SOLICITATION NOTICE
D -- SAS Software Maintenance
- Notice Date
- 1/8/2010
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
- ZIP Code
- 20745
- Solicitation Number
- Q0QS22COB06000
- Point of Contact
- Tonya H Yeldell, Phone: (202)283-1168
- E-Mail Address
-
tonya.h.yeldell@irs.gov
(tonya.h.yeldell@irs.gov)
- Small Business Set-Aside
- N/A
- Description
- DEPARTMENT OF THE TREASURY INTERNAL REVENUE SERVICE FEDERAL SUPPLY SCHEDULE LIMITED SOURCES JUSTIFICATION AND APPROVAL I recommend that the U.S. DEPARTMENT OF THE TREASURY use limited sources procedures for the acquisition ofthe following supplies or services available under Federal Supply Schedules (FSS). This acquisition is conducted under the authority of the Multiple Award Schedule (MAS) Program--Title III of the Federal Property and Administrative Services Act of 1949 (41 U.S.C. 25 I, et seq.) and Title 40 U.S.c. SOl, Services for Executive Allencies. L DESCRIPTION OF SUPPLIES OR SERVICES AVAILABLE FROM FSS Purchase of: The procurement is for the addition ofthe SAS Scalable Performance Data Server to support large syslog and web log files as part of the Cybersecurity Portal. The Scalable Performance Data Server delivers subsets of information harvested trom large stores of enterprise data, qUickly and on demand. The solution ensures that business intelligence and analytic applications maintain consistent performance and that extraction, transformation and loading (ETL) processes do not exceed the time windows that are available. Purchase includes the following line items: (1) One each, SAS Enterprise BI Server, 12 months support, (2) One each, SAS Data Integration Server, 12 months support, (3) On each, SAS/STAT for HP Superdome, 12 months support, (4) One each, SAS/Access to Oracle, 12 mOllths support, (5) One each, SAS/Access to ODBC, 12 months support, (6) One each, SAS/Access to OLE, 12 months support, (7) One each, SAS Enterprise Guide for 20 PC Users, 12 months support, (8) One each, Base SAS for Windows Server, 12 months support, (9) One each, SAS/STAT for Windows, 12 months support, (10) One each, SAS Enterprise Miner for Windows, 12 months support, and (II) One each, SAS Text Miner for Windows, 12 months support. Period of performance: Date of Award to 9/30120 IO. 2. REQUISITION NO. 4. NAME(S) OF PROPOSED FSS SOURCE(S) OOOS22COB06000 TBD 3. COST ESTIMATE $484,237.92 REOUESTING OFFICE CERTIFICATION I certify that the attached justit1cation is accurate, and contains complete data necessary to support the recommendation for limited sources iustification and aooroval. 5. REQUESTING OFFICE (Signature) (Phone No.) (Dtlte) REPRESENTATIVE (Name & Title] Michael Stoner, Cybersccurity 1//·~:;;.1;.;, /b=f - 202-283-0520 III,5I20/0 CSIRC Acting Associate Director - SMALL BUSINESS CERTIFICATION I have conducted a search of vendor files Hum GSA Advantage/Schedules e-Library, etc., to locate potential FSS small businesses for this orocurement. If any were tound, a list is attached. 6. SMALL BUSINESS SPECIALIST (Signature) (Phone No.) (Date) (Name and Title) Jodie L. Paustian, SBS thJ., ~;(i.lt..) (202)283-1199 1/-:ik6/U I(J OCUREMENT OFFICE CERTIFICATION I cCltify that this submission is accurate, and that it contains complete informationnccessary to enable Approving Otlicials to make an informed recommendation for approval or disapprovaL / 7 ASSIGNED CONTRACTING 1~C;;;l~Y,Q,f~ (Plrolle No.) (Date) OFFICER (Name) ~7~ (?U/O Tonya H. Yeldell (202)283-1168 IS; 8. FEDERAL AC9P..ISITION"~EGULATION8.405-6 TITLE III OF THE FEDERAL PROPERTY AND ADMINISTRATIVE SERVICES ACT OF 1949 (41 U.S.c. 251, ET SEQ.), AND TITLE 40 U.S.C. 501 (place "X" in (Ippropriate box and complete rest afform) X FAR 8.405-6(a)(2) - The item is peculiar to one manufacturer (e,g., a particular brand name, product, or a feature of a product, peculiar to one manufacturer). A brand name item, whether available on one or more schedule contracts, is an item peculiar to one manufacturer. Explain why the brand name i em is essential for the acquisition. Describe the rationale for the brand name specification, Ordering activity shall post th rationale for the brand name along with the Request for Quotation (RFQ) to e-Buy (http://www.ebuy.gsa.gov). A!though competition should exist among schedule providers ofthe item, this authority shall be used for a brand name purcha e. Page 1 FAR 8.405-6(b)(1) - Only one source is capable of responding due to the unique or specialized nature of the work. Explain what makes this FSS contractor the only responsible source, i.e., Does this proposed FSS contractor have facilities or equipment that are specialized and vital to the effort? Is the proposed contractor the only one that can meet critical schedules? Does the proposed contractor have prior experience of a highly specialized nature vital to the effort? Does the FSS vendor have an exclusive licensing agreement? Why won't any other product or service satisfy the need? Describe market survey and analysis efforts leading to this conclusion. FAR 8.405-6(b)(2) - The new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures (8.405-1 and 8.405-2). The original order must not have been previously issued under sole source or limited source procedures. Explain why the work is a logical follow-on and provide information on the original competition for the first order. FAR 8.405-6(b)(3) - An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. Explain why the agency's need for the supplies or services is of such an unusual and compelling urgency that the government would be seriously injured unless it limited the number or sources. Solicitation from as many potential sources as is practicable under the circumstances is required. 9. JUSTIFICATION A. DEMONSTRATION THAT THE PROPOSED FSS CONTRACTOR'S UNIQUE QUALIFICATIONS OR THE NATURE OF THE ACQUISITION REQUIRES USE OF THE AUTHORiTY CITED. The SAS Software products were purchased and integrated into the IRS security infrastructure by the Computer Security Incident Response Center (CSIRC) several years ago. The IRS relies on multiple security vendors with intrusion detection system (IDS) sensors placed throughout the enterprise to provide a robust security architecture and defense in depth. The SAS Software is a critical component of the existing IRS security infrastructure and integrated with existing processes, procedures, and other technologies. Without this renewal of existing SAS Software components, the IRS will not be able to meet IRS federal mandated monitoring and intrusion detection requirements. Internal Revenue Manual (IRM) 10.8.1.4.3.2 requires that intrusion methods be configured to have system-wide detection capabilities and utilize automated features for attack detection and reaction. IRM 10.8.1.4.3.2 also requires intrusion detection systems be updated with new indicators/signatures made available by Treasury CSIRC (TCSIRC); the SAS Software has already been implemented to meet these requirements and must be renewed. The SAS Software is sold by multiple vendors off the Federal Supply Schedule. This requirement will be competed amongst those vendors. B. DESCRiBE THE MARKET RESEARCH THAT WAS CONDUCTED AND THE RESULTS OF THE RESEARCH (E.G., SEARCH ON E-LIBRARY AT HTTP;//WWW.GSA.GOV/FSS; HISTORiCAL ORDERING INFORMATION, FEDBIZOPPS SYNOPSIS). SYNOPSIS IS NOT REQUIRED FOR FSS PROCUREMENTS, BUT MAY BE USED. ALSO, LIST ANY FSS SOURCES THAT EXPRESSED AN INTEREST IN WRiTING IN THE ORDER AND THE RESULTS OF THAT INTEREST. The brand name rationale and the requirement will be synopsized on GSA's e-buy as a brand name acquisition. Prior to the original selection of this product, the IRS conducted market research and evaluated other IDS products including McAfee, Juniper, and Internet Security Systems (ISS). C. LIST THE ACTIONS THE BUREAU WILL TAKE TO PROMOTE FSS ORDERING PROCEDURES OUTLINED IN FAR 8.405 ON ANY SUBSEQUENT ACQUISITIONS FOR SIMILAR SUPPLIES OR SERVICES. This requirement is sold by multiple resellers and this acquisition will be competed using FSS ordering procedures. D. STATEMENT THAT REQUIREMENT DOES NOT RESULT FROM A LACK OF PLANNING OR THE EXPIRATION OF FUNDS. This requirement does not result frorn a lack of planning or the expiration of funds. Page 2 ADDITIONAL APPROVALS 16. BUREAU COMPETITION [ ] APPROVE (Signature) (Phone No.) ~~ ~o ADVOCATE (Name & Title) ;>tn O~ [ ] (Date) DISAPPROVE ~~ 17. BUREAU HEAD OR SENIOR [ ] APPROVE (Signature) (Phone No.) ~tn EXECUTIVE SERVICE ;>,.....; DESIGNEE (Name & Title) [ ] (Date) 0........,. DISAPPROVE 18. SENIOR PROCUREMENT [ ] APPROVE (Signature) (Phone No.) ~~ EXECUTIVE (Name & Title) ~r- ;>tn [ ] (Date) 0"" DISAPPROVE NOTE: Each review must be preceded by lower level approval(s), e.g., over $57 million all approvals are required. IN NO CASE WILL AN INDIVIDUAL SIGN MORE THAN ONE APPROVAL LEVEL. Page 3
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/Q0QS22COB06000/listing.html)
- Place of Performance
- Address: 5000 Ellin Road IRS New Carollton Federal Building, Lanham, Maryland, United States
- Record
- SN02038639-W 20100110/100108235907-1caea645659f7288c4b38d72d4c78407 (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 |