AWARD
59 -- Planet IRM Software and Support Services
- Notice Date
- 4/3/2015
- Notice Type
- Award Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- ACC-APG - Fort Huachuca, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
- ZIP Code
- 85613-5000
- Solicitation Number
- W91RUSPLANETIRM
- Archive Date
- 1/15/2016
- Point of Contact
- Scott Larsen, (520)538-5898
- E-Mail Address
-
ACC-APG - Fort Huachuca
(scott.a.larsen.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W91RUS-15-F-0009
- Award Date
- 3/31/2015
- Awardee
- PLANET ASSOCIATES, INC. (076679133) <br> 1 MERIDIAN RD SUITE 4 <br> EATONTOWN, NJ 07724
- Award Amount
- $1,242,149.76
- Line Number
- 0001
- Description
- This contract action was accomplished using other than competitive procedures because this is a task/delivery order where an exception to fair opportunity requirements was approved due to only one source being available (FAR 8.405-6(b)(1) or 16.505(b)(2)(ii)). JUSTIFICATION REVIEW DOCUMENT FOR OTHER THAN FULL AND OPEN COMPETITION Program/Equipment: Planet Infrastructure Relationship Management (IRM) Software and Support, for the (Redacted) Authority: Federal Acquisition Regulation (FAR) 8.405-6(b), Limited Sources Amount: $1,273,611.00 Prepared by: Name: Scott A. Larsen Title: Contract Specialist E-mail: scott.a.larsen.civ@mail.mil Contracting Officer: Name: Edwin D. Guthrie Title: Contracting Officer E-mail: edwin.d.guthrie2.civ@mail.mil Technical Representative: (Redacted) Requirements Representative: (Redacted) Reviews: I have reviewed this justification and find it adequate to support other than full and open competition. Chief, Project Management Office: (Redacted) Legal Counsel: (Redacted) JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 1. Contracting Activity: Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Huachuca Division, 2133 Cushing Street, Building 61801, Room 2637, Fort Huachuca, Arizona 85613-7070. 2. Description of Action: Request approval to award a new sole-source, 12 month Period of Performance (POP), Firm-Fixed-Price (FFP) contract to Planet Associates Inc. for Planet IRM software, enterprise licenses, maintenance, support, training and professional services. Funding for this requirement will utilize Fiscal Year (FY) 15, Operation and Maintenance Army (OMA) funds. 3. Description of Supplies / Services: The Contractor shall provide Planet IRM software and non-personal installation, maintenance, support, training and professional services to modernize (Redacted) to meet information assurance regulatory requirements, satisfy directives to upgrade servers to Windows 2008 R2, transition to virtual server environment, meet TechAmerica/ANSI EIA-649-B National Consensus Standard for Configuration Management, and comply with network accreditation requirements. This solution will align (Redacted) Planet IRM System initiatives. The Contractor shall provide a working, manageable enterprise Planet IRM implementation that will enable continuous Change and Configuration Management (CM) of all IT configuration items throughout their lifecycle, cradle to grave. The Contractor shall provide capability to store large quantities of data with a disaster recovery plan that minimizes loss of CM services and data. The Contractor shall also provide a solution that aligns (Redacted)to provide stakeholders a common solution across (Redacted). The estimated value is $1,273,611.00, with a Period of Performance of twelve (12) months to begin on 01 April 2015 through 31 March 2016. 4. Authority Cited: FAR 8.405-6(b), Limited Sources. 5. Reason for Authority Cited: The proposed source is Planet Associates, Inc., 24 Wampum Road, Park Ridge Road, NJ 07656. Pursuant to FAR 8.405-6(b), Planet Associates Inc. is the only source capable of providing the required software and service. The software is owned by and proprietary to Planet Associates, Inc. and, as result, only Planet Associates has the capability to provide the software, enterprise licenses, maintenance, support, training and professional services, which are necessary to meet the Government's requirements. Planet Associates Inc. has not provided a letter of supply or granted intellectual property rights to any of its partners or team members. The Planet IRM Software has been approved through (Redacted). Thus, (Redacted) must deploy the same software to be aligned with the software deployed at (Redacted). Various authorities, including the Department of Defense Instruction (DoDI) 5110-11 which establishes policy and assigns responsibilities in accordance with the authority in section 2674 of title 10,United States Code, 000 Directive (0000) 5105.53, and 00003020.26 (References (a), (b) and (c)) for the operation and management of (Redacted) and DoD Directive S- 5100.44, quote mark Defense and National Leadership Command Capability (DNLCC) (U), quote mark July 9, 2008 (Controlled Document) directs the (Redacted) to provide the same capability in Fit, Form, and Feel of equipment in use or planned for deployed at (Redacted). For these reasons, (Redacted) must procure the Planet IRM software and services. The failure to procure the proposed Planet IRM software and services would result in unnecessary duplication of costs in excess of $1.5 million. (Redacted) has an existing contract in place for the same Planet IRM software and services for a base period of one year and two one-year options at a cost of $1.5 million. The only way to procure an alternative type software would be to have (Redacted) terminate its contract and compete the requirement for (Redacted). That would duplicate the prior (Redacted) effort and increase the cost exponentially. 6. Efforts to Obtain Competition: Market research was conducted on this requirement and the details are set forth in the Market research section of this document. This research did not reveal any additional potential sources. There is no competition anticipated for this requirement. There were no efforts made to compete this requirement. Planet Associates Inc. is the only responsible source with the ability to provide the software and services required due to proprietary information. (Redacted) have a significant investment in Planet IRM software. It has become essential to the Government's requirements and there are currently no other companies with similar products that meet or can be modified to meet, the Government's needs. If competed, the substantial duplication of cost to the Government is not expected to be recovered. Also, in accordance with DoDI 5110-11, (Redacted)has to provide the same Fit, Form, and Feel of the existing equipment (in use or planned for deployment) (Redacted). As stated above, the Planet IRM Software has been approved through (Redacted). The Planet IRM software is thus required by (Redacted) to ensure that its equipment has the same Fit, Form and Feel as the equipment being utilized at (Redacted). As discussed in the procurement history, (Redacted) has a contract in place for $1.5 million over a base year and two option years. Consequently, to procure an alternative type software would require (Redacted) to terminate its contract and recompete a new one for (Redacted). Since this is a very specific requirement, there is a high likelihood that the government would end up procuring the same software with the same vendor, thereby duplicating and compounding prior cost outlays exponentially. This would not make sound business sense. 7. Actions to Increase Competition. (Redacted) requirement can only be met by Planet IRM software and support services. If there is an acquisition for an entirely new infrastructure relationship management software, and the DoDI changes, allowing (Redacted) to deviate from using the same software at the (Redacted), then such an effort would be fully competed among all manufacturers meeting the specifications. Furthermore, based on the current lack of responses to the Special Notice, the previous sole source award, and the expired CHESS contract, actions to increase competition have been attempted, but have been difficult to achieve due to the exacting specifications of the products and associated services. 8. Market Research. Market research has been conducted in conjunction with this acquisition. The agency conducted on-line research, and researched past and current Planet IRM Software and Support Services acquisitions. A special notice was placed on FedBizOpps on 15 January 2015, which stated that it was the government's intent to award a sole source FFP Contract for Planet IRM Software and Support Services in support of (Redacted). No responses were received to the FedBizOpps synopsis. A search of the General Services Administration (GSA) Multiple Award Schedule 70 on 14 January 2015 indicated that there is only one vendor on the GSA schedule that can provide the Software and Support Services required: that vendor is Planet Associates Inc. under contract GS-35F-0928N. A search for the Planet IRM Software and Support Services was done on FedBizOpps the past year and came back with no results for these service. The requiring activity provided information for the previous purchase of Planet IRM Software for (Redacted). This information is listed below in subparagraph 10a. under quote mark Procurement History. quote mark 9. Interested Sources: In accordance with FAR 5.201, a special notice was posted on the Army Single Face to Industry (ASFI) web site and transmitted to FedBizOpps on 15 January 2015. No responses were received to the FedBizOpps synopsis. 10. Other Facts. a. Procurement History: Previous Planet IRM Software and Support encompasses approximately three years under the following contracts: 1. (Redacted), awarded by the ACC Contracting Office located at Rock Island, IL (ACC-RI), was a FFP Sole Source contract award to Planet Associates Inc. using a J&A under authority of 10 U.S.C. 2304 (c)(1) and FAR 6.302-1(a)(2)(iii)(A), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements in the amount of $1.5 million. This requirement was for the Planet IRM Software and Licenses to be used at (Redacted). The period of performance was for a 12 month base period and two 12 month option periods. 2. Planet Associates had a Blanket Purchase Agreement (BPA) on the Computer Hardware Enterprise Software and Solutions (CHESS) Enterprise Software Initiative (ESI). That agreement however, has now expired. ESI is currently working on a renewal BPA for Planet Associates Inc. but the renewal date is unknown. The Government sought and received approval for the use of a Non-DoD contract in accordance with DFARS 217.7802 to use the Planet Associates Inc. GSA contract. 11. Technical and Requirements Certification: quote mark I certify that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge and belief. quote mark (Redacted) 12. Fair and Reasonable Price Determination: quote mark I hereby determine that the anticipated price to the Government for this contract action will be fair and reasonable based upon price analysis, including comparison of the proposed prices with the current year GSA Contract prices, the independent government estimate, and pricing under current contracts for similar services. Based on the FAR 15.403- 1(b)(3) prohibition on obtaining certified cost or pricing data (10 U.S.C. 2306a and 41 U.S.C. 254b), certified cost and pricing data will not be required due to the requirement being a commercial purchase. quote mark Edwin D. Guthrie Contracting Officer 13. Procuring Contracting Officer Certification: I certify that this justification is accurate and complete to the best of my knowledge and belief. Edwin D. Guthrie Contracting Officer Approval Based on the foregoing justification, I hereby approve the procurement of Planet IRM Software and Support on an other than full and open competition basis pursuant to the authority of FAR 8.405-6(b), Limited Sources, and provided that the services and property herein described have otherwise been authorized for acquisition. Debra K. Parra Special Competition Advocate
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/39aa6c7590af15075090dba363976ec2)
- Record
- SN03689011-W 20150405/150403234606-39aa6c7590af15075090dba363976ec2 (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 |