DOCUMENT
D -- TAC-17-41466_R4-DTCS Software Maintenance - Attachment
- Notice Date
- 5/30/2017
- 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
- VA11817Q1904
- Archive Date
- 7/21/2017
- Point of Contact
- Lashell Garner
- E-Mail Address
-
l.Garner@va.gov<br
- Small Business Set-Aside
- N/A
- Award Number
- NNG15SD00B VA118-17-F-1918
- Award Date
- 4/13/2017
- Awardee
- BLUE TECH INC.;4025 HANCOCK ST. STE. 100;SAN DIEGO;CA;92110
- Award Amount
- $77,033.87
- Description
- On April 13, 2017, the Technology Acquisition Center awarded Delivery Order VA118-17-F-1918 under the terms and conditions of National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V contract NNG15SD00B with Blue Tech Inc. 4025 Hancock St. STE 100. San Diego, Ca 92110. Blue Tech will be providing BMC software maintenance, the total order value of $77,033.87. 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, NJ 07724 2. Description of Action: The proposed action is for a firm-fixed-price delivery order issued under a National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) IV Government Wide Acquisition Contract (GWAC) for software maintenance and support for the Hewlett Packard (HP) Disaster Tolerant Cluster Services (DTCS) software package that is currently in use across Region 4. 3. Description of the Supplies or Services: The Department of Veterans Affairs (VA), Office of Information and Technology (OI&T), Region 4 requires software maintenance and support for the Hewlett Packard (HP) Disaster Tolerant Cluster Services (DTCS) software package that is currently in use across Region 4. DTCS is used for configuring and managing OpenVMS disaster tolerant clusters throughout Region 4 to allow it to be disaster-tolerant against natural disasters that may disable individual data-processing facilities and systems. HP s DTCS solution also utilizes the Itheon iAM (IT System Availability) centralized, agentless remote system console software for monitoring and management of its multiple-site OpenVMS Cluster system and hardware infrastructure. The required software maintenance and support consists of online support and access to technical support via telephone and email 24 hours a day, 7 days a week 365 days a year. The support will also provide continued access to product updates including major software enhancements, patches and bug fixes. The period of performance shall be 12 months from date of award. 4. Statutory Authority: The statutory authority permitting an exception to fair opportunity is Section 41 U.S.C. 4106(c)(2) as implemented by the Federal Acquisition Regulation (FAR) Subpart 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 Above: Based on market research, as described in paragraph 8 of this document, VA determined that limited competition is available among authorized resellers for the required HP DTCS software maintenance and support. VA currently uses HP DTCS software in its OpenVMS cluster disaster recovery process for VistA system operations in VA s Northeast Region (Region 4). No other software brand can interoperate with the current OpenVMS cluster process currently in place as it runs on a source code that is proprietary to HP. Accordingly, only HP or an authorized HP reseller can provide the required maintenance and support services on the DTCS software currently employed for Region 4 disaster recovery and monitoring as the software maintenance services, specifically software updates and patches require access to HP proprietary source code or microcode. Failure to acquire compatible software maintenance would cause software of the DTCS component to become unusable, resulting in monitoring of critical components to cease. This could result in a failure of one or more OpenVMS components and could interrupt operations of the OpenVMS cluster(s). 6. Efforts to Obtain Competition: Market research was conducted, details of which are in section 8 of this justification. This effort did not yield any additional sources that can meet the Government s requirements. VA determined that limited competition is viable among authorized resellers for the required brand name HP DTCS software maintenance and support that are current NASA SEWP V GWAC holders. In accordance with FAR 5.301 and 16.505(b)(2)(ii)(D), notice of award for this action will be synopsized. 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 interested parties. 7. Actions to Increase Competition: In order to remove or overcome barriers to competition in future acquisitions for this requirement, the Government will continue to perform market research to determine if there are changes in the marketplace and identify any potential products and/or source providers available that will enable future requirements to be competed. 8. Market Research: The Government s technical experts conducted market research in January 2017 by reviewing similar brands of software maintenance to ascertain if these products could meet or be modified to meet VA s requirements. Specifically, the Government s technical experts conducted web-based research on vendor websites to include International Business Machine MQ and Microsoft although these vendors offer similar software maintenance, only HP or an authorized reseller are capable of providing software maintenance and support that meets the Government s compatibility and interoperability requirements as described in paragraph 5 above. Additionally, market research was conducted in January 2017 utilizing the NASA SEWP V GWAC Provider Lookup Tool to determine whether the required brand name HP software maintenance and support was available from current GWAC holders. The results of the search found numerous GWAC holders that are HP resellers that could possibly meet VA s needs, including 25 Service-Disabled Veteran- Owned Small Business Value Added Resellers. Therefore, limited competition is anticipated. 9. Other Facts: N/A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dc8dc1cb686789202a1ef896a00fb52b)
- Document(s)
- Attachment
- File Name: NNG15SD00B VA118-17-F-1918 NNG15SD00B VA118-17-F-1918_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3534462&FileName=NNG15SD00B-007.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3534462&FileName=NNG15SD00B-007.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: NNG15SD00B VA118-17-F-1918 NNG15SD00B VA118-17-F-1918_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3534462&FileName=NNG15SD00B-007.docx)
- Record
- SN04526459-W 20170601/170530235528-dc8dc1cb686789202a1ef896a00fb52b (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 |