DOCUMENT
R -- IT Research and Advisory Services - Attachment
- Notice Date
- 7/11/2016
- Notice Type
- Attachment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Veterans Affairs;VA Denver Acquisition & Logistics Center;(003A4D);555 Corporate Circle;Golden CO 80401-5621
- ZIP Code
- 80401-5621
- Solicitation Number
- VA79116Q0128
- Archive Date
- 7/30/2016
- Point of Contact
- Caroline West
- Small Business Set-Aside
- N/A
- Award Number
- GS-35F-5014H VA791-16-F-0741
- Award Date
- 6/30/2016
- Awardee
- GARTNER, INC.;56 TOP GALLANT RD;STAMFORD;CT;06902
- Award Amount
- $158,765.00
- Description
- JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION April 26, 2016 Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of 41 U.S.C. 253(c)(1), "Only one responsible source and no other services will satisfy VA's requirements". 1. Identification of the requirement. This procurement is a sole source action to be awarded as a Task Order against a GSA contract. The placement of a Firm Fixed Price Task Order is anticipated. 2. Limited to the following source(s). Contractor: Gartner, Inc. GSA: GS-35F-5014H POC & phone: Amy Johanek, 703.387.5749, amy.johanek@gartner.com 3.Statutory Authority. The statutory authority permitting other than full and open competition is 41 U.S.C.253(c)(1) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1entitled, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". 4.Identification of the justification rationale. The acquisition is to establish a Follow-on Task Order with a GSA Contractor for a period of one year for the goods and services identified in the Minimum Technical Requirements. Gartner, Inc. is the incumbent GSA contractor and has successfully provided the needed goods and services in two previous Task Orders against their GSA contract. Market Research has not found another company that can meet the Minimum Technical Requirements where substantial duplication of cost would not be incurred. Redundant start-up and product development costs are not expected to be recovered through competition. 5.Description of the item or service required, statement that the requested material or service represents the minimum requirements of the government, the estimated cost, and required delivery date or performance period. The acquisition is to establish a Follow-on Task Order with Gartner, Inc. for the period of June 1, 2016 through May 31, 2017. This requirement is for (2) Enterprise for IT Leaders - Enterprise Architecture accounts, (1) Gartner for IT Leaders - Advisor account and (1) Gartner for IT Leaders - Reference account. This contract will replace the current VA Office of Acquisition and Logistics - Enterprise Acquisition Systems Gartner contract that contains (2) Enterprise for IT Leaders - Enterprise Architecture accounts, (1) Gartner for IT Leaders - Advisor account and (2) Gartner for IT Leaders - Reference account licenses These accounts will allow OAL-EAS SMEs to continue their access to Gartner research materials for detailed analysis in several areas including, IT System Performance Criteria, IT requirements definition, support systems and service level agreement definition, performance measures, and application rationalization. These subscriptions to provide research and advisory services and documents to include the entire Gartner research portfolio, such as current and future state technology analysis, comparisons of current and future IT products, services and solutions, as well as IT business and management trends, best practices, performance measurement and cost optimization. These subscriptions will also provide current state analysis and future state predictions of technology vendor offerings and financial performance, including detailed analysis of products, markets, technologies, and the competitive landscape that could impact their financial viability. In addition, this will provide future state analysis of all IT topical areas to support strategic planning initiatives. This effort is for a base period of twelve months with two (2) options. 6. Specific characteristics of the material or service that limit the availability to this/these source(s) (unique features, function of the item, etc.). Describe in detail why only this/these suggested source(s) can furnish the requirements to the exclusion of other sources. Provide a description of the market research conducted among schedule holders and the results OR a statement of the reason market research was not conducted. The Gartner for IT Leaders research subscriptions are essential to the Government's requirements. Market research was performed by reviewing the capabilities of other similar service providers. This market research and the analysis below indicate that the products and services of other companies cannot be modified to meet VA OAL-EAS needs. Gartner Inc. has previously provided OAL EAS with extensive research and advisory support services. Gartner Inc. possesses more than 1,100 expert analysts covering more than 1,300 IT topics. Their vast and comprehensive experience collecting, analyzing, and reporting on the IT industry/market trends, across seven industries, has resulted in an all-encompassing research data repository of over 120,000 documents with approximately 7,000 new documents added annually. Gartner's analysts perform in-depth evaluations on vendors and trends within discrete information technology segments, which results in their ability to identify 175 Magic Quadrant evaluations that are regarded as the most comprehensive market segment analyses available and far greater than any other research company in the Federal space. Further, Gartner Inc. provides a wide breadth of detailed research material that is specifically designed for topics of Strategic Sourcing and Vendor Management, IT Asset Management, Mobility, Data Center Management, Networks and Telecommunications, Information Security and Risk Management, Identity and Access Management and Privacy, Application Platforms, Collaboration and Content Technologies, all targeted at both strategic and managerial levels. In its current Gartner contract, OAL EAS has taken advantage of the peer networking as part of its Gartner subscription. Gartner can meet the requirement for on-going peer networking with both federal & commercial peers. Gartner offers different ways for peers to collaborate, including through Gartner Events, bi-annual face to face peer forums, local briefings and roundtables, one-on-one facilitated conversations and monthly peer group teleconferences. Gartner is the only provider of a private, online peer community, free from any IT vendor or marketer participation. Based upon this analysis, the Government has identified that only Gartner Inc. has the extensive research and experience providing IT support and peer networking to VA leaders and practitioners and possesses dozens of personnel focused on Health IT to contextualize to the broader VA mission. The Government concluded that only Gartner Inc. possesses the required level of technical expertise, federal customer experience, and quantity of available research documentation required to effectively provide the required technology support and data reach-back support required. 7. Estimated Cost. The estimated cost of this acquisition is approximately $490,733.00. Pricing is expected to be determined fair and reasonable through the use of a GSA contract and by relying on Buy History. 8. Other information to support a limited source. A Request for Information (RFI) was published for this requirement. Responses to the RFI were received from Gartner and two other companies. Review of the RFI responses indicates that only Gartner has the necessary qualifications to satisfy the acquisition requirements. The other two responses didn't address the minimum technical requirements at all. Based upon the factors and requirements identified above, the Government has limited options to compete this requirement in the future. However, the Government will continue to perform market research and evaluate the capabilities of other GSA offerors to foster the potential for future competition. Acquisition Initiator: I certify that the facts and representations under my cognizance, which are included in this justification and which form a basis for this justification, are complete and accurate. \\Electronically signed\\__05/23/2016______________________ David Price Date Acquisition Initiator Contracting Officer: I certify that this justification is accurate and complete to the best of my knowledge and belief. \\Electronically signed\\_05/23/2016_______________________ Caroline West Date Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VADDC791/VADDC791/Awards/GS-35F-5014H VA791-16-F-0741.html)
- Document(s)
- Attachment
- File Name: GS-35F-5014H VA791-16-F-0741 GS-35F-5014H VA791-16-F-0741_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2863974&FileName=GS-35F-5014H-006.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2863974&FileName=GS-35F-5014H-006.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: GS-35F-5014H VA791-16-F-0741 GS-35F-5014H VA791-16-F-0741_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2863974&FileName=GS-35F-5014H-006.docx)
- Record
- SN04177743-W 20160713/160711234711-855386411d425646f819d8e6286ed4ef (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 |