RCO-JA-1008

28 Aug 2014

JUSTIFICATION AND APPROVAL FOR

USE OF OTHER THAN FULL AND OPEN COMPETITION

M93022-14-SU-00040

1. Contracting Activity. Marine Corps Regional Contracting Office North Capitol Region Quantico, VA

2. Description of Action Being Approved.

FY14 Blackberry Services under Mandatory Department of the Navy IDIQ for wireless services and supplies.

3. Description of Supplies/Services.

This J&A authorizes and approves the award of a sole-source, firm-fixed price, indefinite-quantity task order to Cellco Partnership dba Verizon Wireless, ONE VERIZON WAY BASKING RIDGE, NJ 07920-1025 for voice and data services as required by the mandatory Department of the Navy IDIQ. The performance period for this contract is 3 Sept 2014 – 2 Sept 2015.

4. Statutory Authority Permitting Other Than Full and Open Competition.

The Fleet and Industrial Supply Center San Dieo, Regional Contracts Department, awarded three multiple award contracts to Sprint Communications, Cellco Partnership (Verizon Wireless), and New Cingular Wireless Services, Inc (AT&T Mobile Service) on 9 November 2004 for cellular phones, wireless devicess and supplies.

In accordance with FAR 16.505(b)(1) and the terms and condition of the contracts, each awardee will be provided fair opportunity for each order in excess of $3,000. Subsequent competitions between contractors are not required. Fair opportunity may consider any single or any combination of the following factors: Price, area of coverage, and technical features required to support the mission of the end user/requiring activity.

5. Rationale Justifying Use of Cited Statutory Authority.

Mandatory Department of the Navy IDIQ for wireless services and supplies.

6. Description of Efforts Made to Solicit Offers from as Many Offerors as Possible

In accordance with FAR 16.505(b)(2)(C) and the terms and condition of the contracts, the order must be issued on a sole source basis in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order.

The three contractors were given a fair opportunity to quote on this wireless service requirement. Verizon Wireless was the only contractor that responded.Verizon wireless is the current contractor that has been providing services for quite sometime now. Switching vendors would require recall of existing and reissuance of new hardware. New devices would also require compatibility with already issued Common Access Card (CAC) readers. Installation and setup would require the Government expend Move Add Change (MAC) requests for Hewlett Packard technicians to uninstall existing software and install and configure new software and hardware. This would cause interruption to command level users. New devices may also incura new hardware procurement cost and new startup costs, causing financial burden to the Government. Verizon network availability has proven itself the most robustly avilability cellular carrier commensurate with typical general staff travel habits as well. In addition, Verizon maintains cellular towards aboard Marine Corps Base Quantico, further enhancing the usability of the device in and around the installation. Given the looming current end of the in place wireless vendor contract and the logistical, functional and financial requirements involved with replacing the provider.

Verizon Wireless is the service provider that will best support the mission of the end-use/requiring activity, based on area of coverage, and for international service.

7. Determination of Fair and Reasonable Cost.

The Contracting Officer has determined the anticipated cost to the Government of the supplies/services covered by this J&A will be fair and reasonable based on price lists set forth in origional competition for IDIQs.

8. Actions to Remove Barriers to Future Competition.

For the reasons set forth in Paragraph 5, the Marine Corps has no plans at this time to compete future contracts for the types of supplies/services covered by this J&A. If another potential source emerges, the Marine Corps will assess whether competition for future requirements is feasible.

CERTIFICATIONS AND APPROVAL

Requirements Certification

I certify that the facts and representations under my cognizance, which are included in this Justification and its supporting acquisition planning documents, except as noted herein, are complete and accurate to the best of my knowledge and belief.

Requirements Cognizance:

(Signature)______Date______

Printed Name and Phone No.______

Contracting Officer Certification

I certify that this Justification is accurate and complete to the best of my knowledge and belief.

(Signature)______Date______

Printed Name and Phone No.______

3