SPECIAL NOTICE
B -- LIMITED-SOURCES JUSTIFICATION - Federal Facilities Restoration and Reuse Office (FFRRO) Information System Support and Analysis (47QTCA21D007D/68HERH25F0084)
- Notice Date
- 12/9/2025 10:55:49 AM
- Notice Type
- Justification
- NAICS
- 513210
—
- Contracting Office
- LAND, ENFORCEMENT, AND AIR DIVISION Washington DC 20460 USA
- ZIP Code
- 20460
- Solicitation Number
- 47QTCA21D007D_68HERH25F0084
- Archive Date
- 12/23/2025
- Point of Contact
- Tasha Coates, Phone: 202-564-4828, Jessica White, Phone: 202-897-8021
- E-Mail Address
-
coates.tasha@epa.gov, white.jessica@epa.gov
(coates.tasha@epa.gov, white.jessica@epa.gov)
- Award Number
- 47QTCA21D007D
- Award Date
- 01/03/2025
- Description
- UNITED STATES ENVIRONMENTAL PROTECTION AGENCY 1300 Pennsylvania Ave, NW Washington, DC 20460 LIMITED-SOURCES JUSTIFICATION in accordance with FAR 8.405-6(c)(2) conducted under the authority of the Multiple-Award Schedule Program 1. FAR 8.405-6(c)(2)(i), Identification of the agency and contracting activity: Agency: Environmental Protection Agency Contracting Activity: Office of Finance and Administration (OFA) Office of Chief Procurement Officer (OCPO) Land, Enforcement, and Air Division (LEAD) Program Office: Office of Superfund and Emergency Management (OSEM) Program Evaluation and Analysis Branch (PEAB) Superfund Federal Facilities Program Program POC: John Burchette and Ethan Clark, OSEM/PEAB Project Identification: Federal Facilities Restoration and Reuse Office (FFRRO) Information System Support and Analysis Proposed Source(s): FEDSIGHT-JPI JV LLC 47QTCA21D007D/68HERH25F0084 2. FAR 8.405-6(c)(2)(ii), Nature and description of action being approved: The purpose of this limited source justification is for a logical follow-on to increase the capacity (i.e. ceiling) of EPA�s Delivery/Task Order (DOTO) no. 68HERH25F0084 under GSA Schedule Contract no. 47QTCA21D007D, with FEDSIGHT-JPI JV LLC (�FEDSIGHT�) by $214,979.74 (or 18%) to ensure continued Information System Support and Analysis services in support of OSEM. The logical follow-on is intended for FEDSIGHT to provide the same scope of work but at a slightly expanded level of support under Task 2. Data Extraction, Validation and Transfer for a larger client base (i.e., OSEM vs FFRRO) during the remainder of the Base Period and for the duration of subsequent Option Periods of the DOTO. The DOTO was originally competed as a small business set-aside under GSA Schedule 70 for General Purpose Commercial Information Technology Equipment, Software, and Services in accordance with applicable Federal Supply Schedule and set-aside ordering procedures, resulting in an award to FEDSIGHT on January 3, 2025, with total ceiling of $1,209,826.95 for 11,240 hours, inclusive of all labor and ODCs for a 12 month Base Period and four (4) 12 month option periods. This ceiling was sufficient at the time of award for providing Information System Support and Analysis services in support of FFRRO. During the Base Period, EPA undertook an Agency-wide organizational realignment. As part of the realignment, the Office of Land and Emergency Management (OLEM) has been restructured and is now designated as the Office of Superfund and Emergency Management (OSEM). Additionally, the Federal Facilities Restoration and Reuse Office (FFRRO) has been absorbed, with its functions redistributed across multiple branches, resulting in federal facilities program responsibilities being shared among several branches. Within this updated organizational framework, oversight of the DOTO will now be assumed by the Program Evaluation and Analysis Branch (PEAB). Historically, the DOTO has been limited to supporting federal facilities program work; however, due to the recent realignment, there is a need to expand the amount of work anticipated to include support for related OSEM-wide activities�specifically, the Private Sites Program and the Emergency Removal Program. Due to the unforeseen realignment during performance, the current ceiling is insufficient to accommodate the OSEM-wide Information System Support and Analysis services. Therefore, an increase to the DOTO ceiling in the amount of $214,979.74 for an additional 2,045 hours is necessary to properly resource the expanded scope of work and ensure continuity of mission-critical support. The additional ceiling will enable the DOTO to effectively meet both the traditional federal facilities program requirements and the new OSEM-wide related priorities, thereby ensuring alignment with Agency-wide strategic goals and operational needs. 3. FAR 8.405-6(c)(2)(iii), A description of the supplies or services required to meet the agency's needs (including the estimated value): The services to be provided under the logical follow-on are as follows: � Task 1. Task Order Management. There are no changes for the logical follow-on work from the work already being performed. � Task 2. Data Extraction, Validation and Transfer. There are no changes for the logical follow-on work from the work already being performed. � Task 3. Data Analysis and Report Generation. There are no substantive changes for the logical follow-on work from the work already being performed; the PWS changes are merely clarifications identifying specific systems to be used. � Task 4. Technical Assistance. There are no changes for the logical follow-on work from the work already being performed. � Task 5. Task Order Transition There are no changes for the logical follow-on work from the work already set forth to be performed. The total estimated value for the logical follow-on is $214,979.74, inclusive of labor (no ODCs), as delineated by DOTO period below: Task Order Period Hours Estimated Increase Base Period 146 $7,499.86 Option Period 1 475 $57,494.32 Option Period 2 475 $49,985.56 Option Period 3 475 $50,000.00 Option Period 4 475 $50,000.00 Total 2045 $214,979.74 4. FAR 8.405-6(c)(2)(iv), The authority and supporting rationale, and, if applicable, a demonstration of the proposed contractor's unique qualifications to provide the required supply or service: In accordance with FAR 8.405-6(a)(1)(i)(C), this justification is for a logical follow-on to a DOTO awarded against an original Federal Supply Schedule contract, 47QTCA21D007D, that was awarded competitively under GSA Schedule 70 for General Purpose Commercial Information Technology Equipment, Software, and Services in accordance with applicable Federal Supply Schedule and set-aside ordering procedures. In the interest of economy and efficiency, the expanded support is a logical follow-on to the current DOTO, 68HERH25F0084, that was entered into with FEDSIGHT on January 3, 2025. The PWS revisions to the task areas are minor or clerical in nature, with the most significant changes to the Background section that describes the changes to the client base that this DOTO will now be expanded to support. 5. FAR 8.405-6(c)(2)(v), A determination by the ordering activity contracting officer that the order represents the best value consistent with 8.404(d): The current DOTO was issued against GSA Schedule 70 for General Purpose Commercial Information Technology Equipment, Software, and Services. Services offered on the schedule are priced either at hourly rates, or at a fixed price for performance of a specific task (e.g., installation, maintenance, and repair). Although GSA has already determined the prices of supplies and fixed-price services, and rates for services offered at hourly rates, under schedule contracts to be fair and reasonable, the Contracting Officer conducted a separate price evaluation in accordance with FAR 8.405-2(d), considering the level of effort and the mix of labor proposed to perform the requirements to make an affirmative determination that the total proposed price was reasonable on the basis of adequate price competition prior to issuance of the DOTO, which was placed utilizing the competitive procedures of FAR 8.405-2, indicated the Contracting Officer�s determination that the DOTO represented the best value in meeting the Government�s needs for Information System Support and Analysis. Because the logical follow-on will be a continuance of the same scope with a slightly expanded level of support provided under the existing DOTO, which has already been determined to represent the best value in meeting the Government�s needs as stated above, at pricing offered under the same GSA Schedule Contract, 47QTCA21D007D, as the DOTO, the Contracting Officer has determined that the logical follow-on represents the best value in meeting the Government�s needs for Information System Support and Analysis consistent with FAR 8.404(d). 6. FAR 8.405-6(c)(2)(vi), A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted: There was no market research conducted for this requirement since the authority of FAR 8.405-6(a)(1)(i)(C) allows for a logical follow-on, which has been determined to be in the best interest of the Agency for obtaining expanded Information System Support and Analysis services within the existing DOTO periods of performance. 7. FAR 8.405-6(c)(2)(vii), Any other facts supporting the justification: None 8. FAR 8.405-6(c)(2)(viii), 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: Since this Limited Source Justification is for a logical follow-on, offers will not be solicited from any additional sources beyond FEDSIGHT for a slightly expanded level of support currently provided under 68HERH25F0084 per the authority in FAR 8.405-6(a)(1)(i)(C). However, in accordance with FAR 8.405-6(a)(2)(ii), within 14 days after issuing the modification to increase the capacity of the DOTO, a notice of this Limited Sources Justification will be published in accordance with FAR 5.301 and the justification will be posted at the Government Point of Entry (GPE) (https://www.SAM.gov) and on FedConnect (https://www.fedconnect.net), which will provide access to the justification by linking to the GPE, for a minimum of 30 days. Any responses received to the notice or justification will be recorded and retained as a listing of interested and/or prospective sources to be included in EPA�s market research for the future recompete, which will be conducted as a competitive acquisition. Following the expiration of this DOTO, EPA�s requirements for future OSEM-wide Information System Support and Analysis services will be procured in compliance with all the requirements of a competitive acquisition. 9. FAR 8.405-6(c)(2)(ix), 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: (On Document) 10. FAR 8.405-6(c)(2)(x), 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: (On Document)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bbdcc2f64dce405dafffc0d73b891d87/view)
- Record
- SN07660565-F 20251211/251209230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |