DOCUMENT
R -- VINCI 3Par Storage Upgrade - Attachment
- Notice Date
- 6/23/2017
- 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
- VA11817Q2041
- Archive Date
- 8/22/2017
- Point of Contact
- Joseph.Pignataro@va.gov
- E-Mail Address
-
joseph.pignataro@va.gov
(joseph.pignataro@va.gov)
- Small Business Set-Aside
- N/A
- Award Number
- NNG15SD34B VA118-17-F-2082
- Award Date
- 6/23/2017
- Awardee
- MINBURN TECHNOLOGY GROUP, LLC;10113 MINBURN ST;GREAT FALLS;VA;22066
- Award Amount
- $799,813.86
- Description
- VINCI HP Storage Array 20800 Control Number : TAC-17-43968 2 of 6 Control Number : TAC-17-43968 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, New Jersey 07724 2. Description of Action: The proposed action is for a firm-fixed price delivery order issued under the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V Governmentwide Acquisition Contract (GWAC) to procure one brand name Hewlett Packard (HP) 3PAR 20800 storage array with associated warranty support which includes 4 hour response time. 3. Description of the Supplies or Services: The VA, Office of Information and Technology has a requirement for one HP 3PAR 20800 storage array for the VA Informatics and Computing Infrastructure (VINCI). The HP 3PAR 20800 storage array will be integrated into the established VINCI infrastructure, located at the Austin Information Technology Center (AITC), which is comprised of HP products. This HP storage array will improve storage and performance capabilities within VINCI. The VINCI analysis workload consisting of Natural Language Processing, Observational Medical Outcomes Partnership (OMOP) with associated software, and Chart Review are all packages that VA Product Development Office has created for research data reporting and exploration, and demand a great deal of Input output (IO). This HP 3Par storage array can satisfy the most demanding workloads with greater than 3 million (Input/Output Per Second (IOPS), sub-millisecond latencies, and scalability to 15 petabytes (PB) of usable capacity. Additionally, a three year, 24/7 warranty with 4 hour response times is included containing technical support and phone consulting. This support ensures the storage array remains operational and prevents any disruption which can affect connected servers resulting in performance degradation or complete loss of service. All required deliverables are due within 45 days of contract award. The total estimated price of the proposed action is 4. Statutory Authority: The statutory authority permitting this exception to fair opportunity is 41 U.S.C. 4106(c)(2) as implemented by the Federal Acquisition Regulation (FAR) Paragraph 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 document, it was determined that limited competition is available among authorized resellers for the procurement of brand name HP hardware and maintenance support. The purpose of this acquisition is to enhance the current VINCI HP environment with additional storage capacity for the existing HP servers located within the AITC. The required storage must be fully compatible and interoperable with the existing HP hardware and software within the VINCI environment to allow management control of the hardware and software with existing VA management tools. No other brand name hardware and software is interoperable and compatible with the existing HP items due to the proprietary constraints of the items. Specifically, another brand name storage array would not be able to communicate with the existing environment. Furthermore, the VINCI hardware/software environment employs an HP management tool (HP SIM) to monitor all hardware components, provide alerts about any issues, and deploy software/agents. The VINCI environment utilizes only HP tools such as the Integrated Management Console (IMC) and StorageServ Management Console (SSMC), which have been successfully used to monitor, support, and provide metrics for HP 3PAR storage devices. These tools are already being utilized in the VINCI environment and equipment other than an HP 3PAR storage array would be incompatible with these tools. Further, the VINCI environment uses HP s Peer Motion software to seamlessly transfer data between existing HP Enterprise Virtual Array and 3PAR storage arrays. This concurrent and non-disruptive data transfer is a VA functional requirement and makes it possible to load-balance the data with the existing 3PAR storage arrays within the AITC. There are no vendors other than HPor HP authorized resellers that provide this VA functional requirement. Implementing a non-HP storage array would negatively impact the existing infrastructure because it would not support load-balancing via Peer Motion. No product other than HP storage can be managed by the existing software and provide 100% compatibility with the existing equipment. A secondary, yet critical, function of the VINCI infrastructure is to provide backup capability to the VA Corporate Data Warehouse (CDW) which is comprised of HP hardware and software. Therefore, the VINCI hardware/software infrastructure must mirror the CDW hardware/software infrastructure without deviation to assure seamless transition in the event of catastrophic failure. Since the CDW is comprised solely of HP hardware and software, no other Original Equipment Manufacturer s products can be utilized in the VINCI infrastructure without jeopardizing this critical function. 6. Efforts to Obtain Competition: Market research was conducted, details of which are in the market research section 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 this brand name item. In accordance with FAR 16.505(a)(4)(iii)(A)(2), this justification will be provided with the solicitation to all appropriate NASA SEWP V GWAC holders. This action will be synopsized at award on the Federal Business Opportunities Page and the justification will be made publicly available. 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 perform market research to determine if there are any new products or maintenance services available that will enable future requirements to be competed. 8. Market Research: Market research was conducted by the Government s technical experts during the months of February and March 2017 through internet searches for information about storage solutions suitable for the VINCI infrastructure and vendor inquiries. The results of the market research confirmed that only HP or an authorized reseller has the capability of providing storage arrays and support that are compatible with the existing VINCI infrastructure. Other brand storage arrays including Nimble, Panasas, and EMC/Dell were researched and found to be incompatible with the existing VINCI infrastructure and HP SIM, IMC, and SSMC management tools and unable to support VINCI s critical CDW backup function. None of the other brands provided a tool that can move data from HP EVA to HP 3PAR without service disruption. The VINCI environment uses HP s Peer Motion software to seamlessly transfer data between existing HP Enterprise Virtual Array and 3PAR storage arrays. Additional market research was conducted in March 2017 by the Contract Specialist by utilizing the Provider Lookup tool on the National Aeronautics and Space Administration (NASA) Solutions for Enterprise Wide Procurement (SEWP) V Governmentwide Acquisition Contract (GWAC) website which identified numerous resellers of the required HP hardware and support including 19 prospective Service-Disabled Veteran-Owned Small Business (SDVOSB) GWAC holders. Therefore, limited competition is anticipated on NASA SEWP V among authorized resellers of the required brand name hardware and maintenance support. 9. Other Facts: None.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fda166f9fbc6873e875d02f14f02e877)
- Document(s)
- Attachment
- File Name: NNG15SD34B VA118-17-F-2082 NNG15SD34B VA118-17-F-2082_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3608869&FileName=NNG15SD34B-032.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3608869&FileName=NNG15SD34B-032.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: NNG15SD34B VA118-17-F-2082 NNG15SD34B VA118-17-F-2082_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3608869&FileName=NNG15SD34B-032.docx)
- Record
- SN04556350-W 20170625/170623235226-fda166f9fbc6873e875d02f14f02e877 (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 |