Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
DOCUMENT

70 -- Cisco Switches for VISN 6 PACS - Attachment

Notice Date
2/16/2017
 
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
VA11817F1836
 
Archive Date
5/17/2017
 
Point of Contact
William Freer
 
Small Business Set-Aside
N/A
 
Award Number
NNG15SD19B VA118-17-F-1836
 
Award Date
2/16/2017
 
Awardee
ALVAREZ & ASSOCIATES, LLC;8601 GEORGIA AVE STE 510;SILVER SPRING;MD;209103476
 
Award Amount
$459,417.30
 
Description
Cisco Nexus Switches PACS TAC-17-40910 1 of 3 Cisco Nexus Switches PACS TAC-17-40910 Durham, Richmond, Asheville, Beckley, Fayetteville, Hampton, Salem & Salisbury 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 the issuance of a firm-fixed-price Delivery Order under the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V Government-Wide Acquisition Contract (GWAC) for the procurement of brand name Cisco Nexus switches and associated networking equipment. 3. Description of the Supplies or Services: The proposed action is for the acquisition of four (4) Cisco Nexus 48 port network switches, twelve (12) Cisco Nexus 48 port NEXUS 5672UP 1RU, 32X10G SFP+, 16PXUP SFP+, 6X40G switches, twenty (20) NEXUS 2248TP-E with 8 FET, choice of Airflow/Power, sixteen (16) 10GBASE SFP Modules, Enterprise Class, forty-eight (48) 10GBase-SR SFP Modules, and forty-eight (48) 10GBASE-SR X2 Modules. These items will comprise eight (8) servers that will allow for the Veterans Integrated Service Network (VISN) 6 to provide increased performance and increased storage availability in support of the Picture Archiving and Communication Systems (PACS) deployment. PACS will support the storage, display, and interpretation of radiologic images in VISN 6 VA Medical Centers. The total estimated value of the proposed action is 4. Statutory Authority: The statutory authority permitting an exception to fair opportunity is Section 41 U.S.C. 4106(c)(2) as implemented by the Federal Acquisition Regulation (FAR) Subpart 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 8 of this justification, it was determined that limited competition is available among authorized resellers of the required Cisco Nexus equipment. It is critical to establish a VISN-wide PACS with common interface standards in order to effectively facilitate the care of patients referred amongst facilities within VISN 6. The Cisco Nexus servers are required to increase performance and storage availability in support of the PACS deployment at VISN 6. Due to the proprietary nature of Cisco s architectural design, and specifically the routing and communication protocols that exist within the Cisco firmware, only brand name Cisco Nexus network equipment is compatible and interoperable with the existing infrastructure deployed throughout VISN 6. Cisco Nexus equipment provides unique, Top-of-Rack and End-of Row connectivity for efficiently connecting to and supporting Server and Storage equipment. No other brand name interconnectors, switches or extenders can provide the required fabric extension availability, nor can they be paired with the existing Cisco Nexus equipment to create multi-chassis ether-channels. Further, a replacement of the current Cisco infrastructure would result in duplicative costs that would not be recovered through competition. By failing to procure the required servers, the existing infrastructure at VISN 6 would lack the necessary performance and storage capabilities required to support the PACS deployment. Based on the market research conducted by the Government technical experts, it has been determined only Cisco equipment can meet the Governments needs. 6. Efforts to Obtain Competition: Market research was conducted in December 2016, details of which are in the market research section of this document. This research did not yield any other products that can meet the Government s technical requirements. Although the Government is limiting competition as a result of specifying Cisco Nexus brand name products, there are multiple resellers of the required hardware and associated warranty support that hold current NASA SEWP V GWACs. In accordance with FAR 5.301 and 16.505(b)(2)(ii)(D), this action will be synopsized and the justification will be made publicly available on the Federal Business Opportunities website within 14 days of award. In addition, in accordance with FAR 16.505(a)(4)(iii)(A)(2), this justification will be posted with the solicitation on the NASA SEWP website. 7. Actions to Increase Competition: In order to remove or overcome barriers to competition in future acquisitions for the requirements described herein, the agency will continue to perform market research to ascertain if there are changes in the marketplace that would enable future actions to be competed. 8. Market Research: The Cisco interconnectors, switches and extenders are commercially available off-the-shelf hardware products currently in use in VA. The Government s technical experts conducted market research in December 2016 to ascertain the ability of any other source to provide the aforementioned interconnectors, switches and extenders. The technical experts reviewed online technical documentations for similar products available from Juniper, Brocade and Hewlett Packard (HP). The market research confirmed that due to proprietary constraints, only brand name Cisco interconnectors, switches and extenders are fully compatible and interoperable with the existing Cisco equipment in use throughout VISN 6. Accordingly, only Cisco equipment from Cisco or an authorized reseller can meet all the Government s requirements.. Additional market research was conducted in December 2016 by the Contract Specialist by utilizing the NASA SEWP V GWAC Provider Lookup tool that identified 20 prospective, verified Service-Disabled Veteran-Owned Small Business (SDVOSB) GWAC holders in Group B(2) with at least 6 that are authorized resellers of Cisco products and services. Additionally, NASA SEWP V has a dynamic product catalog where line items can be added based on customer requests; therefore, as long as the required item or service is within scope of the NASA SEWP V GWAC, items and services can be added to a NASA SEWP V GWAC holder s catalog on a daily basis. These requirements have been found to be within scope of the NASA SEWP V GWAC in a separate determination. 9. Other Facts: None
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3c838cad058004bb69ff06b58e47ae04)
 
Document(s)
Attachment
 
File Name: NNG15SD19B VA118-17-F-1836 NNG15SD19B VA118-17-F-1836_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3282311&FileName=NNG15SD19B-092.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3282311&FileName=NNG15SD19B-092.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04405695-W 20170218/170216235024-3c838cad058004bb69ff06b58e47ae04 (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  © 1994-2020, Loren Data Corp.