Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2016 FBO #5405
DOCUMENT

D -- NB_NB_Region 2 and Region 3 (SMO & WGA) Tier 2 and 3 Storage - Attachment

Notice Date
9/8/2016
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11816Q1580
 
Archive Date
12/16/2016
 
Point of Contact
Amy Schmalzigan
 
Small Business Set-Aside
N/A
 
Award Number
NNG15SD26B VA118-16-F-1385
 
Award Date
9/8/2016
 
Awardee
THUNDERCAT TECHNOLOGY, LLC;1925 ISAAC NEWTON SQ STE 180;RESTON;VA;20190
 
Award Amount
$3,781,174.62
 
Description
On September 8, 2016, the Technology Acquisition Center awarded Delivery Order VA118-16-F-1385 under the terms and conditions of National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V contract NNG15SD26B with ThunderCat Technology (ThunderCat), located at 1925 Isaac Newton Square Suite 180, Reston, VA 20190. ThunderCat will be providing NetApp hardware, software, installation and configuration services, and associated maintenance support services. The period of performance shall be 12 months from date of delivery, plus two option periods for maintenance support. Installation, configuration and implementation at both sites shall be completed within 90 days of award, the total order value of $4,431,018.82 ? JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY 1. Contracting Activity:Department of Veterans Affairs (VA) Office of Acquisition Operations Technology Acquisition Center 23 Christopher Way Eatontown, NJ 07724 2. Description of Action: The proposed action is for a firm-fixed price delivery order (DO) under the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V Government-Wide Acquisition Contract (GWAC) for brand name NetApp hardware, software, installation and configuration services, and associated maintenance support services. 3. Description of the Supplies or Services: VA, Office of Information and Technology (OI&T), Service Delivery and Engineering (SDE), Enterprise Operations and its National Data Center Program have a requirement for NetApp hardware, software, installation and configuration services, and associated maintenance support services to augment the existing storage infrastructure located at data centers supporting Regions 2 and 3. This hardware, software, installation and configuration services, and associated maintenance support services is required to address additional storage capacity needs for Veterans Information Systems and Technology Architecture (VistA) system support throughout each Region. This effort requires the acquisition of NetApp hardware, specifically two NetApp All-Flash Fabric-Attached Storage 8060 high availability storage systems, eight NetApp DS2246 disk shelves each populated with 24 3.8TB solid state drives, related accessories, 258 software, installation and configuration services, along with 12 months of maintenance and support which will be used to augment and expand the existing Region 2 VistA application Tier 1 and Tier 2 NetApp storage systems located in Defense Information Systems Agency (DISA) Defense Enterprise Computing Center (DECC) in St. Louis, Missouri. The effort also includes the same configuration and service requirements to augment, expand and support the existing Region 3 VistA application Tier 1 and Tier 2 NetApp storage systems located in DISA DECC in Warner Robins, Georgia. Delivery of hardware and software is required within 30 days of award. The period of performance shall be 12 months from date of delivery, plus two option periods for maintenance support, if exercised. Installation, configuration and implementation at both sites shall be completed within 90 days of award. 4. Statutory Authority: The statutory authority permitting this exception to fair opportunity is 41 U.S.C. 4106(c)(2) as implemented by Federal Acquisition Regulation (FAR) 16.505(b)(2)(i)(B), entitled "Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized." 5. Rationale Supporting Use of Authority Cited Above: Based on market research, as described in section eight of this justification, it was determined that limited competition is viable among authorized resellers of the required NetApp hardware, software, installation and configuration services, and associated maintenance services. The existing Region 2 and Region 3 VistA application storage infrastructure is currently based solely upon NetApp Fabric Attached Storage systems. No other parts/items can meet VA's form fit and function requirements. The required NetApp hardware, software, installation and configuration services, and associated maintenance support services will augment the performance and capacity of the current NetApp storage system by adding faster controllers, which are a VA functional requirement and replacing older and smaller disk drives to support greater workload processing and archiving within the existing NetApp system. As this is an expansion of an existing NetApp storage system to support existing and additional new storage workload, only NetApp hardware and software is compatible with the existing infrastructure. Other vendor storage controllers and disk shelves are not compatible as each vendor has their own proprietary hardware and software in providing storage and therefore would not integrate with the currently fielded Region 2 and Region 3 NetApp VistA application hardware and software. Additionally, no other cluster interconnection hardware is interoperable or compatible with the currently fielded Region 2 and Region 3 VistA application NetApp storage systems and NetApp Data ONTAP Operating System software. If VA were to utilize any other brand name hardware and software, it would not communicate in the current infrastructure due to the proprietary constraints. No other brand name can provide the installation or services due to the proprietary nature of this effort. Procuring this requirement under one DO action for the delivery, deployment, and configuration of the NetApp items is the only low risk approach to ensure for the successful completion of the existing storage infrastructure. 6. Efforts to Obtain Competition: Market research was conducted, details of which are in the market research paragraph of this document. This effort did not yield any additional sources that can meet the Government's requirements. It was determined however, that limited competition is viable among authorized resellers for the required brand name NetApp hardware, software, installation, configuration and maintenance support. In accordance with FAR 5.301 and 16.505(b)(2)(ii)(D), the award notice for this action will be synopsized and this justification will be made publicly available on the Federal Business Opportunities Page within 14 days of award of the order. Additionally, in accordance with FAR 16.505(a)(4)(iii)(A)(2), this justification will be provided with the Request for Quote to NASA SEWP V GWAC holders. 7. Actions to Increase Competition: The Government will continue to conduct market research to ascertain if there are changes in the market place that would enable future actions to be competed. VA storage functional area Subject Matter Experts regularly review industry trade publications and conduct internet research to ascertain if any other brand name hardware, software, and maintenance support is available to meet the requirements described herein. 8. Market Research: Market research was conducted by the Government's technical experts in March 2016 by reviewing other similar products and services, such as storage controllers and disk shelves. Specifically, the Government's technical experts conducted web-based research on web sites of vendors including Hewlett Packard (HP), EMC, and Hitachi. Based upon reviews of these products, the Government's technical experts determined that none of these products can meet the Government's functionality, interoperability and compatibility requirements with the existing NetApp infrastructure discussed in section five above. Each vendor has their own proprietary hardware and software in providing storage and therefore would not integrate with the currently fielded Region 2 and Region 3 VistA application NetApp hardware and software. Additionally, no other cluster interconnection hardware is interoperable or compatible with the currently fielded Region 2 and Region 3 VistA application NetApp storage systems and NetApp Data ONTAP Operating System software. No other storage solutions can seamlessly integrate into the current NetApp infrastructure as they are not interoperable or compatible. Additionally, as stated above in section five, only NetApp or an authorized reseller can provide the required hardware, software, installation, configuration and maintenance support. The Government's technical experts have determined that only NetApp brand name hardware, software, installation, configuration and maintenance support can meet all of VA's needs. Additional market research was conducted in August 2016 by utilizing the NASA SEWP Provider Lookup tool to determine whether the brand name NetApp hardware, software and support is available from NASA SEWP V GWAC holders. It was determined that there are several resellers of brand name NetApp products and offerings that hold current GWACs such that limited competition is anticipated. 9. Other Facts: None.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/47fe1a6af5990a04fba13fca7de421e8)
 
Document(s)
Attachment
 
File Name: NNG15SD26B VA118-16-F-1385 NNG15SD26B VA118-16-F-1385_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2994262&FileName=NNG15SD26B-054.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2994262&FileName=NNG15SD26B-054.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04262598-W 20160910/160908235042-47fe1a6af5990a04fba13fca7de421e8 (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.