Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2016 FBO #5445
DOCUMENT

D -- TAC-17-33313 SW_ R_RSD America_Software Maintenance - Justification and Approval (J&A)

Notice Date
10/18/2016
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Archive Date
1/8/2017
 
Point of Contact
Alma Aliaj, Contract Specialist
 
E-Mail Address
erdick,
 
Small Business Set-Aside
N/A
 
Award Number
NNG15SD24B VA118-17-F-1674
 
Award Date
10/1/2016
 
Description
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 brand name RSD America software maintenance for VA, Office of Information and Technology (OI&T), Service Delivery and Engineering, Enterprise Operations (EO). 3.Description of Supplies or Services: VA, Office of Information and Technology (OI&T), Service Delivery and Engineering, Enterprise Operations (EO) has a requirement for the procurement of brand name RSD America, software maintenance and support. The software maintenance will consist of software upgrades and updates to include major releases, point releases, service releases and security releases of applicable software on a quarterly basis or within 48 hours in cases in which a high risk vulnerability fix becomes available. This software maintenance and updates are necessary for EO to be able to operate successfully. The period of performance is for a 12-month base period and two 12-month option periods. The total estimated price of the proposed action is $ inclusive of options. 4.Statutory Authority: The statutory authority permitting this exception to fair opportunity is Section 41 U.S.C 4106(c)(2) as implemented by Federal Acquisition Regulation (FAR) Section 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: This is a brand name justification in support of FAR 11.105, Items Peculiar to One Manufacturer. Based on extensive market research, as described in paragraph 8 of this document, it was determined that limited competition is viable among authorized resellers for the brand name RSD America, software maintenance and update support as described in section 3 of this justification. The current EO infrastructure is based on existing RSD America software and VA requires support compatible with the existing infrastructure protocols and functionality for continued operational availability. VA requires software upgrades and updates to include major releases, point releases, service releases of applicable software on a quarterly basis, or within 48 hours in cases where a high risk vulnerability fix becomes available. Only RSD America or an authorized reseller can provide the necessary software updates, because of the propriety source code required to develop and implement software updates. No other source is capable of providing the required software maintenance that meets VA's unique functional requirements. In addition, a prior implementation of RSD America, software licenses already exists in EO. Acquisition of a different product, even if another one existed with qualifications that met VA's stated functional needs, would require multiple support costs if the RSD America, software licenses were abandoned in favor of a different product and EO would need to re-purchase the initial software licenses previously purchased. No other license is compatible with or interoperable with the existing RSD America, proprietary database structures, protocols, and software application programming interfaces. The brand name RSD America software maintenance is the only software maintenance that meets the Government's requirements. 6.Efforts to Obtain Competition: Market research was conducted, details of which are in the market research paragraph of this document. This effort did not yield any additional sources that can meet the Government's requirements. It was determined, however, that limited competition is viable among authorized resellers for this brand name software maintenance. In accordance with FAR 5.301 and 16.505(b)(2)(ii)(D), this action will be synopsized and the justification will be made publicly available on the Federal Business Opportunities Page within 14 days of award of the order. 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. 8.Market Research: RSD America is a commercially available off-the-shelf software license package currently in use in VA. Market research was conducted in June 2016 from the Government's technical experts by reviewing similar software products to ascertain if these items could meet VA's requirements. Specifically, the Government's technical experts conducted web-based research on web sites such as Exago Inc. and Rocsoft. As a result of the market research the technical experts confirmed that as the source code required to issue the updates is proprietary, RSD America is the only source capable of providing the required maintenance and upgrades for RSD America software. No other firm has the capability of developing and issuing software updates and fixes for RSD America software necessary to support existing EO requirements. All of the products researched were unable to meet the functional requirements as stated in paragraph 5. Based on the above, only RSD America software licenses and maintenance meets all of the Government's requirements. 9. Other Facts: N/A 10. Technical and Requirements Certification: I certify that the supporting data under my cognizance, which are included in this justification, are accurate and complete to the best of my knowledge and belief. David HartmannDate: ______________________ Project ManagerSignature: ______________________ 11. Fair and Reasonable Cost Determination: I hereby determine that the anticipated price to the Government for this contract action will be fair and reasonable based on the Independent Government Cost Estimate. Pricing for products awarded on NASA SEWP V GWAC have already been determined to be fair and reasonable and more competitive pricing may result from competition. Jan OberdickDate: ______________________ Procuring Contracting Officer Signature: ______________________ 12. Procuring Contracting Officer Certification: I certify that this justification is accurate and complete to the best of my knowledge and belief. Jan OberdickDate: ______________________ Procuring Contracting OfficerSignature: ______________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dc3ad981d21c7915f22a98d35d4ae9fe)
 
Document(s)
Justification and Approval (J&A)
 
File Name: NNG15SD24B VA118-17-F-1674 NNG15SD24B VA118-17-F-1674_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3061739&FileName=NNG15SD24B-018.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3061739&FileName=NNG15SD24B-018.docx

 
File Name: NNG15SD24B VA118-17-F-1674 Justification for RSD America.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3061740&FileName=NNG15SD24B-019.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3061740&FileName=NNG15SD24B-019.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04306617-W 20161020/161018234026-dc3ad981d21c7915f22a98d35d4ae9fe (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.