AWARD
J -- OPEN SOURCE LMS SERVICES
- Notice Date
- 6/3/2015
- Notice Type
- Award Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- NASA Shared Services Center (NSSC), Building 1111, Jerry Hlass Road, StennisSpace Center, MS 39529-0001
- ZIP Code
- 39529-0001
- Solicitation Number
- NNX15MA14TQ
- Archive Date
- 7/3/2015
- 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
- NNX15MA14T
- Award Date
- 6/3/2015
- Awardee
- GP Strategies Corporation 11000 Broken Land PWY STE 200 Columbia, MD 21044-3555
- Award Amount
- 236,896.00
- Description
- I recommend NASA, NASA Shared Services Center negotiate with XXXXXXXX for the evaluation and investigation project of the Next Generation Learning management System (LMS). This action will result in a delivery order issued against GSA Contract GS-XX-XXXXX. The total estimated cost of this effort is $XXXXXXX to include a base period of 12 months from June 01, 2015 through May 31, 2016 and a one year option period from June 01, 2017 through May 31, 2017. As part of the Next Generation Learning Management System (LMS) Investigation project, a hosted virtual environment is required to install, configure, and operate an open source software solution to conduct a thorough evaluation of the technical and operational feasibility. This project is limited in duration to 2 years or less, and at its conclusion the virtual environment will need to be discarded. Also, in order to closely simulate current LMS operations, it will be necessary to replicate some set of existing production data and to integrate with other agency systems. For this reason, It is essential to contract directly with XXXX for this project, because of their corporate hosting knowledge of NASAs technical and business operations, XXXXXX currently has access and management to NASAs production datasets that will need to be replicated, and they have a hosting environment that has been reviewed and approved to meet the NASA IT security requirements for operations of our current LMS. Therefore, it is more cost-effective to directly utilize their service offerings instead of competing for another hosting vendor. This recommendation is also 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 III 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: XXXXXXXXX has been the LMS host vendor for over nine years and is familiar with NASA Business Processes and needs. They know the table structures and make-up of the current LMS and would be in the very best position to evaluate other LMS products to meet NASA needs.NASA also owns the hardware that is present at the host facility and if any other vendor were used additional costs (unknown what they would be at this time) would be incurred for hardware requirements. Pursuant to FAR 8.404(d), services offered on the schedule are priced either by 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. Therefore, ordering activities are not required to make a separate determination of fair and reasonable pricing.. Market research conducted included a search of the internet and the GSA Schedules determined that no other companies are authorized by XXXXXXXXXX to provide software maintenance. XXXXXXXXX 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 XXXXXXXXX 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. 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/NNX15MA14T.html)
- Record
- SN03752206-W 20150605/150603235455-4b07301cb196eec51f566f5f88e05164 (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 |