Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 30, 2018 FBO #6155
DOCUMENT

D -- TAC-18-52498_Tele-ICU VOIP/LAN BLDG 222 Move - Attachment

Notice Date
9/28/2018
 
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
36C10B18Q3217
 
Archive Date
12/24/2018
 
Point of Contact
Tinamarie Giraud, Tinamarie.Giraud@va.gov
 
Small Business Set-Aside
N/A
 
Award Number
NNG15SD43B 36C10B18F2972
 
Award Date
9/25/2018
 
Awardee
VETERAN TECHNOLOGY PARTNERS II LLC;1405 N GREEN MOUNT RD STE 560;O FALLON;IL;62269
 
Award Amount
$542,316.19
 
Description
Cisco VoIP and LAN Equipment Control Number: TAC-18-52498 Page 3 of 3 Cisco VoIP and LAN Equipment Control Number: TAC-18-52498 1 JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY 1. Contracting Activity: Department of Veterans Affairs (VA) Office of Procurement, Acquisition, and Logistics Technology Acquisition Center 23 Christopher Way Eatontown, NJ 07724 2. Description of Action: This proposed action is for a firm-fixed-price delivery order issued under the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V Governmentwide Acquisition Contract (GWAC) to acquire brand name Cisco hardware and software. 3. Description of the Supplies or Services: VA Office of Information Technology, Service Operations (ITOPS), Unified Communications Infrastructure Support (UCIS) section has a requirement to procure brand name Cisco equipment for the relocation and activation of the Minneapolis VAMC Building 222 project located at 1 Veterans Drive, Minneapolis, MN 55417. The Veterans Health Administration (VHA) Telehealth Services, is required to move the Tele-ICU, TeleRehab, and Tele-Health services from the Minneapolis VA Medical Center (VAMC) to an off-site building which is currently under renovation and nearing completion with no existing network, voice, or information technology circuits. There is no equipment at this location right now therefore this effort will provide hardware and licensing necessary to establish a Cisco Voice over Internet Protocol (VoIP) Voice System and Local Area Network (LAN) to enable and sustain operations at this site that will seamlessly interconnect with pre-existing systems in place at all locations within Veterans Integrated Service Network (VISN) 23, and throughout VA. Delivery of the components shall be 30 days from date of award. The total estimated price of the proposed action is 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 described in paragraph 8 of this document, it was determined that limited competition is available among authorized resellers for these brand name Cisco items. Existing VA OI&T networking operations consist of Cisco unified wireless networking equipment which act as an integrated solution that is designed to support existing systems and infrastructure throughout VA. This effort will provide for additional Cisco networking components needed to establish and sustain operations at a newly renovated offsite medical facility within VISN 23. The wireless network to be established at the offsite facility must be fully integrated with the existing Cisco wireless infrastructure operating throughout all VISN 23 medical facilities to support critical site to site wireless communications that directly impact patient care and safety. The existing Cisco Unified Wireless Network is an enterprise class wireless system where centralized hierarchical hardware configuration, management, monitoring, and alerting occurs. This top down architecture is the only network that provides the end-to-end comprehensive Federal Information Processing Standard (FIPS) 140-2 Validated configuration, management, monitoring, and capabilities that VA needs to perform its mission. The Cisco Unified Wireless network utilizes a suite of integrated, proprietary Cisco hardware and software components. The Cisco networking components to be delivered under this effort include switches, routers, Wireless LAN Controllers (WLCs) and associated hardware and software which are integrated components of this unified hardware and software solution that will enable the newly renovated offsite medical facility to wirelessly communicate information across the existing network. Only brand name Cisco switches, routers and WLCs are compatible and interoperable with the existing Unified Wireless network infrastructure, which is proprietary to Cisco. Due to the proprietary nature of the integrated Cisco design, no other manufacturer s switches, routers or WLCs are compatible and interoperable with the current infrastructure. VA requires hardware and software compatible with its existing infrastructure, protocols and functionality for continued operations to expand its existing wireless platform. Therefore, only Cisco brand name technology can meet all of the Government s interoperability and compatibility requirements without replacing the current infrastructure. 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 of Cisco products. In accordance with FAR 5.301 and 16.505(b)(2)(ii)(D), the resulting award will be announced on the Federal Business Opportunities Page, and this Justification for an Exception to Fair Opportunity will be made publicly available since the estimated value of this action is above Simplified Acquisition Threshold. This Justification for an Exception to Fair Opportunity will be posted on NASA SEWP V website with the solicitation. 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: The Government s technical experts conducted market research during September 2018 by reviewing similar hardware and software products to ascertain if other brands could meet VA s requirements. Specifically, the Government s technical experts conducted web based research and discovered that while other VoIP and LAN hardware and software solutions from alternative manufacturers such as Blackbox and Brocade exist, these solutions are not compatible or interoperable with VA s existing unified wireless network which consists of a suite of integrated, proprietary Cisco hardware and software components. Therefore, only Cisco brand name switches, routers, WLCs and associated hardware and software components can meet all of the Government s interoperability and compatibility requirements without replacing the current infrastructure. Additionally, in August 2018 the TAC conducted market research by using Provider Look Up Tool on the NASA SEWP V GWAC website. The tool revealed multiple resellers of Cisco products, including multiple verified Service Disabled Veteran Owned Small Business (SDVOSB) resellers in Group B2. Therefore, based on the results of the market research, there is reasonable expectation that limited competition exists among verified SDVOSB contract holders in Group B(2) of the NASA SEWP V GWAC. 9. Other Facts: None.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f7b715c59682a759617da8bc9f480b14)
 
Document(s)
Attachment
 
File Name: NNG15SD43B 36C10B18F2972 NNG15SD43B 36C10B18F2972_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4613481&FileName=NNG15SD43B-015.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4613481&FileName=NNG15SD43B-015.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05110479-W 20180930/180928230917-f7b715c59682a759617da8bc9f480b14 (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.