AWARD
D -- LSJ FOR NNM11AA53T
- Notice Date
- 12/18/2012
- Notice Type
- Award Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- NASA Shared Services Center Procurement Division Building 1111 Stennis SpaceCenter, MS 39529-6000
- ZIP Code
- 39529-6000
- Solicitation Number
- NNM11AA53T
- Archive Date
- 1/10/2013
- Point of Contact
- Hayward Expose, Contract Specialist, Phone 228-813-6466, Fax 228-813-6580, Email hayward.expose@nasa.gov - Eli Ouder, Contracting Officer, Phone 228-813-6168, Fax 228-813-6315, Email eli.c.ouder@nasa.gov
- E-Mail Address
-
Hayward Expose
(hayward.expose@nasa.gov)
- Small Business Set-Aside
- N/A
- Award Number
- NNM11AA53T
- Award Date
- 12/11/2012
- Awardee
- COMPUSEARCH SOFTWARE SYSTEMS, INC. 21251 Ridgetop CIR STE 100 Dulles, VA20166-6501
- Award Amount
- $1003964.28
- Line Number
- 05
- Description
- NATIONAL AERONAUTICS AND SPACE ADMINISTRATION NASA SHARED SERVICES CENTER LIMITED SOURCE JUSTIFICATION I recommend that NASA, NASA Shared Services Center negotiate with Compusearch Software Systems, Inc. (Compusearch), only for the continued maintenance of the Agencys PRISM software. This action will be performed by awarding a follow-on task order against Compusearchs General Services Administration (GSA) Federal Supply Schedule (FSS) GS-35F-0585J. The total Firm-Fixed Price (FFP) of this effort is about XXXX.XX. The period of performance is 18 months which includes a base period of 6 months (January 01, 2013 through June 30, 2013) and four 3-month option periods (July 01, 2013 through September 30, 2013; October 01, 2013 through December 31, 2013; January 01, 2014 through March 31, 2014; April 01, 2014 through July 11, 2014). Marshall Space Flight Center (MSFC) awarded the previous delivery order to Compusearch under task order NNM11AA53T. The file transferred to the NSSC for administration on August 22, 2011. The NSSC will continue to function as the contract administration office; however, the requesting activity will remain in place at the MSFC. This new task order is a follow-on to the MSFC award for the PRISM software maintenance of the Contract Management Module (CMM). CMM is the contract writing system used by NASA. The requirement consists or renewing the annual software maintenance services for the Agency's PRISM software license which currently supports 1,000 users. Maintenance requirements under the new task order will consist of the following: Delivery of Releases, Service Packs, Technical Bulletins, Manual Updates, and other Licensed Materials. Software Maintenance support via telephone, remote support/update, and Compusearch's On-line Footprint System. Software maintenance includes support for the PRISM Document Generation module, Receiving module, Interagency Agreement module, Invoice module, FPDS-NG interface, Grants module including NASA customizations, APP module, Source Selection module, NASA user specific database updates, Multi-Select customization, Single Sign On customization, FPDS-NG interface customization, updates to PRISM award to SAP interface including XML trigger, and Grants interface. Compusearch Database Administrator (GSA Gold Plan) support. This recommendation is also made pursuant to FAR 8.405-6(b)(2), which implements the authority of the Multiple Award Schedule (MAS) Program cited in FAR 8.401 pursuant to Title III of the Federal Property and Administrative Services Act of 1949 (41 U.S.C. 251) and Title 40 U.S.C 501, Services for Executive Agencies, for the acquisition of supplies or services when the work is a logical follow-on to an original Federal Supply Schedule order, not previously issued under sole source or limited source procedures, that was placed in accordance with applicable Federal Supply Schedule ordering procedures. Competition is impractical for the following reasons: 1.Only one source is capable of responding due to the unique specialized nature of the work. As maintenance is an ongoing set of various activities (patches, updates, system integration) it is not feasible to bring in a new contractor to perform work that is dependent on previous work that has been completed.Only Compusearch has the requisite capabilities to continue performing the specialized requirements. 2.Market research among FSS holder was conducted via internet searches through the GSA eLibrary. Based on the results of the research it is confirmed that no other companies are authorized by Compusearch to provide PRISM software maintenance.. 3.No other supplies or services will satisfy the agencys requirements and no other provider can supply a similar service. 4.No other vendor has access to detailed and timely knowledge of Compusearchs existing and emerging product set, especially with regard to ongoing development and product planning which directly benefits NASAs ongoing activities to improve procurement management throughout the Agency. 5.Compusearch is solely positioned to support NASAs implementation of its new product capabilities\ enhancement due to their detailed knowledge that has been obtained via the existing contract vehicle (NNM11AA53T) and the previous contract vehicle (NNC05QA05D) which has been in existence since 2004. Pursuant to FAR 8.404, BPAs or orders placed against a MAS, using the procedures in this subpart, are considered to be issued using full and open competition (see 6.102(d)(3)). Therefore, when establishing a BPA (as authorized by 13.303-2(c)(3)), or placing orders under Federal Supply Schedule contracts using the procedures of 8.405, ordering activities shall not seek competition outside of the Federal Supply Schedules or synopsize the requirement. However, the Limited Source Justification will be synopsized within 14 days after award pursuant to FAR 8.405-6(a)(2). Pursuant to FAR 8.404 (d) Pricing. Services offered on the schedule are priced either at hourly rates, or at a fixed price performance of a specific task (e.g., maintenance). GSA has already determined the prices of supplies and fixed-price services, and rates for services offered at hourly rates, under schedule contracts to be fair and reasonable. Therefore, ordering activities are not required to make a separate determination of fair and reasonable pricing, except for a price evaluation as required by 8.405-2(d). Notwithstanding, the NSSC will seek additional pricing discounts pursuant to FAR 8.405-4 before placing the order. Due to the specialized nature of this requirement, there are no known actions which the agency may take to remove or overcome barriers to competition before any subsequent acquisition for the services required.Therefore, purchase of the services from Compusearch, is the only practical approach. I hereby certify the facts in this justification and any supporting data used for this justification are accurate and complete to the best of my knowledge.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/NSSC/NSSC1/Awards/NNM11AA53T.html)
- Record
- SN02951672-W 20121220/121218235029-c5dd74294a951a11ea1e9e762a2fd2e8 (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 |