Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2007 FBO #1867
MODIFICATION

J -- CISCO Maintenance

Notice Date
1/4/2007
 
Notice Type
Modification
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
ACA, Wiesbaden Contracting Center, ATTN: AEUCC-C, CMR 410, Box 741, APO, AE 09096-0741
 
ZIP Code
09096-0741
 
Solicitation Number
W912CM-07-T-0026
 
Response Due
1/8/2007
 
Archive Date
3/9/2007
 
Point of Contact
Udo Rothenburger, 0611-816-2192
 
E-Mail Address
Email your questions to ACA, Wiesbaden Contracting Center
(udo.rothenburger@wbn.usacce.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The previous pre-solicitation notice is herewith modified to publish the required Justification and Approval (J&A) document. Solicitation has been released on 04 Jan 07. Offers shall be submitted not later than 08 Jan 07, 17:00 hrs CET. Note: Prices shall be OCONUS, as the equipment is located at US Army Europe sites. Offerors are required to submit past performance records as described in subject solicitation. JUSTIFICATION AND REVIEW DOCUMENT FOR OTHER THAN FULL AND OPEN COMPETITION Program/Equipment: Maintenance of Cisco equipment used in Army Nonsecure Internet Protocol Router Network (A-NIPRNet) and Army Secure Internet Protocol Router Network (A-SIPRNet) within USAREUR Authority: 10 USC 2304(c) (1) Amount $: XXXXXXX Prepared By: Typed Name: Winston Hollis Title: Logistic Management Specialist Date: 17 Oct 06 Contracting Officer: Typed Name: Yanina Seeger Title: Contracting Officer, WCC Date Reviewed: 02 Nov 06 Technical Representative: Typed Name: Winston Hollis Title: Logistic Management Specialist Date Reviewed: 17 Oct 06 Requirements Representative: Typed Name: Jose Parent Title: Chief, Maintenance Division, G4 Date Reviewed: 17 Oct 06 Reviews: I have reviewed this justification and find it adequate to support other than full and open competition. Program Manager: Typed Name: Donald M. Tarkington Signature: ___original signed_________ Date: ___See attached.____ Legal Counsel: Typed Name: Dana B. Current Title: Attorney-Advisor Signature: _original signed Date: ___07 Nov 06_____ Chief of Contracting Office: Typed Name: David S. Danner LTC IN, Acting Director Signature: __original signed Date: ____09 Nov 06____ Special Competition Advocate: Typed Name: Sara Barboza Signature: ____original signed_____ Date: ___12/22/06_____ JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 1. Contracting Activity: U.S. Army Contracting Agency, U.S. Army Contracting Command, Europe, Wiesbaden Contracting Center, ATTN; SFCA-EC-C-A, CMR 410, Box 741, APO AE 09096. 2. Description of Action: This action is to include CISCO brand name software updates, hardware replacement, and 24X7 Cisco Help Desk support within the proposed solicitation and contract for maintenance of CISCO equipment for the time period 11 January 2007 through 10 January 2008. This will be a firm-fixed-price Operations and Maintenance Army (OMA) FY 2007 funded contract to support CISCO equipment within USAREUR. Option years are not practicable due to the drastic changes to the list of equipment to be maintained from year to year, which can vary from 400 to 700 pieces of equipment. The decision as to which specific pieces of Foundry equipment will be covered depends on several variables, including available budget, end of life/service consideratio ns, warranty expirations and criticality of the equipment pieces function. The contract amount is estimated at $XXXXXX. 3. Description of Supplies/Services: The 5th Signal Commands Army-Theater Network Operations Security Center (A-TNOSC) requires equipment repair, replacement, software updates and pertinent software documentation for CISCO equipment and twenty-four hour telephone assistance for troubleshooting problematic equipment performance. The services will support operability of CISCO equipment integrated into 5th Signal Command A-NIPRNet/A-SIPRNet systems within U.S. Army Europe (USAREUR). The advanced hardware r eplacement service included in the maintenance service enables 5th Signal Command to obtain replacement equipment once the Cisco help desk technician determines the need for hardware repair or replacement. 4. Authority Cited: 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 5. Reason for Authority Cited: a. T he 5th Signal Command utilizes CISCO routers with Foundry switches for the Army NIPRNet and SIPRNet within USAREUR. The currently installed routers and switches have been tested and certified for technical integration and interoperability with other Depar tment of Defense (DoD) networks in accordance with DoD Directive 4630.5. If unable to procure the required services on a brand name basis the potential cost for replacement of hardware, maintenance and repair, software upgrade, and other lifecycle costs a re estimated to exceed $10.2 million. b. Procurement of products other than CISCO brand name will create an unnecessary burden on the logistic support and maintenance structure, will not be cost effective, and is not in the best interest of the government. Under such circumstances the governm ent would need to devise methods to recover costs for current replacement stocks with an estimated value of $232,000. In addition, the unit would be required to reprocure adequate stock levels to ensure a 90% network readiness capability. A change in pro duct brand would also require the unit to revamp the present training program. Integration of product brands other than CISCO into the current network structure would void all CISCO warranties. These costs do not encompass all associated costs that would be incurred in the event of a change in brand. However, the costs and associated factors identified serve as justification of the prohibitive nature associated with purchasing brands other than CISCO. 6. Efforts to Obtain Competition: In addition to soliciting those who have already shown interest in providing the services, the requirements will be synopsized in the Army Single Face to Industry (ASFI). 7. Actions to Increase Competition: There are no current actions that can be taken to increase competition in the maintenance of the Cisco systems. As stated earlier, introduction of other brands other than Cisco into the network will create an unnecess ary burden on the government. The government has been installing these systems in this Theater for the last 8+ years. During the initial design of the network, no other comparable systems met the required specifications. Throughout the years, Cisco had been the primary provider of the required systems and as such, the Theater topology was designed around the Cisco products. 8. Market Research: CISCO, Apptis, GTSI Corp, Force3 and Northrop Grumman were solicited for the current contract and can also provide the needed services. It is anticipated that the CISCO Company and resellers will be able to submit offers for the requi red services. Opening the solicitation to a greater number of Cisco resellers has shown that better prices can be obtained rather than limiting the solicitation to a single Federal Supply Schedule (FSS) Multiple Award Schedule (MAS) contract. As a standa rd commercial practice and business strategy, the manufacturer grants resellers discounted prices. Thus, it is advantageous to the Government to obtain the services required by soliciting Cisco -licensed resellers based on other than full and open competi tion in order to obtain the lowest possible price. 9. Interested Sources: Firms that showed interest are Lockheed Martin, NCI Systems, QSS Group Inc., CISCO, Apptis Inc, GTSI Corp, Force3, Northrop Grumman, Enventis Telecom Inc, Siemens, IBM and T-Systems. 10. Other Facts: a. Procurement History. The 5th Signal command requirement for router services in support of the USAREUR A-NIPRnet and A-SIPRnet has been ongoing for over 8 years. The 5th Signal Command currently maintains a minimal stock of Cisco equipment at the unit and command level to provide for immediate replacement when malfunctioning equipment is sent for repair to ensure a 90% network operability rate at any time. (1) The award for the contract currently in place was made to Enventis Telecom Inc., a reseller of Cisco products, under contract W912CM-06-P-1034. (2) The award was accomplished using other than full and open competition. Several open market and FSS Cisco authorized resellers expressed an interest in the requirement. Once the contract is awarded to the reseller, then the reseller subcontracts Cisco to perform the services. As such, when support is needed, the government technician contacts the Cisco help desk as instructed in the final contract with the reseller. If a replacement item is required, the replacement is sent by Cisco pursuant to the a dvanced hardware replacement service in the maintenance services contract, and is then used to replace the equipment issued from stock. (3) For 2004 and prior, maintenance was purchased via orders issued under GSA schedules with competition limited to vendors with reseller authority and GSA schedules. (4) The procurement of Cisco products (equipment and software) was accomplished on other than full and open competition based on brand name. As required by DoDD 4630.5, the Joint Interoperability Test Command (JITC) and the U.S. Army Information Systems Engineering Commands (USAISEC) Technical Integration Center (TIC) have tested the Cisco Routers for interoperability and are JITC certified to work together on DOD networks. As a result of the certification requirements, the government was given justifi cation to purchase and populate the Cisco products. (5) All prior years were accomplished through other than full and open competition. 11. Technical Certification: I certify that the supporting data under my cognizance, which is included in the justification, is accurate and complete to the best of my knowledge and belief. Name: Winston Hollis Signature: original signed Date: __7 Dec 06____ 12. Requirements Certification: I certify that the supporting data under my cognizance, which is included in the justification, is accurate and complete to the best of my knowledge and belief. Name: Jose Parent Signature: original signed Date: ___7 Dec 06___ 13. Fair and Reasonable Cost Determination: I hereby determine that the anticipated cost to the Government for this contract action will be fair and reasonable based on adequate price competition. Name: Yanina Seeger DSN: Signature: original signed Date: ___8 Nov 06__ 14. Contracting Officer Certification: I certify that this justification is accurate and complete to the best of my knowledge and belief. Name: Yanina Seeger DSN: Signature: original signed Date: __8 Nov 06_ Approval Based on the foregoing justification, I hereby approve the procurement of maintenance for Cisco equipment on an other than full and open competition basis pursuant to the authority of 10 U.S.C.2304(c)(1), subject to availability of funds, and provided that the services and property herein described have otherwise been authorized for acquisition. Date: ___12/22/06______ Signature: ____original signed______ Sara Barboza Special Competition Advocate
 
Place of Performance
Address: ACA, Wiesbaden Contracting Center ATTN: AEUCC-C, CMR 410, Box 741 APO AE
Zip Code: 09096-0741
Country: EU
 
Record
SN01205232-W 20070106/070104220621 (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.