Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2016 FBO #5399
DOCUMENT

D -- AP_R_FireEye_Hardware Maintenance - Attachment

Notice Date
9/2/2016
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11816Q1488
 
Archive Date
12/10/2016
 
Point of Contact
Amy Schmalzigan
 
Small Business Set-Aside
N/A
 
Award Number
NNG15SD34B VA118-16-F-1401
 
Award Date
9/2/2016
 
Awardee
MINBURN TECHNOLOGY GROUP, LLC;10113 MINBURN ST;GREAT FALLS;VA;22066
 
Award Amount
$828,290.35
 
Description
On September 2, 2016, the Technology Acquisition Center awarded Delivery Order VA118-16-F-1401 under the terms and conditions of National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V contract NNG15SD34B with Minburn Technology Group (Minburn), 10113 Minburn Street Great Falls, VA 22066. Minburn will be providing FireEye hardware maintenance, the total order value of $828,290.35. ? JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY 1.Contracting Activity: Department of Veterans Affairs (VA) Office of Acquisition Operations Technology Acquisition Center 23 Christopher Way Eatontown, New Jersey 07724 2.Description of Action: This proposed action is for a firm-fixed price delivery order to be issued under the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V Government Wide Acquisition Contract (GWAC) for the renewal of brand name FireEye security product hardware maintenance. 3.Description of Supplies or Services: VA, Office of Information and Technology, Service Delivery and Engineering, Enterprise Operations (EO) has a requirement for renewal of brand name FireEye hardware maintenance. FireEye products protect networks against known and unknown advanced malware attacks with Yara rules and signature-less Multi-Vector Virtual Execution engines. FireEye is a behavioral-based malware protection system and can detect and block malware that has not been detected before from penetrating the network. The required FireEye hardware maintenance will consist of repair or replacement of equipment components that restores systems to full operation and accessibility to the original redundant component configuration. The required hardware maintenance also includes services 24 hours a day, 7 days a week, 365 days per year; initial response to all requests for maintenance within one hour of the initial notification from VA; and response to all requests for on-site maintenance service by dispatch of a qualified technician/engineer to the affected site within four hours of the initial notification from VA. The required hardware maintenance is necessary for EO to be able to prevent malware attacks against the VA network by ensuring the existing FireEye hardware remains operational. The period of performance shall be from September 28, 2016, through September 27, 2017. 4.Statutory Authority: The statutory authority permitting this exception to fair opportunity is 41 U.S.C. 4106(c)(2) as implemented by Federal Acquisition Regulation (FAR) 16.505(b)(2)(i)(B), entitled "Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized." 5.Rationale Supporting Use of Authority Cited: Based on market research, as described in section eight of this justification, it was determined that limited competition is available among authorized resellers of brand name FireEye products for the aforementioned hardware maintenance support. Only FireEye brand hardware maintenance will fulfill the Government's requirements due to the proprietary nature of the hardware. A non-FireEye service provider would not be able to provide the appropriate hardware maintenance activities because only FireEye or its authorized resellers can access the proprietary data and information to acquire and implement specific revision upgrades. No other brand name items are compatible with the existing hardware items that will be repaired through use of this proposed action. Specifically no other parts/items can meet VA's form fit and function requirements. Utilizing any other brand name parts will not work with the currently fielded FireEye hardware. Additionally, only FireEye, or an authorized reseller, can provide replacement of equipment components due to the proprietary data and information necessary to restore systems to full operation and accessibility to the original redundant component configuration. 6.Efforts to Obtain Competition: Market research was conducted, details of which are in section eight of this justification. This effort did not yield any additional sources that can meet the Government's requirements. It was determined that limited competition is viable among authorized resellers for the required brand name FireEye hardware maintenance. In accordance with FAR 5.301 and 16.505(b)(2)(ii)(D), notice of award of this action will be synopsized and this justification will be made publicly available within 14 days of award on the Federal Business Opportunities Page. In accordance with FAR 16.505(a)(4)(iii)(A), this justification will be posted with the request for quotation on the NASA SEWP V GWAC website to notify all interested parties. 7.Actions to Increase Competition: The Government will continue to conduct market research to ascertain if there are changes in the marketplace that would enable future actions to be fully competed. Specifically the Government will continue to investigate alternatives to FireEye hardware maintenance that may be compatible with the current infrastructure, or whether FireEye permits third parties to access its proprietary hardware to provide maintenance and support. VA technical experts will continually conduct this market research throughout the year. 8.Market Research: In July 2016, the Government's technical experts reviewed similar hardware products to ascertain if they could meet VA's requirements. The Government's technical experts conducted web-based research on similar cyber threat protection, intrusion detection and malware protection products. Specifically, the Government's technical experts reviewed other companies' hardware maintenance packages and specifically other brand name replacement parts from Blue Coat, Source Fire and Trend Micro. As a result of the market research the technical experts confirmed that non-FireEye authorized resellers would not be able to provide the appropriate hardware maintenance activities because only FireEye authorized resellers will be able to access the proprietary data and information to acquire and implement specific revision upgrades and replacement equipment. The parts of other companies are not compatible as outlined in section 5 of this document. Based on these findings, the Government has determined that only FireEye or its authorized resellers can provide the required level of support to maintain the existing FireEye brand equipment. Only FireEye or authorized resellers can access the proprietary data and information necessary to provide the required maintenance for the existing hardware. Additional market research was conducted in July 2016 by utilizing the NASA SEWP Provider Lookup tool to determine whether the brand name FireEye hardware maintenance is available from NASA SEWP V GWAC holders. It was determined that there are several authorized resellers of the brand name FireEye hardware maintenance that hold current GWACs such that limited competition is anticipated. 9. Other Facts: None.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e7adf2722b6a819ec56d873502440d4b)
 
Document(s)
Attachment
 
File Name: NNG15SD34B VA118-16-F-1401 NNG15SD34B VA118-16-F-1401_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2985332&FileName=NNG15SD34B-009.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2985332&FileName=NNG15SD34B-009.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04254026-W 20160904/160902235049-e7adf2722b6a819ec56d873502440d4b (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.