SPECIAL NOTICE
D -- Notice of Intent to Award to One Source
- Notice Date
- 2/10/2009
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Veterans Affairs, VA Center for Acquisition Innovation (Austin), VA CAI Austin, Department of Veterans Affairs;Center for Acquisition Innovation-Austin;IT Acquisition Center (200/00D);1615 Woodward Street;Austin TX 78772
- ZIP Code
- 78772
- Archive Date
- 2/20/2009
- Point of Contact
- Angela DerenContract Specialist<br />
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to Award to One Source The VA intends to award a sole-source task order to EDGE Systems, Inc. off of their GSA schedule for annual software maintenance and database support for the VAs TIMS system, which uses the IMEDGE software product, for a 1-year base plus four 1-year options. POC for this requirement is Angela Deren 512-326-6662, e-mail Angela.Deren@va.gov The GSA Limited Sources Justification follows: LIMITED SOURCE JUSTIFICATION FOR FEDERAL SUPPLY SCHEDULE ORDERS FAR 8.405-6(b)(1) 1. Contracting Activity Department of Veterans Affairs IT Acquisition Center (200/00D) Center for Acquisition Innovation-Austin 1615 Woodward Street Austin, TX 78772 2. Nature of Action Being Approved: This acquisition will be a firm, fixed price task order for the Technical and Database Support and Software Maintenance for the Image Management System (TIMS). The period of performance is a base year, commencing on the date of award, plus four 12-month option periods. The estimated cost of the base year is $266,234.00. The total estimated cost of the contract is $1,375,634.00. 3. Description of Supplies or Service: This acquisition is for the purchase of technical support and maintenance services for the database support for TIMS. TIMS is a critical application that supports the processing of Education benefits. These benefits are administered at four RPOs: Atlanta, GA; Buffalo, NY; Muskogee, OK; and St. Louis, MO. A fifth system is maintained at the Hines ITC for training, and testing & development (T&D). 4. Identification of the Justification Rationale: VA has developed a sole source environment by contracting with EDGE Systems to use their proprietary software that was developed to run TIMS. Edge Systems, Inc., using their IMEDGE product, developed TIMS in FY 96 at the request of and for the use of the VA. In 1999 TIMS was redeveloped into a 32-bit architecture for process improvements. Since that time, maintenance contracts have been awarded on a sole-source basis in order to keep the software and hardware updated because only EDGE systems can maintain their software. Data contained in TIMS is the property of VA, however, the software that is owned by EDGE, is the only means by which to access this data. It is necessary to keep the software maintained to keep it updated and functioning properly. In the event this contract is not awarded, the system will not be available for the VBAs use to access the data. As a result, claims processing will cease due to the inability to access the data, preventing benefit payments to veterans and dependents. 5. Best Value Determination: This procurement is for a firm fixed price award. GSA has already determined the prices of supplies and fixed-price services, and rates for services offered at hourly rates, under schedule contracts to be fair and reasonable. Therefore, a separate determination of fair and reasonable pricing is not necessary, except for a price evaluation as required by FAR 8.405-2(d). By placing an order against a schedule contract using the procedures in 8.405, the VA contracting office has concluded that the order represents the best value (as defined in FAR 2.101) and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Governments needs. Although GSA has already negotiated fair and reasonable pricing, the VA contracting office will seek additional discounts before placing an order (see 8.405-4). 6. Description of Market Research: No efforts were made to solicit other offerors. The VA has developed a proprietary environment by allowing one contractor to do the work in support of TIMS using their proprietary software. Choosing another vendor would result in a risk to the integrity of the data, duplication of effort, a significant learning curve, and delay in deliverable of products in a timely manner. The proposed vendor is available on GSA schedule. 7. Other Supporting Data: The last maintenance contract that was awarded for this effort was 101-Y47027, with a period of performance of October 1, 2003 thru March 30, 2009. 8. Future barriers to competition: This is a follow on contract for one year, with four 12-month option periods to provide continued maintenance support, until the replacement software system can be developed and deployed. A new software system is being developed at this time. It is understood that the proper contract clauses will be included in the new procurement so that the VA will not be put into this type of non-competitive situation again.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=83c34ba1961b442d17a556cdb4ecb361&tab=core&_cview=1)
- Record
- SN01747414-W 20090212/090210215534-83c34ba1961b442d17a556cdb4ecb361 (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 |