Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2024 SAM #8208
SPECIAL NOTICE

70 -- Sole Source Brand Name Justification for Sentry XML Gateway Flex

Notice Date
5/16/2024 10:18:36 AM
 
Notice Type
Justification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NATIONAL OFFICE - PROCUREMENT OITA NEW CARROLLTON MD 20706 USA
 
ZIP Code
20706
 
Solicitation Number
5000189760
 
Archive Date
06/15/2024
 
Point of Contact
Harold Cardenas, Tiffany Williams, Phone: 2406135039
 
E-Mail Address
harold.j.cardenas@irs.gov, Tiffany.d.williams@irs.gov
(harold.j.cardenas@irs.gov, Tiffany.d.williams@irs.gov)
 
Award Number
TBD
 
Award Date
06/10/2024
 
Description
INTENT TO AWARD A SOLE SOURCE ACQUISITION The Internal Revenue Service (IRS) Procurement, Office of Information Technology Acquisitions (OITA), intends to award a sole source purchase order for brand name Sentry XML Gateway Flex as a service. The Department of Treasury is requesting this brand name specific Sentry XML Gateway Flex as a Service to support the migration of existing production servers to virtual machines. This product has features and capabilities not found in the competition and this vendor is the only source for acquiring license for this product. This action will result in a Firm Fixed Price purchase order with a period of performance of June 10, 2024, through June 09, 2025. The NAICS code is 541519. The authority permitting a sole source acquisition is FAR 6.302-1, ""Only One Responsible Source and no other supplies or services will satisfy agency requirement.�. Brand Name Sole Source Justification: �������� The brand name Sentry XML Gateway Flex License Production Software is solely developed and owned by Forum Systems, the current vendor. The software maintenance�s essential features are displayed in the table below with the closest two other vender products. The brand name production software is the most complete solution in the high-performance setting. Other products do not provide a 100% solution. The proposed contractor developed and owns the propriety and patented hardware, software and algorithms that are used in these products and support services specifically required for this acquisition; thereby the proposed source has the sole unique technical and other characteristics required for this acquisition. �������� The Forum XML Gateway servers requires the use of the brand name product to work with the current servers and offer a completely seamless fit without causing modification delays. Forum Sentry Updated XML Gateway hardware, software, and annual maintenance provides support at the MTB, West Virginia and Memphis, Tennessee facilities. �������� This brand name product supports the following projects: RS-PCC (Remittance Strategy for Paper Check Conversion), PPS (Procurement Processing System), MeF (Modernized eFile), FSA-D (Federal Student Loan), and AE (Automated Enrollment). MeF, AE, FSA-D, PPS, and RSPCC. These are mission critical filing season applications that require use of the brand name product. Use of a different product would push back the period of performance and incur other delays to the RS-PCC (Remittance Strategy for Paper Check Conversion), PPS (Procurement Processing System), MeF (Modernized eFile), FSA-D (Federal Student Loan), and AE (Automated Enrollment). It is mandatory that IRS maintains vendor support. Failure of any one of these production gateways would have a significant impact on production, development, test, and possibly disaster recovery. This is a notice of intent to award using other than full and open competition and should not be considered a request for information on whether additional vendors have the capability to perform this service. NO SOLICITATION DOCUMENT IS AVAILABLE. A request for more information or a copy of the solicitation will not be considered a response. Interested parties may identify their interest and capability to respond to the requirement. E-mailed statements are acceptable, but the senders bear full responsibility to ensure complete transmission and timely receipt. All inquiries and concerns must be addressed in writing. Responses to this notice must be emailed to michael.n.mike@irs.gov cc Tiffany.D.Williams@irs.gov and harold.j.cardenas@irs.gov. No telephone inquiries will be accepted. All responses must be received no later than 2:00 p.m. Eastern Standard Time (EST) on Monday, June 3, 2024 and will be considered by the Government. All information submitted should support the offeror's capability to provide the services required and shall be furnished at no cost or obligation to the Government. Responses must be in writing and provide clear and concise documentation indicating an offeror's bona fide capability to provide these services. Verbal responses are not acceptable and will not be considered. Any responses received as a result of this notice, shall be considered solely for the purpose of determining whether to conduct a future competitive requirement. Responses shall include, at a minimum, the following information: 1.����� The name of your company; 2.����� Company DUNS No.; 3.����� POC name and contact information; 4.����� The specific product(s) that your company offers that fulfills the same function as ������� the items to be included on this order; and, 5.����� A description of that product(s) and its overall capabilities It is your responsibility to demonstrate how your ability to provide Sentry XML Gateway Flex as a service. The Government will not seek additional information from your company if you fail to provide sufficient evidence of having a product capable of meeting the Government's needs. Responses will NOT be considered as either proposals or bids. A determination by the Government not to open this requirement to competition, based upon any written responses to this notice, is solely within the discretion of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/18e9a568e9e84ad887680f57b5d6a6a0/view)
 
Place of Performance
Address: Lanham, MD 20706, USA
Zip Code: 20706
Country: USA
 
Record
SN07066470-F 20240518/240516230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.