DOCUMENT
99 -- TAC-17-44060 VINCI HP DL580 Servers - Attachment
- Notice Date
- 7/27/2017
- 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
- VA11817Q2227
- Archive Date
- 8/25/2017
- Point of Contact
- Dawn Eimont
- E-Mail Address
-
0-9638<br
- Small Business Set-Aside
- N/A
- Award Number
- NNG15SD34B VA118-17-F-2179
- Award Date
- 7/26/2017
- Awardee
- MINBURN TECHNOLOGY GROUP, LLC;10113 MINBURN ST;GREAT FALLS;VA;22066
- Award Amount
- $519,120.03
- 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: The 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 Governmentwide Acquisition Contract (GWAC) for the procurement of Hewlett Packard (HP) DL580 servers. 3. Description of the Supplies or Services: VA, Office of Information & Technology, at the Austin Information Technology Center (AITC), has a requirement for the procurement of HP DL580 servers for the existing HP infrastructure in support of the Veterans Informatics and Computing Infrastructure (VINCI) environment to support the iKnow application. The procurement of these HP products will build on the existing environment and support direct patient care. The required HP products shall be delivered within 30 days of delivery order award and include a warranty period of five years thereafter. 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) 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 extensive market research, as dedscribed in section 8 of this document, it was deteremined that competition is available among authorized resellers for the required brand name HP servers required to expand the current VINCI HP environment located within the AITC to support the iKnow application. It is critical that the products procured be 100% compatible with the existing VINCI environment out-of-the-box; and also 100% compatible with the equipment at the Corporate Data Warehouse (CDW). VINCI currently runs DL580 servers; to enable the ability to failover in the VINCI clusters the equipment must be identical to minimize failures during a cutover. Variations in hardware will cause unpredictable and harmful behavior which could ultimately have a negative impact on patient care. Therefore, VINCI requires the same hardware as what is currently in use in the current environment for failover.. There are no other off-the-shelf products that conform to the specifications required for HP systems to include the firmware that accompanies the equipment which conforms to VINCI s HP environment. This is true for device drivers which must be shared for the SAN (Storage Area Network) and for teaming and cutover of Ethernet cards during a failure. In addition, HP management tools are currently used to monitor all VINCI environment hardware components to automatically alert performance issues; and HP management tools (iLO interactive Lights Out operation tool, HP Insights Software Agents (i.e.) only support HP products. If another brand was selected, the Government would assume significant additional costs and schedule delays as a result of custom configuration that would be required for the currently used tools (since different vendors use different driver sets), as well as the requirement to provide additional training on the custom tools. The VA iKnow clinical notes analyzer solution will support direct patient care and the ability of servers to handle load and performance is critical to providing information to clinicans in a timely manner. 6. Efforts to Obtain Competition: Market research was conducted, details of which are in the market research section 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 item. In accordance with FAR 16.505(a)(4)(iii)(A)(2), this justification will be provided with the solicitation to all appropriate NASA SEWP V GWAC holders. This action will be synopsized at award on the Federal Business Opportunities Page and the justification will be made publicly available. 7. Actions to Increase Competition: The Government will continue to conduct market research to ascertain if there are changes in the market place that would enable future actions to be competed. 8. Market Research: Market research was conducted in March 2017 by researching internet sites and contacting vendors for information on servers for the VINCI infrastructure to support iKnow. The market research included comparing similar International Business Machines (IBM), Acer, and Dell products. The products from IBM, Acer, and Dell did not meet the requirement to integrate seamlessly with CDW or integrate at all with the key monitoring tools discussed above that are currently used in the existing VINCI infrastructure. This particular equipment is required to fit and have 100% compatibility in an already existing HP environment. IBM, Acer and Dell also did not meet the following: These servers do not have the specification to support the load and performance required for the iKnow solution which will support the entire enterprise. Capable of supporting up to 4 CPU sockets Infiniband connectivity support along with 10Gig Ethernet Virtual Connect for supporting 10Gig and Fiber Channel IRS (Insight Remote Support) Phone Home support for hardware Compatible with existing production blade servers and chassis. Market research concluded that there are no other off-the-shelf products that conform to the specifications required for these HP products that conform to the VINCI environment. Additional market research was conducted in May 2017 in order to determine if there is a reasonable expectation of obtaining quotes from two or more responsible Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The Contract Specialist utilized the Market Research Tool (MRT) and Provider Lookup Tool under the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V Governmentwide Acquisition Contract (GWAC) website to determine the number of SDVOSB resellers that provide HP products. The results show that there are 15 Vendor Information Pages (VIP) verified prospective SDVOSB GWAC holders that are resellers of HP products that meets the requirements of the acquisition. Based upon this analysis, there is an expectation of robust competition. These requirements have been found to be within scope of the NASA SEWP V GWAC in a separate determination. 9. Other Facts: None
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0838bd0f520f50779bb78073d4992b6d)
- Document(s)
- Attachment
- File Name: NNG15SD34B VA118-17-F-2179 NNG15SD34B VA118-17-F-2179_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3689288&FileName=NNG15SD34B-042.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3689288&FileName=NNG15SD34B-042.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: NNG15SD34B VA118-17-F-2179 NNG15SD34B VA118-17-F-2179_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3689288&FileName=NNG15SD34B-042.docx)
- Record
- SN04601991-W 20170729/170727233511-0838bd0f520f50779bb78073d4992b6d (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 |