Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2009 FBO #2839
AWARD

70 -- NetApp Storage - Signed J&A

Notice Date
8/31/2009
 
Notice Type
Award Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA09M1848
 
Archive Date
9/9/2009
 
Point of Contact
Cynthia I Harper, Phone: 7038756218
 
E-Mail Address
harperc@state.gov
(harperc@state.gov)
 
Small Business Set-Aside
N/A
 
Award Number
SAQMMA09M1848
 
Award Date
8/25/2009
 
Awardee
Blue River Technology, 2300 N. Pershing Drive, <br />, Suite 306, Arlington, Virginia 22201, United States
 
Award Amount
$1,699,901.56
 
Description
Approved J&A for procurement of NetApp Storage equipment Net App Sto rage JUSTIFICATION AND APPROVAL - LIMITED SOURCES UNDER FAR PART 8.405-6 1. Identification of Agency and the Contracting Activity and specific identification of the document as a "Limited Source Justification" The Office of Acquisition Management (A1LMlAQM), Department of State (DoS), is processing this limited source justification and approval at the request of the Bureau of lnformation Management using ARRA. funding. 2. Nature :lnd/or description of the action being approved This Justification and Approval (J&A) on a brand name only basis is for the purchase of Network Appliance Storage System. This is a new de livery order to add additional Network Appliance Storage Systems to the DoS existing Network Appl iance infrastructure. 3. A desc ript ion of the supplies or services required to meet the agency's needs (including the estimated v.lIue) IRMJOPS/SIO has identified the Network Appliance Storage System as a key component of the Department's SANINAS Infrastructure both domestic and abroad. The equipment listed above is required to enhance the existing Department of State's enterprise storage and disaster recovery efforts based on existing Net\\'ork Appliance devices Burcau wide through rep lication and SAN capabi lities that requires two Network Appliance systems to carry out these funct ions. Network Appliance has been the approved SAN solution through the ITCCB since at least 2005. Since that time, the ESOC has built their production and recovery architecture on top of services that are unique to the NetApp software. Before making a commitmenl to NetApp, ESOC had multiple vendor solutions incl uding HP and EMC. Each of these systems required different hardware, different software, and different starr. After a review of each vendor solution, ESOC chose to standardize on NetApp since it was approved by the Department, fully met all requirements, and had the best internal DoS support. Since that time, ESOC has built on that decision providing services for many of the Depaltments mission critical app lications such as SMART, eMail, and Passport. The CUTTent purchase is an extension of the existing support and is required to maintain consistency across sites to continue with our ability to support off'site recovery. This is in fu ll compliance with our FISl\.1A. reporting responsibilities and the President's Management Agenda. In light of the need to formal ize the competitive side of acquiring a SANINAS solution within the Department, the ESOC is preparing to work together with the Acquisitions Department to formally perform a competitive analysis during FYIO. At this point the cost of moving from the NetApp solution would be enormous. Currently, 100% of the data maintained by the ESOC staff'use the NetApp technology. The learning curve to implement a new technology would include retraining a minimum of 6 FTE's and replacing a minimum of 15 contractors. The conversion during which the equipment required was not available could easily put the Depanment in a position where they would not fulfill their mission. To migrate from one technology to another will take a minimum of one to three years and needs to be planned and budgeted well in advance. That planning is under way now, but in the mean time, the existing technology must be supplemented to meet increasing demand. 4. An ident ification of the justification r ation ale (see 8.405-6(a) and (b) and, if applicable, a demonstration ofthc proposed contractor's unique qualifications to provide the required suppJy or service This Justification and Approval cites the authority under Federal Acquisition Regulation (FAR) Part 8.405·6(2) for Brand Name items particular to one manufacturer. The products identified by brand name herein have been determined to be the only items that meet the Department's requirements as a key component of the Dcpanmenl's Storage and System Recovery systems. This purchase is an extension of the investment already made in this brand name. This is not a completely new installation but builds upon existing infrastructure. It is the best, for technical reasons, of all available equipment options, and the best value. Secondarily, conversion 10 other products would be extremely and prohibitively expensive, requiring global, fundamental changes to the systems' configurations. 5. A determination by the ordering activ ity contracting officer tha t the order represents the best valu e cons istent with 8.404(d) The delivery order will be awarded under a General Services Administration Federal Supply Schedule (GSA FSS) contract, whose rates have been determined by GSA to be fair and reasonable. There will be a competition among GSA schedule holders and further discounts may be obtained. 6. A descript ion of the market r esearch conducted among scbedule holders and the results or a statement of the reason market research was not conducted. Market research was conducted through GSA Advantage and BlueRiver IT group to give a government cost estimate for the desired product. While this is a brand name justification, there are multiple vendors that provide the product so establishing a baseline through BlueRiver IT is required to do due diligence as the price can vary from vendor to vendor. As noted above in answer to number 3, ESOC and ITCCB had previously done work to narrow the field and make an appropriate selection that met department needs. Currently, ESOC is initiating a is intended that the competitive analysis will fonn the basis for future SANINAS purchases. 7. Any otber facts supporting the justification. None 8. A statement of the actions, if any, tbe agency may take to r,emove or overcome any barriers to competition tbat led to the restricted consideration before any subsequent acquisition for the supplies or serv ices is made. This requirement will be publicized and morutored on Fed Bid as well as through FedBizOpps as required by FAR 5.2. Util izing Fed Bid and FedBizOpps will ensure that all offers who are able to meet the DoS requirements for this solicitation are notified and giving the opportunity to provide a price quote for this requirement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/Awards/SAQMMA09M1848.html)
 
Record
SN01934994-W 20090902/090901003436-3af921ff8b00b87660775f505c491a0b (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.