SOLICITATION NOTICE
D -- Milwaukee VBA RO Telecom Upgrade_Alvarez and Associates
- Notice Date
- 5/26/2011
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Veterans Affairs;Center for Acquisition Innovation-Austin;1701 Directors Blvd;Suite 600;Austin TX 78744
- ZIP Code
- 78744
- Solicitation Number
- VA798A11RQ0144
- Archive Date
- 6/24/2011
- Point of Contact
- Reese Killpack Contracting Specialist
- E-Mail Address
-
Shumake
- Small Business Set-Aside
- N/A
- Award Number
- NNG07DA46B VA798A-11-F-1110
- Award Date
- 5/25/2011
- Description
- JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 1.Requesting Agency: Department of Veterans Affairs Veterans Benefits Administration (VBA) 810 Vermont Avenue, N. W., Bldg, 1800 G Street, Washington, D. C. 20420 2.Contracting Activity: Department of Veterans Affairs (VA) Center for Acquisition Innovation-Austin 1701 Directors Blvd, Suite 600 Austin, TX 78744 3.Description of Action: The proposed action is for a Firm-Fixed-Price Delivery Order issued under the National Aeronautics and Space Administration (NASA) Solutions for Enterprise Wide Procurement (SEWP) IV Government Wide Acquisition Contract (GWAC), for Telecom system upgrade for the VBA Milwaukee Regional Office (RO). This Telecom system shall provide the additional telephone system hardware, software and installation services needed to support the activations at VA Regional Office in Milwaukee, WI. a.Description of Supplies or Services: This procurement will purchase equipment from an authorized Nortel telephone system equipment vendor to ensure that VBA's business needs and interoperability requirements are met and ensure that the purchase does not adversely impact the VBA's existing maintenance contract with Nortel. Using other than genuine Nortel brand telephone system equipment will cause interoperability problems. The new telephone equipment and services must use Nortel IP T7316E telephones equipment in order to support the additional 125 VA employess to be assigned to Milwaukee RO. Hardware and software are described below: List of Equipment to be delivered Hardware Milwaukee CLINQuantityDescriptionPart #CostTotal Cost 00011 eaBCM DSM 32- 32 Digital Station MBMNT7B09AAAD 00023 eaBCM DSM 32- 32 Digital Station MBMNT7B09AAADE5 0003125 eaT7316E GS Telephone CharcoalNT8B27GSAA 1 eaPatch Cable, 1 pr 24 awg Cable, 24 port 0004patch panel, Cat5 Patch Cord, Surface Mount Jack, 4/24L3 Solid Straight Wire, Locking Tie & Miscellaneous 00051 eaPatch Cable, 1 pr 24 awg Cable, 24 port patch panel, Cat5 Patch Cord, Locking Tie & Miscellaneous 00061 eaNA BCM Expansion Unit with Universal Power SupplyNTPW0130 00071 eaEE-DTM-Digital Trunk MBMNT5B04AAADE5 00081 eaBCM450 Capacity Expansion Card. Required for capacity in execess of 125 seats any type. Maximum capacity of 300 seats any typeNTC03110SYE6 00091 eaBCM500 4.0 to 5.0 Hardware and Software Upgrade KitNTC06521KTE6 Total Cost Software Milwaukee RO CLINQuantityDescriptionPart#CostTotal Cost 0010125 eaBCM Voice Messaging Seat electronic authorization s/w licenseNTKC0588 Total Cost Services Milwaukee RO CLINQuantityDescriptionPart#CostTotal Cost 00111 JOBInstallation & Supervision Total Cost The total estimated price of the proposed action including installation support is $73,327.00 4.Statutory Authority: The statutory authority permitting other than full and open competition is 41 U.S.C.253(c)(1) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1(c) entitled, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements-Application for Brand Name Descriptions." 5.Rationale Supporting Use of Authority Cited Above: Based on extensive market research, as described in paragraph 8 of this document, it was determined that limited competition is expected for these brand name items. VBA requires equipment from the manufacturer or an authorized partner to ensure that the equipment will interface with the VBA Milwaukee RO owned Nortel PBX. The purchase of equipment from unauthorized partners could increase interoperability concerns and would cause damage (interoperability) to the VBA Nortel PBX. This in turn could void the existing warranties and maintenance that is presently being provided to the VBA Milwaukee RO. The market survey revealed multiple small business vendors can provide Nortel brand name products. However, the Government will continue to solicit for Nortel authorized resellers in future acquisitions and specifically after the warranty period has expired on the Nortel system. As noted, brand name items needed to fulfill the requirement are proprietary to Nortel equipment and can also be obtained by a Nortel authorized reseller. 6.Efforts to Obtain Competition: Market Research was conducted, details of which are in the market research section. Limited competition is anticipated for the required brand name item. 7.Actions to Increase Competition: Although the Government is limiting competition as a result of specifying a brand name item, there are authorized resellers of these products on the NASA SEWP IV GWAC contract. Competition for this requirement among these vendors is anticipated. Additionally, this Justification and Approval and the Request for Quote will be submitted to all four NASA SEWP IV GWAC Contract Groups in order to fully notify all interested parties and obtain price competition. Any proposals received will be evaluated. Furthermore, in accordance with FAR 5.202(a) (6), this effort is exempt from synopsizing since the proposed contract action is an order placed under an existing Indefinite Delivery/Indefinite Quantity contract. Finally, in order to remove or overcome barriers to competition in future acquisitions for this requirement, the agency will work with the program office to perform additional market research so that other solutions can be considered. 8.Market Research: Contract Specialist conducted extensive market research utilizing SWEP tools validating limited vendor support for Nortel products. Therefore, limited competition is expected for this proposed action. Evidence of market research can be found in the acquisition file. 9.Other Facts: Based on extensive market research as described above, the Government's technical experts determined that only Nortel hardware and software can meet all of the Government's aforementioned requirements. Failure to acquire the aforementioned items would result in an inability to provide support to our new Milwaukee RO. With the procurement of the Telecom system, the Milwaukee site will have the ability to provide a better quality of service to their customers (the veterans) in a timely manner. 10.The Telecom system will also provide a better voice services to support the site and the ability to communicate with the VBA Milwaukee RO without accessing an outside line (circuit). This will save on usage charges since communications will basically be like using an intercom system utilizing IP technology. Also, 20% growth will be built-in to support additional employees in the future.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/16e3631e308b1669534fb988263486be)
- Record
- SN02457977-W 20110528/110526234816-16e3631e308b1669534fb988263486be (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 |