Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
AWARD

J -- NASA PRISM MAINTENANCE

Notice Date
7/14/2014
 
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
NNX14MA04T
 
Archive Date
8/13/2014
 
Point of Contact
Hayward Expose, Contract Specialist, Phone 228-813-6466, Fax 228-813-6580, Email hayward.expose@nasa.gov
 
E-Mail Address
Hayward Expose
(hayward.expose@nasa.gov)
 
Small Business Set-Aside
N/A
 
Award Number
NNX14MA04T
 
Award Date
7/14/2014
 
Awardee
Compusearch Software Systems, INC. 21251 Ridgetop CIR STE 100 Dulles, VA20166-6501
 
Award Amount
3562290
 
Description
LIMITED SOURCE JUSTIFICATION I recommend that NASA, NASA Shared Services Center (NSSC) negotiate with Compusearch Software Systems, Inc. (Compusearch) only for the continued maintenance of the Agencys PRISM software. This action will be performed by awarding a follow-on task order against the General Services Administration (GSA) Federal Supply Schedule (FSS) XXXXXXXX with Compusearch Software Systems, Inc. (Compusearch). The Firm-Fixed Price (FFP) estimated value of this effort is $XXXXXX.The estimated period of performance is five (5) years from July 12, 2014 through July 11, 2019, consisting of one (1) 12-month base period and four (4) 12-month option periods. This is a follow-on task order to NASA Marshall Space Flight Center (MSFC) task order XXXXXXXX/XXXXX with Compusearch for maintenance of Compusearchs proprietary PRISM software. The contract file transferred to the NSSC for administration on August 22, 2011. The NSSC will continue to function as the contract administration office; however, the requesting activity will remain in place at the MSFC. CMM PRISM is the contract writing system used by NASA agency-wide. The requirement consists of renewing the annual software maintenance services for the Agency's PRISM software license which currently supports up to 1,000 transactional users. Maintenance requirements under the new task order will consist of the following: Delivery of Software Releases, Service Packs, Technical Bulletins, Manual Updates, and other Licensed Materials.Software Maintenance support via telephone, remote support/update, and Compusearch's On-line Footprint System for reporting PRISM System issues. Software maintenance includes support for the PRISM Document Generation module; Receiving module; Interagency Agreement module; Invoice module; FPDS-NG interface; Grants module including NASA customizations; Advanced Procurement Planning (APP) module; Source Selection module; NASA user specific database updates; Multi-Select customization; Single Sign On customization; FPDS-NG interface customization; updates to PRISM award to SAP interface including XML trigger; and Grants reporting interface to FPDS-NG. Compusearch Database Administrator (GSA Gold Plan) support. The resulting task order will have options to procure additional labor support for PRISM software enhancements and configuration/change management as necessary. Travel to support onsite activities associated with the PRISM software including, but not limited to PRISM version upgrade implementations and configuration / change management. A not-to-exceed (NTE) travel estimate of $XXXXXX per year for a potential total of $XXXXX will be included in the order. This recommendation is made pursuant to FAR 8.405-6(a)(1)(i)(B) when 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. Competition is impractical for the following reasons: 1.Only one source is capable of responding due to the unique specialized nature of the work. As maintenance is an ongoing set of various activities (patches, updates, system integration) it is not feasible to bring in a new contractor to perform work that is dependent on previous work that has been completed.Only Compusearch has the requisite capabilities to continue performing the specialized requirements. Furthermore, the incumbent task order (XXXXXXXX/XXXXXXXXXX) was awarded under sole source authority. As the requirements remain unchanged, there is not a reasonable expectation to receive a competitive offer in terms of price, quality and delivery without significant disruption and an additional cost to the Government. 2.Market research among FSS holders was conducted via internet searches through the GSA eLibrary. Based on the results of the research it is confirmed that no other companies are authorized by Compusearch to provide PRISM software maintenance. 3.No other vendor has access to detailed and timely knowledge of Compusearchs existing and emerging product set, especially with regard to ongoing development and product planning which directly benefits NASAs ongoing activities to improve procurement management throughout the Agency. 4.Compusearch is solely positioned to support NASAs implementation of version upgrades to its product\enhanced capabilities due to their detailed knowledge that has been obtained via the existing contract vehicle (XXXXXXX) and the previous contract vehicle (XXXXXXX) since 2004. 5.Bringing in a new contract writing system is not practical. Besides the cost of procuring a new system, there would be significant development costs including establishing new interfaces with NASA SAP accounting system and customizing the application to meet NASAs functional and technical requirements. In addition, there would be training and other transition costs that would not likely be recovered by any savings achieved via competition. Pursuant to FAR 8.404(d), services offered on the schedule are priced either at hourly rates, or at a fixed price for performance of a specific task (e.g., installation, maintenance, and repair). GSA has determined the prices of supplies and fixed-price services, and rates for services offered at hourly rates, to be fair and reasonable for the purpose of establishing the schedule contract. GSAs determination does not relieve the ordering activity contracting officer from the responsibility of making a determination of fair and reasonable pricing for individual orders, BPAs, and orders under BPAs, using the proposal analysis techniques at 15.404-1. The complexity and circumstances of each acquisition should determine the level of detail of the analysis required. Therefore, rate and/or price analysis for the proposed order will be performed, as appropriate, to determine fair and reasonable rates and/or price(s). 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 acquisition for the services required.Therefore, purchase of the services from Compusearch, is the only practical approach. I hereby certify the facts in this justification and any supporting data which form the basis 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/NNX14MA04T.html)
 
Record
SN03424176-W 20140716/140714235922-0de46a9c8b3f6b85b01e523b970427c7 (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.