Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2014 FBO #4437
SOLICITATION NOTICE

D -- Avaya ASLAN Installation - Post Award

Notice Date
1/15/2014
 
Notice Type
Fair Opportunity / Limited Sources Justification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Management Service Center (AQSA), 400 15 St SW, Room 2757, Auburn, Washington, 98001, United States
 
ZIP Code
98001
 
Solicitation Number
GS10F13LPP0012
 
Archive Date
2/14/2014
 
Point of Contact
Kayleen M. Huggart, Phone: 253-931-7530
 
E-Mail Address
kayleen.huggart@gsa.gov
(kayleen.huggart@gsa.gov)
 
Small Business Set-Aside
N/A
 
Award Number
GS35F0156V
 
Award Date
1/23/2014
 
Description
Limited Sources Justification for Avaya Local Session Control issued under Avaya GSA Schedules GS-35F-0156V and GS-35F-4366G This posting is delayed in error due to timing of the holidays and and unfortunate family emergency immediately following the holidays, and posted as soon as practicable upon return. LIMITED SOURCE JUSTIFICATION Sole Source Action Less than $650,000 TASK ORDER: ID10130017 (1) AGENCY AND CONTRACTING ACTIVITY: Requesting Agency: Department of Air Force Air Mobility Command McConnell AFB, KS Servicing Agency: General Services Administration Federal Acquisition Service Acquisition Solutions Division 400 15th St SW Auburn, WA 98001 **NOTE: The Servicing Agency identified herein is responsible for procuring the required services and supplies necessary for the upgrade/expansion of the existing telephone system currently installed at McConnell AFB, KS. In accordance with the Interagency Agreement (IA) Number GS10F120003 and ID10130017, the Servicing Agency shall act in the capacity of contracting activity for the resultant acquisition. As a result, this Justification is hereby prepared and approved by the Servicing Agency Contracting Officer responsible for the execution of services required. (2) NATURE AND/OR DESCRIPTION OF THE ACTION BEING APPROVED: The General Services Administration (GSA) FAS Acquisition Solutions Team (AST) in support of the Department of Air Force Air Mobility Command (AMC) submits this limited sources justification (LSJ) in accordance with FAR 8.405-6(a)(1)(i)(B) and 8.405-6(c). This authorization to proceed with the acquisition of limited source/sole source components is described herein, as follows: The acquisition for delivery of goods and services is necessary to provide an AVAYA CM6 Local Session Controller, and Voice Switching System equipment, as an expansion to the existing AVAYA CS1000 voice switching system (VSS) currently in use. This VSS currently supports user services with Remote Intelligent Peripheral Equipment (IPE) to comply with the Agency standardization of AVAYA products as set forth by HQ AMC/A6O for AMC bases with existing AVAYA Local Session Controllers (LSCs) and AVAYA voice switching systems. The required services and supplies will be competed amongst current Authorized Agents under the AVAYA Federal Solutions and AVAYA Government Solutions Federal Supply Schedule (FSS) Contracts GS-35F-0156V and GS-35F-4366G, respectively. Both schedules will be utilized to procure products and services for purposes of this installation. The specifications (para 3 below) required under the solicitation will require that only one manufacturer (AVAYA) is capable of providing the equipment components requiring the use of the AVAYA Schedule Contract. Thus, in accordance with 8.405-6(a)(1)(i)(B), a limited sources sole source acquisition is required because only one responsible source, AVAYA, is capable of satisfying agency requirements for the above identified requirement to complete the AVAYA LSC Installation. (3) DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED TO MEET AGENCY'S NEEDS: The Requesting Agency's existing voice system requires an expansion/upgrade to support current and future needs. An AVAYA CM6 VoIP local session controller and associated equipment, user licenses and media gateways will be acquired providing Voice over Internet Protocol (VoIP) access and hybrid both time-division multiplexing and internet protocol (TDM and IP) services to support current and planned future requirements at McConnell AFB, KS. This procurement requires the purchase of AVAYA components (listed below), and thus requires application for those products prior to proceeding with solicitation issuance. • AVAYA RPS15 Chassis • AVAYA ERS5510 Ethernet Routing Switches • AVAYA MM710B E1/T1 Media Modules • AVAYA 80 Channel Daughterboards • AVAYA IP Phones 9611G • AVAYA IP Phones 9641G • AVAYA DL360G7 Server • AVAYA G450 MP80 Media Gateway Server w/Power Supply • AVAYA AURA Foundation Suite R6 ASIPP Licenses • AVAYA AURATM R6 MLP Software Licenses • AVAYA Certified Maintenance Support and Installation • AVAYA certified compatible parts and connectors, and associated software and license features Based on the Independent Government Estimate (IGE), the total cost for the project (comprised of the sole source equipment components) is estimated to be $403,000 (see IGE dated Oct 16, 2013). Price discounts will be sought during the solicitation issued to Authorized Agents under the Contract. The IGE was prepared by the AF AMC Project Representative, Mr. Brian Sommer, and confirmed by Kayleen Huggart, GSA Contracting Officer, using both historic and current market pricing information obtained from AVAYA's FSS Schedule Contract. (4) AUTHORITY AND SUPPORTING RATIONAL; DEMONSTRATION THAT THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS OR THE NATURE OF THE ACQUISITION REQUIRES USE OF THE AUTHORITY CITED:: FAR 8.405-6(a)(1) applies to this acquisition. The acquisition of the services and supplies for installation of the LSC at McConnell AFB, KS, is necessary for the LSC utilizing existing AVAYA software and equipment. Based on the rationale, provided below, only one responsible source and no other supplies or services will be capable of satisfying agency requirements for the specialized equipment components identified herein. Award to any other source would result in unacceptable expenditure of funds on an already established telecommunications system, which would result in substantial duplicative costs. Such substantial duplicative costs are not expected to be recovered through competition, thus, these supplies and services are hereby deemed to be available only from the original source, AVAYA, as originally supplied for the systems currently in use. The statutory authority permitting other than full and open competition is FAR 8.405-6(a)(1)(i)(B) "Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized". Only one vendor for the above described equipment components, AVAYA, is capable of providing the required specialized equipment components. Based on the reasons detailed below, there is a reasonable basis upon which the Government has determined that these specific brand name sources are the only responsible sources capable of providing the required supplies to satisfy the minimum project needs. The existing voice switching systems at McConnell AFB, KS consist of an Avaya CS1000, Avaya AS5300, and Avaya CM4 operating with active duty and Air National Guard (ANG) organizations. This collection of voice switching systems is undergoing planned and approved consolidation efforts defined in the AMC Unified Communications (UC) Implementation Plan (I Plan) and these voice systems must continue to be supported by the OEM during consolidation. The AS5300 servers and associated equipment will be repurposed for use with the CM6 expansion. By installing the CM6 LSC as an adjunct processing system to the CS1000 and repurposing multiple AS5300 equipment items and parts, AMC is able to leverage existing equipment. With the planned future upgrade of the CM4 supporting the ANG to a CM6, AMC will be able to implement a very survivable fully redundant pair of call processing systems providing a consolidated system supporting both active duty and ANG interests via a single virtualized system. Only an AVAYA CM6 can accomplish this overall plan and effort by integrating existing equipment and systems and leveraging existing licensing and equipment. No other vendor's licenses or applications will integrate equipment operations and functions at the operating system level, sharing a single database once completed, and provide the single virtualized system using existing systems and resources. (5) DETERMINATION BY THE CONTRACTING OFFICER THAT THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH 8.404(d): Services and Supplies offered on AVAYA's schedules are listed at fixed prices and hourly labor rates and will result in a firm fixed price award for this requirement. GSA has already determined the prices provided under GSA schedule contracts to be fair and reasonable. Therefore, a separate determination of fair and reasonable pricing is not required. A price evaluation will be conducted IAW FAR 8.405-2(d). By placing an order against AVAYA's Schedule contract following the procedures outlined in 8.405, the Contracting Officer will conclude that the order represents the best value and results in the lowest overall cost to meet the Government's needs. Competition amongst Authorized Agents under the both AVAYA Schedule Contracts will be required for the resulting acquisition in order to procure both equipment and services. Authorized Partners will be authorized under both Contracts in order to provide a complete solution. Comparison of submitted pricing from competitive quotes will be utilized to ensure fair and reasonable pricing is submitted from interested vendors. Also, in order to determine if the proposed costs are fair and reasonable, the Government will compare the proposed costs with the IGE and AVAYA's Schedules. GSA expects that the resulting competition will result in a fair and reasonable price quote. Although GSA has already negotiated fair and reasonable pricing, Price discounts will be sought during the solicitation issued to Authorized Agents under the Contract. (6) DESCRIPTION OF MARKET RESEARCH CONDUCTED: A market survey was not conducted as it is not applicable to the proposed action due to the determination that only one responsible source could provide the services necessary as award to another source would result in duplicative costs. (7) OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION: None. (8) STATEMENT OF ACTIONS THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE TAKING ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES REQUIRED: This procurement is a stand-alone project and no subsequent acquisitions for these services are anticipated. No other projects for purchase of AVAYA equipment, licenses and software maintenance are planned for McConnell AFB. (9) APPROVALS In accordance with FAR 8.405-6(a)(1)(i)(B), this JOTFOC is hereby submitted for concurrence and approval by the Contracting Officer as the equipment requiring brand name (sole source) designation is estimated to total less than $650,000.00. TECHNICAL REQUIREMENTS PERSONNEL CERTIFICATION (Requesting Agency): I certify that the data supporting the basis for the limited sources justification is complete and accurate as confirmed by technical or requirements personnel and confirm that use of this limited sources justification is accurate and complete to the best of my knowledge. ________________________________ Date________________ Paul Reaves, SMSgt, USAF E&I/WINGLAN Program Manager CONTRACTING OFFICER CERTIFICATION (Servicing Agency): I certify to the accuracy and completeness of this justification to the best of my knowledge. ________________________________ Date________________ Kayleen M. Huggart Contracting Officer GSA, FAS, R10 Only one vendor for the above described equipment components, AVAYA, is capable of providing the required specialized equipment components. Based on the reasons detailed below, there is a reasonable basis upon which the Government has determined that these specific brand name sources are the only responsible sources capable of providing the required supplies to satisfy the minimum project needs. The existing voice switching systems at McConnell AFB, KS consist of an Avaya CS1000, Avaya AS5300, and Avaya CM4 operating with active duty and Air National Guard (ANG) organizations. This collection of voice switching systems is undergoing planned and approved consolidation efforts defined in the AMC Unified Communications (UC) Implementation Plan (I Plan) and these voice systems must continue to be supported by the OEM during consolidation. The AS5300 servers and associated equipment will be repurposed for use with the CM6 expansion. By installing the CM6 LSC as an adjunct processing system to the CS1000 and repurposing multiple AS5300 equipment items and parts, AMC is able to leverage existing equipment. With the planned future upgrade of the CM4 supporting the ANG to a CM6, AMC will be able to implement a very survivable fully redundant pair of call processing systems providing a consolidated system supporting both active duty and ANG interests via a single virtualized system. Only an AVAYA CM6 can accomplish this overall plan and effort by integrating existing equipment and systems and leveraging existing licensing and equipment. No other vendor's licenses or applications will integrate equipment operations and functions at the operating system level, sharing a single database once completed, and provide the single virtualized system using existing systems and resources.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bb9ca3d5eb29917588ee9332ce820f03)
 
Place of Performance
Address: 53220 Kansas St Bldg 515, McConnell AFB, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN03268500-W 20140117/140115234459-bb9ca3d5eb29917588ee9332ce820f03 (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.