Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 30, 2013 FBO #4205
AWARD

J -- PLATEAU SYSTEMS LSJ

Notice Date
5/28/2013
 
Notice Type
Award Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
NASA Shared Services Center Procurement Division Building 1111 Stennis SpaceCenter, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNX13AA44D
 
Archive Date
6/27/2013
 
Point of Contact
Hayward Expose, Contract Specialist, Phone 228-813-6466, Fax 228-813-6580, Email hayward.expose@nasa.gov - Eli Ouder, Contracting Officer, Phone 228-813-6168, Fax 228-813-6315, Email eli.c.ouder@nasa.gov
 
E-Mail Address
Hayward Expose
(hayward.expose@nasa.gov)
 
Small Business Set-Aside
N/A
 
Award Number
NNX13AA44D
 
Award Date
5/28/2013
 
Awardee
PLATEAU SYSTEMS, LTD 4401 WILSON BLVD # 400 ARLINGTON, VA 22203-2120
 
Award Amount
$132298.50
 
Description
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION NASA SHARED SERVICES CENTER LIMITED SOURCE JUSTIFICATION I recommend NASA, NASA Shared Services Center (NSSC) negotiate with Success Factors (Formally Plateau Systems Ltd), only for continued maintenance of the Agency's Learning Management System (LMS) software licenses required for NASA's SATERN Training Management System. This action will result in a delivery order against GSA Contract GS-35F-0069M. The total estimated cost of this effort is $xxx,xxx.xx. The period of performance is for a 12 months from May 15, 2013 through May 14, 2014. This procurement is for the renewal of annual software maintenance services for the Agency's current Learning Management System (SATERN) license which currently supports a user base of 75,000 users. The maintenance will consist of the following: The delivery of Releases, Versions, Correction Levels and Software correction packages, technical support via telephone, and remote support/update. Maintenance of Success Factors Training Materials. This recommendation is made pursuant to FAR 8.405-6(a)(1)(i)(B), which implements the authority of the Multiple Award Schedule (MAS) Program cited in FAR 8.401 pursuant to Title Ill of the Federal Property and Administrative Services Act of 1949 (41 U.S.C. 251) and Title 40 U.S.C. 501, Services for Executive Agencies, for the acquisition of supplies or services when only one source is capable of providing the supplies or services required at the level of quality required because of the supplies or services are unique or highly specialized. Competition is impractical for the following reasons: 1. Under the Federal eGov initiative, NASA competitively selected Success Factors in late 2005, to be the primary commercial off the shelf (COTS) software vendor for the management and documentation of NASA-wide training. Success Factors LMS is the single source uniquely positioned in the market to provide the services as required due to their proprietary ownership of the software.Choosing an alternative solution will result in removal of the existing capabilities without the guarantee and assurance of a suitable replacement. Furthermore, any deviation from the current solution would cause major service disruptions and require a significant financial investment by the Agency, which would be cost prohibitive to do so. 2. Success Factors is solely positioned to support NASA's continued implementation and support of its product capabilities/enhancements due to their detailed knowledge of NASA's existing configuration.This intimate knowledge has been acquired over the course of several years of maintaining the current LMS system. 3.No other vendor has access to detailed and timely knowledge of the Success Factors LMS existing and emerging product set, especially with regard to ongoing development and product planning which directly benefits NASA's ongoing activities to improve training management throughout the Agency. Pursuant to FAR 8.404, BPAs or orders placed against Federal Supply Schedules contracts (but see 8.405-5). BPAs and orders placed against a MAS, using the procedures in this subpart, are considered to be issued using full and open competition (see 6.102(d)(3)). Therefore, when establishing a BPA (as authorized by 13.303-2(c)(3)), or placing orders under Federal Supply Schedule contracts using the procedures of 8.405, ordering activities shall not seek competition outside of the Federal Supply Schedules or synopsize at www.fedbizopps.gov within 14 days after award pursuant to FAR 8.405-6(a)(2). Pursuant to FAR 8.404(d), GSA has already determined that prices of supplies and fixed-price-services, and rates for services offered under schedule contracts to be fair and reasonable. Therefore, ordering activities are not required to make a separate determination of fair and reasonable pricing. However, NASA will seek additional discounts from the GSA listed prices. Market research conducted included a search of the internet and the GSA Schedules determined that no other companies are authorized by Success Factors to provide software maintenance. Success Factors does not sell their source code to Value Added Resellers (VAR), therefore competition could not be obtained and another vendor could not maintain the software. Consequently, no other manufacturer or VAR is capable of providing this service at this time. Due to the specialized nature of this requirement, there are no known actions which the agency may take to remove or overcome barriers to competition before any subsequent acquisitions for the services required. Therefore, purchase of the services from Success Factors is the only practical approach. I hereby certify the facts in this justification and any supporting data used for this justification are accurate and complete to the best of my knowledge.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/NSSC/NSSC1/Awards/NNX13AA44D.html)
 
Record
SN03073136-W 20130530/130528234952-9760aaf94eea93b33413d5f426cfc6b8 (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.