DOCUMENT
70 -- SAS Analytics Pro Software for VHA - Attachment
- Notice Date
- 9/27/2012
- Notice Type
- Attachment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA11812Q0662
- Archive Date
- 10/24/2012
- Point of Contact
- Michael Brill
- E-Mail Address
-
8-5573<br
- Small Business Set-Aside
- N/A
- Award Number
- GS-35F-0170K VA118-12-F-0486
- Award Date
- 9/24/2012
- Awardee
- EXECUTIVE INFORMATION SYSTEMS, LLC;6901 ROCKLEDGE DRIVE STE 600;BETHESDA;MD;208177836
- Award Amount
- $228,607.00
- Description
- JUSTIFICATION AND APPROVAL FOR A LIMITED SOURCE AWARD UNDER A FEDERAL SUPPLY SCHEDULE 1. Contracting Activity: Department of Veterans Affairs Office of Acquisition and Logistics Technology Acquisition Center 260 Industrial Way West Eatontown, NJ 07724 2. Description of the Action: The proposed effort is for a Firm-Fixed-Price (FFP), Sole Source Delivery Order under the General Services Administration (GSA) Schedule 70 contract to provide Statistical Analysis System (SAS) software licenses. This effort is being conducted under the authority of the Multiple-Award Schedule (MAS) Program. 3. Description of Supplies or Services: The proposed action is to purchase SAS commercial off-the-shelf software analytical tools for use by the Department of Veterans Affairs (VA) Office of Information Technology (OIT) Service Delivery and Engineering (SDE) through the Research and Development Computing Center (RDCC) which provides technical support for the Office of Research and Development (ORD). The SAS software suite currently provides ORD with the predictive analytics, simulation, optimization studies, and ad hoc reporting capabilities required by their office. This purchase is to centralize the management of SAS licensing for the ORD resulting in cost-savings and improvement of software utilization. The proposed delivery order is estimated to be $228,607.00. 4. Statutory Authority: The statutory authority permitting other than full and open competition is Federal Acquisition Regulation (FAR) Part 8.405-6 (a) (1) (i) (B), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 5. Rationale Supporting Use of Authority Cited Above: The SAS software suite is currently in use by ORD, and centralizing the management of the software licenses will enable RDCC to control releases and permit continuity of service to ORD. SAS is the only qualified and authorized entity that can provide software licensing and/or maintenance support of the SAS software. Additionally, market research was performed in June 2012 which revealed that SAS is the only product capable of meeting all functional requirements using a transparent interface amongst its solutions. Use of products without a common user interface forces users to remember differences between the various menus, resulting in potential confusion, errors and slower response times to user requests. The SAS product line is completely integrated and offers a seamless, user-friendly interface to all of its modules. This allows an administrator to manage users, folders, and permissions from a common administrator interface for all the components being purchased, which helps minimize administration time, leading to faster responses to requests for new users. Further, it helps ensure consistent user permissions, reducing the threat to security and privacy. 6. Efforts to Obtain Competition: Market research was conducted, details of which are in the market research section of this document. 7. Actions to Increase Competition: In order to remove or overcome barriers to competition in future acquisitions for this requirement, the program office will continue to perform market research so that other software solutions can be considered. Additionally, the proposed action will be synopsized on the Federal Business Opportunities Page in accordance with FAR 8.405-6(a)(2). 8. Market Research: Market Research was conducted by the Government technical experts within OIT SDE in April and June 2012 by performing internet research and reaching out to vendors with similar software types to determine if there is other software available that could provide the same capabilities as the SAS software utilized. The Government ™s technical experts have looked at items other than SAS software, such as products from IBM and Statsoft to ascertain if any other items could meet the Government ™s requirements. It was determined that these alternate products would not be interoperable with the aforementioned items used within the VA architecture and could not meet the Government ™s requirements. A product search was conducted by Michael Brill, Contract Specialist on September 13, 2012 on GSA Schedule 70 and EIS was found to be the only vendor offering the required software. EIS has exclusive rights to the sale of all SAS software as confirmed by Ms. Sharon Munsell of SAS Federal Health Practice, by email on June 7, 2012. EIS is not a National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) contract holder, but is a General Services Administration (GSA) Schedule 70 contract holder, and therefore, a Request for Quotation (RFQ) for the SAS software maintenance renewal will be solicited using GSA Schedule 70. 9. Other Facts: None ƒ 10. Technical and Requirements Certification: I certify that the supporting data under my cognizance, which are included in this justification, are accurate and complete to the best of my knowledge and belief. _________________________________ Date: ___________________ Gary Upchurch Technical Representative 11. Fair and Reasonable Cost Determination: I hereby determine that the anticipated price to the Government for this contract will be fair and reasonable. Published prices on GSA have already been determined fair and reasonable. _________________________________ Date: ___________________ Kevin Loesch Contracting Officer 12. Procuring Contracting Officer Certification: I certify that this justification is accurate and complete to the best of my knowledge and belief. Since this effort does not exceed $650K, this certification serves as APPROVAL. _________________________________ Date: ___________________ Kevin Loesch Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b196838dee2fff4d1a20e6ca5d727bdb)
- Document(s)
- Attachment
- File Name: GS-35F-0170K VA118-12-F-0486 GS-35F-0170K VA118-12-F-0486_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=487694&FileName=GS-35F-0170K-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=487694&FileName=GS-35F-0170K-001.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: GS-35F-0170K VA118-12-F-0486 GS-35F-0170K VA118-12-F-0486_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=487694&FileName=GS-35F-0170K-001.doc)
- Record
- SN02902431-W 20120929/120928001019-b196838dee2fff4d1a20e6ca5d727bdb (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 |