Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2012 FBO #3967
DOCUMENT

D -- EOS Thin-Client Brand Name Software Maintenance, Onsite Training, and Testing & Implementation - Attachment

Notice Date
10/2/2012
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Office of Acquisition Operations;Technology Acquisition Center - Austin;1701 Directors Blvd, Suite 600;Austin, TX 78744
 
ZIP Code
78744
 
Solicitation Number
VA118A12Q0056
 
Archive Date
11/28/2012
 
Point of Contact
Sylvia K Thomas
 
E-Mail Address
981-4464<br
 
Small Business Set-Aside
N/A
 
Award Number
NNG07DA20B VA118A-12-F-0212
 
Award Date
9/29/2012
 
Awardee
IMMIXTECHNOLOGY, INC.;8444 WESTPARK DR STE 200;MCLEAN;VA;221025112
 
Award Amount
$141,827.00
 
Line Number
0001-0004
 
Description
JUSTIFICATION AND APPROVAL FOR AN EXCEPTION TO FAIR OPPORTUNITY 1.Contracting Activity: Department of Veterans Affairs Office of Acquisition Operations Technology Acquisition Center 1701 Directors Blvd, Suite 600 Austin, TX 78744 2.Description of Action: The proposed action is for a firm-fixed price task order under the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) IV Government Wide Acquisition Contract (GWAC) for "Enterprise Output Solution" (EOS) Thin Client software maintenance and support, onsite software training, and implementation and system testing for the Austin Information Technology Center (AITC). The planned period of performance consists of a seven (7) month base period with three (3) one-year option periods, plus a six (6) month option to extend services, should it be needed. 3.Description of Supplies or Services: The proposed action is to provide EOS Thin Client software maintenance and support, onsite software training, and implementation and system testing. Specifically, the EOS Thin Client software maintenance will include downloads, upgrades, troubleshooting and technical support in order to provide the AITC with dynamic filtering, extensive conversion of report formats and enhanced data mining functionality. The contractor shall ensure that the system is end-user friendly, as well as consistent and supportive of the architecture defined for the AITC. AITC requires a certified and accredited single reporting tool to support several VA mainframe applications with online report storage, indexing, archive, retrieval, management, and secure presentment. The VA programs which will use this System to process data for services include human resources, payroll, financial, and medical. Data contained in these programs include financial data, Privacy Act data, Personally Identifiable Information (PII) data, and Health Insurance Portability and Accountability Act (HIPAA) data. All information is processed and stored at the AITC on a predominantly mainframe system using mainframe and web front end accessibility with desktop access only from within the VA firewalls. The Contractor shall also conduct onsite software training, implementation and system testing of the EOS application to include software testing on the user system, system administrator testing, and user business process training. The total estimated price of the proposed action is $704,090.72, consisting of $183,065.09 for the base period, $164,343.17 for the first 12-month option period, $149,777.18 for the second 12-month option period, and $149,777.18 for the third and final 12-month option period, and $57,128.10 for the optional six-month extension of services period, should it be required. 4.Statutory Authority: The statutory authority permitting an exception to fair opportunity is Section 41 U.S.C. 253J(b) as implemented by the Federal Acquisition Regulation (FAR) Subpart 16.505(b)(2)(i)(B), entitled "Exceptions to the fair opportunity process," 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.Use of Authority Cited: The proposed source for this action is Immix Technology (Immix), 8444 Westpark Drive, Suite 200, McLean, VA, 22102, a prime contractor on the NASA SEWP IV GWAC. The AITC uses EOS Thin Client brand name software which is proprietary to Rogers Software Development, Inc. (RSD), and who refuses to sell the proprietary code information to any other company other than Immix. RSD's EOS software facilitates financial report viewing via secure web browser by each user and is already installed and in service. The use of the EOS brand is essential to the Government's requirement because of the need for compatibility with existing software and uninterrupted performance. This precludes consideration of a different product for maintenance, training, implementation, and testing services. The EOS Thin Client software maintenance, training, implementation, and testing can only be procured from the software manufacturer or an authorized reseller. The existing perpetual software licenses require upgrades and maintenance support to make sure that the EOS Thin Client environment within the VA IT infrastructure runs optimally, minimizing disruptions to users, downtime and/or loss of data provided by EOS Thin Client software. Only Immix has the expertise to train users, implement, and test the software. Use of other contractors will negatively impact service to Veterans due to their lack of expertise. Additionally, RSD owns the proprietary rights to the source code and its only reseller for these services is Immix, therefore only Immix has the rights to provide all of the services for the aforementioned commercial off-the-shelf (COTS) software. For example, only Immix can provide feature software code-based changes to its software, which gives them the ability to provide customized implementation and support guidance for EOS Thin Client implementations within VA. RSD has partnered with Immix, signing a partner agreement with Immix in order to market the RSD products on the Immix NASA SEWP IV GWAC. Due to VA's large complex EOS Thin Client environment, customized training is required. Only Immix can provide access to the key resources required. The customized training is required for VA employees to maintain and improve VA's EOS Thin Client environment consistent with their specific VA IT job roles and competencies. Generic, off-the-shelf training courses would unnecessarily expose VA employees/students to materials not germane to their jobs. Implementation and testing of the customized EOS Thin Client reports is vital to make certain that the software is operating as it is supposed to operate. Immix and RSD personnel have an intimate working knowledge of the customized reports and this knowledge excludes implementation and testing of the reports by any other company as a substitute for Immix and RSD. Therefore, no other software maintenance, onsite training, and implementation and testing will work with the EOS Thin Client software, and these services can only be acquired from Immix. 6.Efforts to Obtain Competition: Market research was conducted, details of which are in the market research section of this document. This Justification and Approval and the Request for Quote (RFQ) will be submitted to all four (4) NASA SEWP IV GWAC groups in order to fully notify all interested parties. Any proposals received will be evaluated. Furthermore, in accordance with FAR 5.301 and 16.505(b)(2)(D)(1)(i), this action will be synopsized at award on the Federal Business Opportunity Page (FBO) and the justification will be made publicly available on FedBizOpps.gov within 14 days after award in accordance with FAR 16.505(b)(2)(ii)(D)(1). 7.Actions to Increase Competition: In order to remove or overcome barriers to competition in future acquisitions for this requirement, the agency will work with the program office to perform additional market research so that other solutions can be considered. 8.Market Research: In October 2011, a technical review of similar maintenance services and support from Snapshot Technologies, whose SnapWeb software is currently in use but is to be replaced by EOS Thin Client, was conducted by the Government's technical experts, and a determination was made that those services cannot meet the Government's requirements as stipulated in paragraph five (5). SnapWeb is a non-scalable service. It is not ubiquitous within the industry, and the vendor has no regular program to upgrade the application to stay current with technology. User interfaces are not intuitive, and there is little opportunity for customization. Furthermore, additional market request conducted by TAC-Austin in December 2011 on NASA SEWP IV GWAC, by using the Manufacturer Lookup and Product Verification tool, confirmed Immix was the sole authorized reseller of these EOS Thin Client services. The contract specialist also conducted independent market research and found the following: a.Searched GSA/FSS (GSA Advantage) - No contractors were found. b.Searched VIP Database, at http://www.VetBiz.gov - Immix is neither a SDVOSB nor a VOSB c.Searched CCR - Immix is listed as a small business for NAICS 443120, but as a large business for NAICS 511210, the code that is being used for this acquisition. 9.Other Facts: A previous contract task order was awarded in August of 2010, using the NASA SEWP IV GWAC Number NNG07DA20B, Order Number VA798A-10-0470, to Immix. Only Immix submitted a quote as an authorized reseller for RSD's EOS software and maintenance services. 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. Chip SneadDate: Chief, Project Release ManagementSignature: 11.Fair and Reasonable Cost Determination: I hereby determine that the anticipated price to the Government for this contract action will be fair and reasonable based on the fact that contracts awarded on NASA SEWP IV GWAC have already been determined to be fair and reasonable. The successful quote will be compared to the Independent Government Cost Estimate. Mark E. ShumakeDate: Procuring Contracting OfficerSignature: 12.Procuring Contracting Officer Certification: I certify that this justification is accurate and complete to the best of my knowledge and belief. Mark E. ShumakeDate: Procuring Contracting OfficerSignature: 15.Legal Sufficiency Certification: I have reviewed this justification and find it adequate to support other than full and open competition and deem it legally sufficient. Date: Legal CounselSignature: Approval In my role as the Contracting Activity Competition Advocate, and based on the foregoing justification, I hereby approve a Firm Fixed Price task order under the National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement IV Government Wide Acquisition Contract for Enterprise Output Solution Thin Client software maintenance and support, onsite software training, and implementation and system testing for the Austin Information Technology Center. This action will be issued as an exception to fair opportunity pursuant to FAR 16.505(b)(2)(i)(B), subject to availability of funds, and provided that the services herein described have otherwise been authorized for acquisition. Date: _________________ Signature: ____________________________ Iris B. Cooper Head of the Contracting Activity
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c460f2190c38f7524e631f23b3f0a8dc)
 
Document(s)
Attachment
 
File Name: NNG07DA20B VA118A-12-F-0212 NNG07DA20B VA118A-12-F-0212 EOS THIN CLIENT FBO.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=490409&FileName=NNG07DA20B-022.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=490409&FileName=NNG07DA20B-022.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02907145-W 20121004/121002235349-c460f2190c38f7524e631f23b3f0a8dc (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.