DOCUMENT
R -- MBMS Phase 2 Software - Attachment
- Notice Date
- 8/29/2018
- 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
- 36C10B18Q3063
- Archive Date
- 10/27/2018
- Point of Contact
- Joseph.Pignataro@va.gov
- Small Business Set-Aside
- N/A
- Award Number
- NNG15SD25B 36C10B18F2865
- Award Date
- 8/28/2018
- Awardee
- THREE WIRE SYSTEMS, LLC;3130 FAIRVIEW PARK DR STE 425;FALLS CHURCH;VA;22042
- Award Amount
- $390,540.55
- Description
- MBMS Phase 2 Software Control Number TAC-18-51710 4 Control Number TAC-18-51710 JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY 1. Contracting Activity: Department of Veterans Affairs (VA) Office of Procurement, Acquisition and Logistics 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), for brand name Red Hat OpenShift Container Platform software license subscriptions and associated maintenance support. 3. Description of Supplies or Services: VA Office of Information and Technology (OIT), Enterprise Program Management Office (EPMO), Benefits, Appeals, and Memorials (BAM) Portfolio, Memorial Affairs Program (MAP), Memorial Benefits Management System (MBMS) has a requirement for one brand name Red Hat OpenShift Container Platform software license with Application Services Core Premium (64 cores/128 vcpus), two Red Hat OpenShift Container Platform software licenses with Application Services Core Premium (16 cores/32 vcpus), and 10 Red Hat OpenShift with Container software licenses with Native Storage Premium (64 core). OpenShift is a development container management technology allowing developers to scale the RedHat Linux database in use within the MBMS project more efficiently and cost effectively than using VMware technology. OpenShift allows VA developers to deploy and manage Docker containers in production at scale. OpenShift is also one of the required components of the Software Architecture for the VA Enterprise Operations Cloud Expansion Project and provides developer operations focused Platform-As-A-Service for new rapid application development and production support. Additionally, OIT EPMO BAM MAP MBMS requires OpenShift platform maintenance which includes ongoing delivery of patches, bug fixes, updates, and upgrades along with 24/7 technical support for new and existing Red Hat OpenShift Container Platform software licenses. The period of performance is 12 months from date of award. The total estimated price of the proposed action is 4. Statutory Authority: The statutory authority permitting this 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 further described in Section 8 in this justification, VA has determined that limited competition is available among Red Hat authorized resellers for the required license subscriptions and maintenance services. The MBMS project is leveraging containerization technologies in an effort to create efficient, scalable, cloud ready applications for Memorial system development and modernization. OpenShift is the only software solution, due to its enterprise support availability, that is interoperable with Red Hat tools and platforms already in use in VA enterprise solutions, and is the natural alignment to the MBMS solution. Further, because the MBMS software is being developed specifically targeting the Government Cloud, a need for a software toolset that is cloud provider agnostic is required. OpenShift software supports both Amazon and Microsoft cloud Infrastructure as a Service models, which VA is already utilizing, and provides VA the ability to transition seamlessly between cloud service providers. Should VA require a move to another cloud service provider in the future, using OpenShift provides product maintenance as well as extensible container platform management. Builds can be run and launched with consistency, allowing VA to overcome challenges currently being experienced with inconsistent environments through the development stack into production environments. Solutions provided by other providers are either tied to individual cloud service providers or are open source software with no maintenance options. Therefore, Red Hat OpenShift software and associated maintenance services is the only suite of products that meets VA s requirements. 6. Efforts to Obtain Competition: Market research was conducted, details of which are in the market research section of this justification. This effort did not yield any additional sources that can meet the Government s requirements. In accordance with FAR 5.301 and 16.505(b)(2)(ii)(D), the resultant delivery order will be synopsized and the justification will be made publicly available on the Federal Business Opportunities Page within 14 days of award of the order. In addition, prior to exercising the option periods, VA will perform market research to ensure market conditions have not changed. 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 fulfill the Government s need. 8. Market Research: Market research was conducted by VA technical experts from December 2017 through June 2018 through extensive internet research regarding Red Hat software to determine if sources other than Red Hat or Red Hat authorized resellers can satisfy the requirement. The Government s technical experts reviewed the only other similar software, Microsoft Azure, which did not have the containerization technology or a cloud agnostic toolset needed for MBMS. OpenShift does have the containerization technology being sought and is cloud agnostic. Based on review of this product, the Government s technical experts determined that no product other than Red Hat OpenShift brand name software can meet the Government s need to leverage containerization technologies to create efficient, scalable, cloud ready applications for Memorials system development and modernization. In July 2018, the Contract Specialist conducted market research to ascertain the extent of limited competition among resellers. Through the use of the Provider Look-up tool on the NASA SEWP V GWAC website, 19 Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) were identified as resellers of the required Red Hat OpenShift license subscriptions and associated maintenance services; therefore, limited competition is anticipated. 9. Other Facts: None. 10. Technical and Requirements Certification: I certify that the supporting data under my cognizance, which are included in this justification, are accurate and complete to the best of my knowledge and belief. Date: ______________________ Program Manager Signature: ______________________ 11. Fair and Reasonable Cost Determination: I hereby determine that the anticipated price to the Government for this contract action will be fair and reasonable based on anticipated competition. Additionally, NASA SEWP V has already determined the prices on contract to be fair and reasonable. Finally, the successful quote will be compared with the Independent Government Cost Estimate. Date: ______________________ Procuring Contracting Officer Signature: ______________________ 12. Procuring Contracting Officer Certification: I certify that this justification is accurate and complete to the best of my knowledge and belief. As this contract action does not exceed $700,000, the certification below required by FAR 16.505(b)(2)(ii)(C)(1) serves as approval. Date: ______________________ Procuring Contracting Officer Signature: ______________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/da4538d3fe0aa8db984a39e3848fbfa7)
- Document(s)
- Attachment
- File Name: NNG15SD25B 36C10B18F2865 NNG15SD25B 36C10B18F2865_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4567687&FileName=NNG15SD25B-049.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4567687&FileName=NNG15SD25B-049.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: NNG15SD25B 36C10B18F2865 NNG15SD25B 36C10B18F2865_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4567687&FileName=NNG15SD25B-049.docx)
- Record
- SN05063522-W 20180831/180829232007-da4538d3fe0aa8db984a39e3848fbfa7 (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 |