and (b)(1)) and, if applicable, a demonstration of the proposed contractor's unique qualifications to provide the required supply or service.

Identify only one of the following.

FAR 8.405-6(a)(1)(i)B - Only 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;

The required services are currently being performed by the 1901 Group under a sole source Task Order, D16PD01111, which is a logical continuation of the same effort from a previous competed BPA until a competitive follow-on Task Order can be awarded.

FAR clause 52.217-8 was included in the current Task Order, however an evaluation of the price associated with this clause was not performed at the time of award. Therefore, only use of the current contractor will meet the Government's requirement until the new contract can be awarded.

It is crucial to the mission of SBA to have these services continued without interruption. The exercise of this option to extend the required services will help the Government to avoid potential risk of a break in service and substantial learning curve which will cause unacceptable delays to SBA and the project.

Through work under the current Task Order, the 1901 Group has gained an expert knowledge of the needs and requirements of the SBA and continues to bring the necessary combination of expertise, relevant experience, tools and key personnel that makes the 1901 Group distinctively and uniquely qualified to meet the particular needs of the SBA. Therefore, the 1901 Group is uniquely qualified in having the necessary knowledge and in-depth experience for this highly extensive and complex requirement as they have been providing qualified services to the network operations requirement to support the SBA and its mission.

5. A determination by the ordering activity contracting officer that the order represents the best value consistent with FAR 8.404(d).

The ordering activity contracting officer has determined that the current GSA contractor can provide the Government with fair and reasonable pricing. The current Task Order contains discounted GSA contract rates and has demonstrated significant cost savings.
Procuring the required services from the 1901 Group is the most advantageous method of fulfilling the Government's need, price and other factors considered. In accordance with FAR 52.217-8, the contractor will continue performance of services within the limits and at the rates specified in the contract.

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 first conducted at the time of award within the last 12 months and again during the process of this modification. The resources used in conducting market research includes examining existing GSA Schedules, searching the System for Award Management (SAM) and analyzing historical data from the BPA call the legacy contract was issued under.

7. Any other facts supporting the justification.

The 1901 Group has supported SBA, OCIO on this Task Order and has been performing at a satisfactory level. The 45 days extension will provide potential vendors adequate time to respond to the existing solicitation and the technical team sufficient time to evaluate all responses submitted.

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 supplies and services is made.

There are no barriers to competition. In the interest of economy and efficiency the 1901 Group would continue its services to support the SBA OCIO's Patch and Configuration effort. During this temporary solution a competition is being conducted to award a new Task Order. The government anticipates awarding a FFP Task Order against a GSA FSS 70 contract. The Government anticipates significant competition in the re-compete.
9. The ordering activity contracting officer's certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief.

10. Evidence that any supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Government's minimum needs or requirements or other rationale for limited sources) and which form a basis for the justification have been certified as complete and accurate by the technical or requirements personnel.

11. For justifications under 8.405-6(a)(1), a written determination by the approving official identifying the circumstance that applies.

The appropriate authority for this Limited Source Justification is FAR 8.405-6(a)(1)(i)(B) - Only 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 .

Overview

Award Date
Sept. 20, 2017
Response Deadline
None
Posted
Sept. 21, 2017, 1:16 p.m. EDT
Set Aside
None
Place of Performance
1901 Innovation Dr., Suite 2000 BLACKSBURG, VA 24060 USA
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
On 9/21/17 Interior Business Center issued Fair Opportunity Limited Sources Justification D16PD01111 for LSJ - Patch & Configuration Management.
Primary Contact
Title
Contracting Officer
Name
Stephanie Leikach   Profile
Phone
(703) 964-8432

Documents

Posted documents for Fair Opportunity Limited Sources Justification D16PD01111

IDV Awards

Indefinite delivery vehicles awarded through Fair Opportunity Limited Sources Justification D16PD01111

Potential Bidders and Partners

Awardees that have won contracts similar to Fair Opportunity Limited Sources Justification D16PD01111

Similar Active Opportunities

Open contract opportunities similar to Fair Opportunity Limited Sources Justification D16PD01111

Additional Details

Source Agency Hierarchy
INTERIOR, DEPARTMENT OF THE > DEPARTMENTAL OFFICES > IBC ACQ SVCS DIRECTORATE (00004)
FPDS Organization Code
1406-00004
Source Organization Code
100185750
Last Updated
Oct. 21, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 21, 2017