DOCUMENT
D -- TAC-18-51125 Puppet Software Licenses and Maintenance Support - Attachment
- Notice Date
- 9/11/2018
- 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
- 36C10B18Q3148
- Archive Date
- 11/10/2018
- Point of Contact
- Joe Jones/joseph.jones6@va.gov
- E-Mail Address
-
Joseph.Jones6@va.gov
(Joseph.Jones6@va.gov)
- Small Business Set-Aside
- N/A
- Award Number
- NNG15SD24B 36C10B18F2912
- Award Date
- 9/11/2018
- Awardee
- TECHANAX LLC;14000 CROWN CT STE 206;WOODBRIDGE;VA;22193
- Award Amount
- $108,530.00
- Description
- Puppet Enterprise Software License and Maintenance Support Control Number: TAC-18-51125 1 JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY Contracting Activity: Department of Veterans Affairs (VA) Office of Procurement Acquisition and Logistics Technology Acquisition Center 23 Christopher Way Eatontown, NJ 07724 Description of Action: The proposed action is for a Firm-Fixed-Price (FFP) Delivery Order issued under the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V Government Wide Acquisition Contract (GWAC) for Puppet Enterprise Software Licenses and maintenance support. Description of Supplies or Services: VA, Office of Information and Technology (OI&T), IT Operations and Services (ITOPS), has a requirement for Puppet Enterprise Software Licenses and maintenance support. The UNIX / Linux Management Service Line currently only utilizes Puppet software to automate server builds and manage configuration and server state management. This effort is to procure a 1,000-node Puppet Enterprise License and to renew a 2500-node Puppet Enterprise license with premium support in option periods. The Puppet Enterprise software subscription will enable the UNIX / Linux Management Service Line to scale usage beyond a small percentage of the servers in its infrastructure. The premium support plan will provide 24x7x365 phone and online support, unlimited technical contacts, unlimited support cases per month, and training for up to 4 VA engineers / system administrators. The period of performance shall be September 15, 2018 through September 14, 2019, plus three (3) 12-month options periods for co-terming maintenance of 3500 nodes, if exercised. Statutory Authority: The statutory authority permitting an exception to fair opportunity is 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. 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 NASA SEWP value added resellers for the required Puppet Enterprise Software license and premium support services for automation, server configuration management, and server state management. Based on the proprietary nature of the Puppet Enterprise software, no other brand name software license would be able to provide similar system enhancements and integrate and communicate with the currently fielded software due to a lack of interoperability or compatibility with the Puppet Open Source operating systems currently fielded that are not being renewed or replaced under this proposed action. Due to these interoperability and compatibility issues, use of any other brand name software would result in a complete redesign and redevelopment of the existing infrastructure, cause extensive delivery delays of the fully automated configuration management solution and duplicated costs of redeveloping the modules that perform these functions that would not be recovered through competition. Specifically, VA would have to replace existing operating systems and reconfigure 2500 servers causing at least six months of delivery delay and extensive duplicated costs that would not be recovered through competition. The use of any other brand name software would result in complete reconfiguration of existing hardware and duplication of the existing environment. In addition, any redevelopment and reconfiguration required to re-write modules would require the following: consolidation of 54 modules from old environment, Puppet 3 to Puppet PE. This would take approximately 6-8 months, involving up to four administrators. Since 2014, VA has used multiple employees, including up to six at any given time, for approximately 9,000 labor hours dedicated to this project. If another software was introduced, this effort would have to be duplicated, which would cost the government approximately $864,000.00. Only Puppet Enterprise software can be implemented within VA s existing open source implementation without significant re-engineering of existing processes and re-coding of existing modules. No other configuration management software other than Puppet can meet VA s configuration management requirements. Specifically, the VA requires an idempotent configuration management tool that uses a client based agent to enforce rules at all times without interaction from the infrastructure. The configuration management tool must be a production ready, High Availability configurable with reporting and support for all NIX, MAC and Windows systems, must have FACT based rules to configure based on business models and logical organization models. Puppet is the only tool that can provide this functionality. Finally, access to Puppet s proprietary code is needed to provide the maintenance support. Access to this code is required to ensure all services provided are properly configured. 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 NASA SEWP value added resellers for this brand name effort. In accordance with FAR 5.301 and 16.505(b)(2)(ii)(D) notice of award for this action will be synopsized and this justification will be made publicly available on the Federal Business Opportunities Page within 14 days of award. 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. 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 any products available that will enable future requirements to be competed. Market Research: The Government s technical experts conducted market research in March 2018 to ascertain the ability of any other software capable of meeting VA s requirements. The Government s technical experts reviewed similar products from IBM Big Fix EndPoint Manager and Red Hat Ansible. Specifically, the Government conducted web-based research. As a result of the market research, the technical experts confirmed that Puppet Enterprise is the only solution that meets VA s functional, interoperability, and compatibility requirements as outlined in Section 5 of this Justification. Additionally, market research was conducted in June 2018 utilizing the NASA SEWP V GWAC Provider Lookup Tool to determine whether the required brand name Puppet Enterprise Software License and Maintenance Support was available from current GWAC holders. The results of the search found numerous GWAC holders which are Puppet resellers that could possibly meet VA s needs, including 25 Service-Disabled Veteran- Owned Small Business Value Added Resellers. Therefore, limited competition among these vendors is anticipated. Other Facts: None
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9f0ce712f7b3a7e606c543246271bd81)
- Document(s)
- Attachment
- File Name: NNG15SD24B 36C10B18F2912 NNG15SD24B 36C10B18F2912_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4586014&FileName=NNG15SD24B-049.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4586014&FileName=NNG15SD24B-049.docx
- File Name: NNG15SD24B 36C10B18F2912 NNG15SD24B 36C10B18F2912.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4586015&FileName=NNG15SD24B-050.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4586015&FileName=NNG15SD24B-050.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: NNG15SD24B 36C10B18F2912 NNG15SD24B 36C10B18F2912_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4586014&FileName=NNG15SD24B-049.docx)
- Record
- SN05084020-W 20180913/180911231347-9f0ce712f7b3a7e606c543246271bd81 (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 |