Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
DOCUMENT

70 -- Brand Name Requirement "SUN MICROSYSTEMS" Sun Virtual Systems (Memory Upgrades) For AITC Firm Fixed Price - Justification and Approval (J&A)

Notice Date
6/18/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Center for Acquisition Innovation-Austin;1701 Directors Blvd;Suite 600;Austin TX 78744
 
ZIP Code
78744
 
Solicitation Number
VA798A10RQ0247
 
Archive Date
7/18/2010
 
Point of Contact
Mark Shumake
 
Small Business Set-Aside
N/A
 
Award Number
NNG07DA21B VA798A-10-F-0400
 
Award Date
6/18/2010
 
Description
Brand Name Justification Posted after Award in accordance with Section 844 of the National Defense Authorization Act for Fiscal Year 2008 - FAR 5.406 and 6.305 1.Requesting Agency:Department of Veterans Affairs Austin Information Technology Center (AITC) 1615 Woodward Street Austin, TX 78772 Contracting Activity:Department of Veterans Affairs Center for Acquisition Innovation-Austin 1701 Directors Blvd., Suite 600 Austin, TX 78744 2.Nature and/or description of the action: The Department of Veterans Affairs, Austin Information Technology Center (AITC), requires increasing memory in 18 existing Sun SPARC T5440 servers. The servers are currently configured with two (2) CPU modules each (1.4GHz-8C) and a total of 32 GB memory (eight (8) Fully-Buffered, Dual In-line Memory Module (FBDIMM), 4GB, 2Rx8, 667). The servers are under a five year Platinum Hardware Maintenance Contract (Contract #: US1070153, over the period: 10/29/2009 - 10/28/2014) 3.A description of the supplies or services required to meet the agency's needs: Sun Microsystems 144 each - 8 GB RoHS-6 Memory Expansion Kits (2*4GB) comprised of: "Two (2) low-profile FBDIMMs with memory size 4GB "FBDIMMs labeled with Sun part number: SESX2C1Z "DDR2-667 Memory Modules (to match current memory modules in the existing systems). 4.An identification of the statutory authority permitting other than full and open competition: In accordance with 41 U.S.C. 253(c)(1) as further detailed in Federal Acquisition Regulation (FAR) 6.302-1 "Only one responsible source and no other supplies or services will satisfy agency requirements." 5.A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited: The use of the Sun specific labeled memory is essential to the Government's requirements, and thereby precludes consideration of products manufactured by other companies. Third-party memory is not supported under the five-year maintenance contract already in place for these systems and would void Sun's responsibility for maintaining the systems on problems where memory is directly or even indirectly related. Sun feels they put their memory through extreme testing and have their manufactures make changes to the info burned into the memory modules which make it unique for their particular servers. Only the Sun brand memory will satisfy the Government's requirements and those contract holders who offer this type of support service will satisfy the need. 6.A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies: This requirement will be solicited on NASA SEWP in accordance with VA policy, allowing many resellers to compete for this requirement. 7.A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable: The SEWP contracts are FAR Part 12 Commercial Contracts, and additional price analysis was done in accordance with the following: The price design for SEWP is a proposed discount off the offerer's commercial list price. Price analysis was conducted in accordance with FAR 15.305(a)(1), to ensure that a "fair and reasonable" price is paid by the Government. Reasonableness of proposed prices was established in accordance with 15.403-1(c)(1)(i)(B) which provides that a price is based on adequate price competition if two or more responsible offerers, competing independently submit priced offers that satisfy the Government's expressed requirement and there is not any finding that the price of an otherwise successful offer is unreasonable. To verify price reasonableness, offerers were instructed to submit their published price catalog or published schedule of list prices in a form regularly maintained by the manufacturer or offerers, such as a catalog, price list, schedule, or other verifiable and established record. Additionally, each contractor proposed a discount off of product categories (such as input-output device) of IT equipment. These discounts remain for the life of the contract. Therefore, when new technology is added or list prices change due to market fluctuations, the SEWP price remains fair and reasonable. There are several other price reasonability checkpoints in SEWP: "A SEWP Prime Contract Holder cannot offer prices higher on their SEWP contract than is offered on their GSA contract. This is exclusive of the surcharge. Since the SEWP fee is 0.5% compared to GSA's 0.75% fee, SEWP prices must be lower than GSA for that Contract Holder. "When items are added or prices updated on a SEWP contract, prices are automatically compared to other SEWP contracts and must be within a reasonable price of all other contracts. Further comparisons with GSA, commercial and other contracts may be done to verify any questionable pricing. "All SEWP Delivery Orders are subject to Fair Opportunity. This internal competition provides an incentive for Contract Holders to provide the best possible price in order to be selected for award. 8.A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted: This item is widely available on NASA SEWP and GSA Schedule. By searching on the part number in the established catalog or price lists available at the websites of http://www.sewp.nasa.gov/ and https://www.ebuy.gsa.gov/advgsa/advantage/main/, it can be shown that many vendors are able to compete for this requirement. 9.Any other facts supporting the use of other than full and open competition: N/A 10.A listing of the sources, if any, that expressed, in writing, an interest in the acquisition: N/A 11.A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required: Solicitations for future requirements may utilize "brand name or equal" language, if it is in the Government's best interest to do so. The current requirement must be solicited using a brand name description because the Government needs to install supported memory that meets the technical requirements within the servers and meets requirements as defined within the VA's contracted maintenance/support contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/52d8facc1b04e78e9cde70434faf8a26)
 
Document(s)
Justification and Approval (J&A)
 
File Name: NNG07DA21B VA798A-10-F-0400 NNG07DA21B VA798A-10-F-0400_JA.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=131687&FileName=NNG07DA21B-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=131687&FileName=NNG07DA21B-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02181496-W 20100620/100618234302-52d8facc1b04e78e9cde70434faf8a26 (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.