Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
DOCUMENT

D -- TAC-16-34493_SAS Windows Software Maintenance CSP West Haven - Attachment

Notice Date
4/15/2016
 
Notice Type
Attachment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11816Q1086
 
Archive Date
7/14/2016
 
Point of Contact
Tinamarie Giraud, Contract Specialist
 
Small Business Set-Aside
N/A
 
Award Number
GS-35F-0170K VA118-16-F-0986
 
Award Date
4/15/2016
 
Awardee
EXECUTIVE INFORMATION SYSTEMS, LLC;6901 ROCKLEDGE DRIVE STE 600;BETHESDA;MD;20817
 
Award Amount
23,560.00
 
Description
LIMITED-SOURCES JUSTIFICATION 1.Contracting Activity:Department of Veterans Affairs (VA) Office of Acquisition Operations Technology Acquisition Center 23 Christopher Way Eatontown, New Jersey 07724 2.Description of Action: The proposed action is for a firm-fixed-price (FFP) sole source delivery order to be issued under General Services Administration (GSA) Federal Supply Schedule (FSS) 70 contract number GS-35F-0170K to Executive Information Systems (EIS), LLC, 6901 Rockledge Drive, Bethesda, Maryland 20817. 3.Description of the Suppli es or Services:VA Office of Information and Technology (Ol&T), Cooperative Studies Program has a requirement for continued software maintenance and support of VA owned Statistical Analysis System (SAS) software. The maintenance renewals will enable VA Cooperative Studies Program Coordinating Centers (CSPCC) located at Hines, Illinois; Palo Alto, California ; Perry Point, Maryland, and West Haven, Connecticut to continue to utilize the brand name SAS maintenance statistical computational and analytical toolset. This software allows the CSPCCs to analyze large research databases on complex multi-site clinical trials to enable improved outcomes for Veterans through better methodology and improved efficiency and effectiveness of VA operations. The SAS software maintenance will allow for the program to receive software patches and updates on the software as they are offered commercially, as well as 24/7 software support with a 4-hour response time, technical support, and online self-help. The period of performance is 12 months. -ard. The total estimated value of the proposed.action is 4.Authority: Federal Acquisition Regulation (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." 5.Rational e Supporting Use of Author i ty Cited Above : The proposed source for this action is EIS. The current CSPCC infrastructure is based on existing SAS software and requires support compatible with the existing infrastructure protocols and functionality for continued operational availability. CSPCC requires continued software maintenance to receive software patches and updates,24/7 software support. technical support, and online self-help. Due to proprietary software restrictions. the required software maintenance renewals are only available from SAS or its single authorized reseller, EIS. In addition, a prior implementation of SAS software license already exists in CSPCC. Therefore, only an award to SAS or EIS can satisfy the Government's requirement for SAS software maintenance. No other firm has the capability to develop and issue software updates and fixes for SAS software necessary to support existing CSPCC statistical and analytical requirements without complete replacement of the existing SAS software licenses. Additionally, no other software products can meet VA's interoperability and compatibility requirements. By procuring a product other than SAS, VA would not be able to ensure interoperability and compatibility since other software would not have access to the proprietary SAS source code. Replacement of the SAS software licenses and maintenance with a product other than SAS would require VA to procure new analytical software licenses and the associated maintenance. Additionally, the time it would take to install, test, and train VA staff on the use of new software would cause multiple project delays for CSPCC research that is already underway. 6.Efforts to Obtain Competition : Market research was conducted, details of which are in the market research section of this document. There is no competition anticipated for this acquisition. Based on market research, EIS is the only authorized reseller of SAS maintenance. The ordering activity will post the justification along with the request for quote to e-Buy in accordance with FAR 8.405-6(b)(3). Additionally, in accordance with FAR 5.301, this action will be synopsized on the Federal Business Opportunities Page within 14 days after award. 7.Actions to Increase Competition : In order to remove or overcome barriers to competition in future acquisitions for this requirement, the Government will continue to conduct market research to ascertain if there are changes in the marketplace that would enable future actions to be competed. 8. Market Research: Market research was conducted in November 2015 by Government technical experts via websites and web-based forums in an attempt to ascertain if similar performance mainframe software providers other than SAS can provide the requisite software maintenance license support for CSPCC locations. Specifically, other products researched included International Business Machines Statistical Package for the Social Sciences and Oracle Hyperion. All of the products researched were unable to meet the unique functional requirements of performance mainframe for all transactions in and out of a server regardless of their association with an application and without respect to application code or application server type. As a result of the market research, technical experts confirmed that the source code required to issue the updates is proprietary, SAS is the only source capable of providing the required maintenance and upgrades for SAS software. In February 2016, the Government technical experts contacted SAS which confirmed that it only conducts business with the Federal Government through its reseller, EIS (small business). Additionally, the Government confirmed that only new SAS licenses can be procured under the National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement V Governmentwide Acquisition Contract (not software maintenance renewals) and only through a single authorized reseller; whereas the required maintenance renewals are available on EIS's GSA FSS 70 contract. Therefore, since EIS is the sole authorized reseller for the required SAS software maintenance renewals and since EIS only offers the renewals through its GSA FSS 70 contract, the solicitation will be issued on a sole source basis to EIS under GSA FSS 70 contract number GS-35F-0170K. 9.Other Facts: None. 10.Technical and Requirements Certification: I certify that the supporting data under my cognizance, which are included in this justificat ion, are accurate and complete to the best of my knowledge and belief. 11.Determination of Best Value: I hereby determine that the proposed contract action will represent the best value to the Government consistent with FAR 8.404(d). GSA has already determined that the prices on the FSS contract are fair and reasonable. The quote will be compared to the Independent Government Cost Estimate and the published list pricing for the software maintenance. Additionally, a discount will be requested from the GSA list price. 12.Procuring Contracting Officer Certification: I certify that this justificat ion is accurate and complete to the best of my knowledge and belief. As this contract action does not exceed $500,000, the certification below, in accordance with VA Acquisition Regulation 806.304(a), serves as approval.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fce7884910f59860f58b51a995790cc4)
 
Document(s)
Attachment
 
File Name: GS-35F-0170K VA118-16-F-0986 GS-35F-0170K VA118-16-F-0986_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2677294&FileName=GS-35F-0170K-014.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2677294&FileName=GS-35F-0170K-014.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04085601-W 20160417/160415234321-fce7884910f59860f58b51a995790cc4 (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.