DOCUMENT
70 -- Veritas Software Software Licenses and software maintenance - Justification and Approval (J&A)
- Notice Date
- 8/14/2009
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of Veterans Affairs, VA Center for Acquisition Innovation (Austin), VA CAI Austin, Department of Veterans Affairs;Center for Acquisition Innovation-Austin;1615 Woodward Street;Austin TX 78772
- ZIP Code
- 78772
- Solicitation Number
- VA-798A-09-RQ-0271
- Archive Date
- 8/24/2009
- Point of Contact
- Mark ShumakeContracting Officer(512) 326-6029<br />
- E-Mail Address
-
Contracting Officer
(mark.shumake@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Subject: Special Notice, Veritas Software Licenses and Maintenance It is the intent of the Government to purchase Veritas software licenses and support maintenance using the VA Austin Automation Center Enterprise System (AACES) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The Statement of Work will be provided in the solicitation. The successful offeror shall provide licenses and support maintenance for the software, which is described below, in a subsequent solicitation issued by the Department of Veterans Affairs Center for Acquisition Innovation - Austin located at 1615 Woodward Street, Austin, TX 78772. The solicitation will only be available to the AACES contract holder. Comments are due on or before August 21, 2009. Sincerely, Mark ShumakeContracting Officer(512) 326-6029Email: mark.shumake@va.gov VETERANS AFFAIRS VERITAS SOFTWARE AND MAINTENANCEACQUISITION BRAND NAME JUSTIFICATION(Federal Acquisition Regulation 6.302-1(c)) 1.Identification of the Agency and Contracting Activity:Requesting Activity:Department of Veterans AffairsAustin Information Technology Center (200/329)1615 Woodward StreetAustin, Texas 78741Contracting Activity:Department of Veterans AffairsCenter for Acquisition Innovation-Austin (798A/0010A)1615 Woodward StreetAustin, TX 787412.Nature and/or description of the action being approved: The purpose of this action is to procure the following items for delivery to the VA Austin Information Technology Center: "Veritas NetBackup Enterprise Client - 18 each licenses "Veritas Backup Reporter - 18 each licenses "Veritas Foundation Enterprise HA - 18 each licenses All products include one year of software maintenance. 3.Description of the supplies or services required to meet the agency's needs (including the estimated value):The Department of Veterans Affairs (VA), Office of Information and Technology (OI&T), Corporate Data Center Operations (CDCO), Austin Information Technology Center (AITC) is seeking to purchase the hardware, software and software maintenance to support an Enterprise FileNet P8 environment for the Veterans Benefits Administration (VBA). This new environment will be home to applications like The Image Management System (TIMS), Veterans Online Application System (VONAPP), and the entire Paperless suite of products. The goal of this project is to establish a VBA Enterprise FileNet P8 (Imaging) environment to reside in the three CDCO datacenters in a load balanced High Availability (HA) configuration. The new environment will mirror the existing VBA Enterprise WebLogic environment in design. The long term objective of Veteran Paperless experience will require a document imaging repository and image management process. This goal, along with seamless Web access to Veteran's applications, require the implementation of this proposed solution. The solution includes servers and various software applications as well as software maintenance. The estimated value of the Veritas software applications and associated maintenance is $468,659.52. 4.Statutory Authority Permitting Other Than Full and Open Competition: This acquisition is conducted under the authority of Federal Acquisition Regulation (FAR) 11.105, Items Peculiar to One Manufacturer and 6.302-1(c), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This is not a sole source justification; rather it is a justification to permit other than full and open competition due to a brand name requirement. 5.Demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited:VBA has used FileNet software as their Image processing tool and repository for many years and is currently in use for applications including Virtual VA, and Loan Guarantee Program (LGY). Several new projects including VONAPP, TIMS, and Paperless are targeting the use of the latest version of FileNet / P8 as their Imaging tool / repository. As the projects for upgrading of old applications and the development of new applications began, it soon became apparent that VBA should move toward an "Enterprise FileNet P8" solution, and avoid stove-piping solutions for each individual project. A team was assembled, and a recommendation for a hardware and software architecture was born. The FileNet P8 architecture will mirror the current VBA Enterprise WebLogic environment. Currently, VA has a Development platform operational at AITC as part of this environment. The procurement consists of hardware that will be load balanced through the existing F5 VBA Corporate Web Environment (WBT) load balancers in a HA configuration. The architectural design is scalable and has the capacity to handle initial workload estimates. The current architecture can only be supported by the existing software that is utilized by the servers. The return on investment in upgrading this process to include all identified applications will provide savings over the long term. This would eliminate the need to procure equipment for each of the new initiatives and provide better server management by establishing a shared environment with like systems for both production and pre-production. All hardware and software is compatible with the existing update process and patch processes. The benefits of procuring a COTS product that interfaces with the current VBA WebLogic system far outweighs software development of the same requirement. Although, there is an annual maintenance expense, the time and cost to develop and update an equivalent requirement is costlier and riskier. 6.Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies:This requirement will be solicited under the Austin Automation Center Enterprise System (AACES) Indefinite Delivery/Indefinite Quantity (IDIQ) V200P-909 contract. The existing server environment operates using the software specified in this document. Additional software licenses are required for the additional servers that will be utilized to implement the new environment. The AACESS contract offers the software at discounted prices based on open market competition of the IDIQ contract. A pre-solicitation notice is published on FedBizOpps in accordance with FAR subpart 5.2. A postaward notice will also be published within 14 days of award as required under FAR 5.301(d). 7.Determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable:Pricing has already been determined as fair and reasonable based on competition held under the IDIQ contract, as prescribed in FAR 16.505 (b)(3). 8.Description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted:Market Research was conducted on the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurements (SEWP) IV portal. Currently, at least 30 SEWP contractors offer Veritas software on their SEWP contracts. However, all SEWP contractors would be required to purchase the products from the original manufacturer, Symantec, Inc. 9.Other facts supporting the use of other than full and open competition: There are no additional facts in support of this justification.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3219930dff3ba8055b8abd1cb749e868)
- Document(s)
- Justification and Approval (J&A)
- File Name: VA-798A-09-RQ-0271 VA-798A-09-RQ-0271.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=67333&FileName=VA-798A-09-RQ-0271-000.DOC)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=67333&FileName=VA-798A-09-RQ-0271-000.DOC
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-798A-09-RQ-0271 VA-798A-09-RQ-0271.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=67333&FileName=VA-798A-09-RQ-0271-000.DOC)
- Record
- SN01912867-W 20090816/090815003146-3219930dff3ba8055b8abd1cb749e868 (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 |