SOLICITATION NOTICE
D -- Renewing the EnvoyXpressAPI License telecommunications software licenses and support. - Package #1
- Notice Date
- 8/17/2012
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Agriculture, Food and Nutrition Service, Contract Management Branch, 3101 Park Center Drive, Room 228, Alexandria, Virginia, 22302
- ZIP Code
- 22302
- Solicitation Number
- AG-3198-P-12-0034
- Archive Date
- 10/1/2012
- Point of Contact
- Carla O. Hunter, Phone: 7036050639
- E-Mail Address
-
carla.hunter@fns.usda.gov
(carla.hunter@fns.usda.gov)
- Small Business Set-Aside
- N/A
- Award Number
- AG-3198-P-12-0034
- Award Date
- 9/1/2012
- Description
- J&A RAPID ALERT SYSTEM UNITED STATES DEPARTMENT OF AGRICULTURE FOOD AND NUTRITION SERVICE JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION 1. Identification of agency and contracting activity, and specific identification of the document as a Justification for Other than Full and Open Competition. • The United States Department of Agriculture (USDA), Food & Nutrition Service (FNS), requires items peculiar to one manufacturer. This document constitutes the agency's justification for other than full and open competition (JOFOC). 2. Nature and description of action being approved. • Sole source notification services are provided by Varolii to support Food Safety holds and recalls for Special Nutrition Program's; USDA Foods to include the National School Lunch Program (NSLP), Commodity Supplemental Food Program (CSFP), Food Distribution Program on Indian Reservations (FDPIR) and The Emergency Food Assistance Program (TEFAP). Varolii has significant experience in messaging services in Government and Private Sector organizations. 3. Description of supplies or services required to meet the agency's needs (including the estimated value). • A custom interface between Varolii and the FNS Electronic Commodity Ordering System (ECOS) was developed and maintained since 2005. The notification capability was migrated to the ECOS replacement application, Web Based Supply Chain Management (WBSCM) system that became operational April 1, 2011. ECOS is in a gradual phase out over a three to five year period and remains available for food safety recall notification and case management if necessary. WBSCM is the production FNS food ordering and food safety application for nutrition assistance programs. Varolii notification services are the backbone of the food safety case management for the ECOS and WBSCM Rapid Alert and Commodity Alert Systems. 4. Identification of statutory authority permitting other than full and open competition. • This acquisition is being conducted under the authority of 41 U.S.C. 253 (c) (1), as implemented by FAR 6.302-1(a), Only one responsible source and no other supplies or services will satisfy agency requirements. 5. Demonstration of the proposed Contractor's unique qualifications and that the acquisition requires use of the authority cited. • The current reseller of Varolii (brand name telecommunications services), ISI, Inc., provided notification to FNS that it is no longer providing the service effective with the end of the current period of performance in August 2012 under TASK ORDER AG-3198-K-11-0042/BPA Number AG-3198-B-10-0014. The contract with ISI is in the first option period of four awarded. This situation requires FNS contract directly with Varolii for the necessary services to complete the final 3 option periods as they have no other Federal Government reseller available. Contracting with Varolii under a new contract will enable FNS to continue the critical functionality of supporting notifications in the case of a threat to the nation's food supply. 6. Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2, and if not which exception under 5.202 applies. • The notice will be synopsized in accordance with FAR Subpart 5.2, Synopses of Proposed Contract Actions via GPE. 7. Determination by the Contracting Officer that the anticipated cost to the Government for the proposed acquisition will be fair and reasonable. • Anticipated pricing for renewing the EnvoyXpressAPI License telecommunications software licenses and support is determined fair and reasonable. Proposed prices received in response to the solicitation will be compared to prices paid under previous acquisitions and to the Independent government Cost Estimate (IGCE) to ensure a fair and reasonable price. 8. Description of the market survey conducted and the results or a statement of the reasons that a market survey was not conducted. • Market research was conducted based on prior existing Firm-Fixed Price Delivery Order. Historical data demonstrated the price to the Government is fair and reasonable based on the previous task order AG-3198-K-11-0042 under GSA Schedule No. GS-35F-4412G. The current GSA Schedule price will remain unchanged. Only Varelli has the right to distribute, maintain, and upgrade EnvoyXpressAPI License telecommunications software licenses. • Additionally, the product is already in use within the WBSCM architecture. The WBSCM program is not looking to replace the product. 9. Any other facts supporting the use of other than full and open competition. • The notification and recall case management features are tightly integrated into the ECOS and WBSCM applications. Using a different vendor will require system re-design and new development for both ECOS and WBSCM. This effort will increase cost for ECOS that is to be decommissioned in the near future and add costs and interfere with business operations and system stabilization and improvement initiatives for the WBSCM application. 10. A listing of the sources, if any, that expressed, in writing, an interest in the solicitation. • To date, no other sources have expressed an interest in writing. The notice required by FA 5.201 will be published in FedBizOpps and any responses received will be considered. 11. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. • No actions to be taken given the complexity of the Varolii notification services as they are the backbone of the food safety case management for the ECOS and WBSCM Rapid Alert and Commodity Alert Systems. 12. Statement of delivery requirements. • Period of Performance: September 1, 2012 - August 31, 2015 13. Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. Based on the information above, I hereby determine this sole-source justification to be accurate and complete o the best of my knowledge and belief: ___________ ________________ Belal Date Hammad Contracting Officer Technical/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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FNS/CMB/AG-3198-P-12-0034/listing.html)
- Place of Performance
- Address: FNS-HQ-SNP-FDD, 3101 PARK CENTER DRIVE, ROOM 500, ALEXANDRIA, VA 22302, ALEXANDRIA, Virginia, 22302, United States
- Zip Code: 22302
- Zip Code: 22302
- Record
- SN02844084-W 20120819/120817235108-51651bb0c4b4c4c1e987451324ab9c3b (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 |