DOCUMENT
D -- ESE Lab Network Equipment Refresh - Attachment
- Notice Date
- 8/18/2017
- 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
- VA11817Q2308
- Archive Date
- 11/15/2017
- Point of Contact
- Contrct Specialist: Tinamarie Giraud
- Small Business Set-Aside
- N/A
- Award Number
- NNG15SD34B VA118-17-F-2234
- Award Date
- 8/17/2017
- Awardee
- MINBURN TECHNOLOGY GROUP, LLC;10113 MINBURN ST;GREAT FALLS;VA;22066
- Award Amount
- $169,179.69
- Description
- TAC-17-45286 JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION 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 purposed procurement is for Firm-Fixed-Price (FFP) 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 Uplogix, F5 Networks, Kemp, and Brocade brand name network components. 3. Description of Supplies or Services: The Department of Veterans Affairs (VA), Office of Information & Technology (OI&T), Solution Delivery, has a requirement to procure brand name Uplogix, F5 Networks, Kemp, and Brocade network equipment to be implemented and tested at the Enterprise Systems Engineering (ESE) LAB at the Pittsburgh VA Medical Center, H.J. Heinz Campus, Bldg 32, 1010 Delafield Road, Pittsburgh, PA 15215. The ESE LAB provides software testing for network devices installed throughout VA s Enterprise Network, and this effort is to procure two brand name Uplogix Serial ports and associated equipment, two brand name F5 Load balancers and associated equipment, two brand name KEMP load balancers and nine brand name Brocade connection cables to undergo comprehensive testing in the LAB environment in support of a refresh/upgrade of these existing brand name network components currently deployed and in use in the field. The components shall be delivered no later than 30 days after receipt of order and shall include a 12 month standard manufacturer warranty including three 12-month option periods for continued maintenance support services. 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 Above: 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 required brand name Uplogix, F5, Kemp and Brocade products and associated warranty coverage. The ESE LAB is a complete testing infrastructure used by the Software Strategy and Risk Management division to perform software vulnerability management, testing of software upgrades, and architecture design testing to maintain and update VA s existing network baselines. As currently configured, VA network infrastructure consists of F5, Brocade, KEMP, and Uplogix network devices that constitute a complete, integrated LAN/WAN infrastructure. The existing infrastructure requires a refresh/upgrade to expand the existing platform and replace end of life components, and only F5, Brocade, KEMP, and Uplogix brand network components can be integrated into the existing platform to maintain the existing configuration and ensure interoperability and compatibility with the existing infrastructure. Introducing any other brand name WAN/LAN components into the existing platform would result in severe interoperability and compatibility issues that would leave the platform in an inoperable state. In support of this refresh/upgrade, VA s Change Management Process and Risk Management Framework requires all new LAN/WAN software components undergo a complete, accurate software testing within a LAB environment prior to production release to unveil any security vulnerabilities and optimize performance. Therefore, only Uplogix, F5, Kemp and Brocade network components can meet VA requirements for emulating VA s existing network infrastructure within the ESE LAB environment to meet VA s testing protocols prior to deployment to the field. In addition, VA requires one source to provide the integrated set of network components and warranty support due to the interactivity of all brands working together to replicate VA s enterprise network within the comprehensive testing environment. 6. Efforts to Obtain Competition: Market research was conducted, details of which are in section 8 of this justification. It was determined that limited competition is viable among authorized resellers of the brand name network components. In accordance with FAR 16.505(a)(4)(iii)(A), the justification will be submitted to all applicable NASA SEWP V GWAC holders along with the Request for Quotation in order to fully notify all interested parties. In addition, notice of award of the resulting order will be synopsized and this justification will be made publicly available within 14 days after award on the Federal Business Opportunity website. 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 competed. 8. Market Research: The Government s technical experts conducted market research to ascertain the ability of any other brand network components that could satisfy VA requirements. Although other brand network components exist in the marketplace, no other brand components are fully interoperable or compatible with the existing network infrastructure platform, and therefore only F5, Brocade, KEMP, and Uplogix components can be integrated into the existing platform under a refresh/upgrade effort. In order to ensure proper testing of these upgraded components within the ESE LAB, the components must emulate the components being deployed within the enterprise network. Testing any other brand LAN/WAN components does not satisfy VA s testing protocols. Additionally, in June 2017 the Technology Acquisition Center conducted market research by using the Provider Look Up Tool on the NASA SEWP V GWAC website. The tool revealed multiple resellers of Uplogix, F5, KEMP, Brocade products, including multiple verified Service Disabled Veteran Owned Small Businesses (SDVOSBs). Therefore, based on the results of the market research, there is reasonable expectation that sufficient competition exists among verified SDVOSBs NASA SEWP contract holders. 9. Other Facts: None
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/07604dbf800cb229d3f04aeaf06a8715)
- Document(s)
- Attachment
- File Name: NNG15SD34B VA118-17-F-2234 NNG15SD34B VA118-17-F-2234.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3743815&FileName=NNG15SD34B-046.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3743815&FileName=NNG15SD34B-046.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-2234 NNG15SD34B VA118-17-F-2234.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3743815&FileName=NNG15SD34B-046.docx)
- Record
- SN04635570-W 20170820/170818231227-07604dbf800cb229d3f04aeaf06a8715 (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 |