SOLICITATION NOTICE
70 -- Maintenance Renewal for F5 BIG-IP Local Traffic Manager - J&A
- Notice Date
- 7/29/2011
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
- ZIP Code
- 20755-0549
- Solicitation Number
- DCCMC15091
- Archive Date
- 8/27/2011
- Point of Contact
- Nichole C. Cabral, Phone: 3102254055, Michael D. Jackson, Phone: 3012254063
- E-Mail Address
-
Nichole.Cabral@disa.mil, michael.jackson2@disa.mil
(Nichole.Cabral@disa.mil, michael.jackson2@disa.mil)
- Small Business Set-Aside
- N/A
- Award Number
- HC1047-11-P-4197
- Award Date
- 7/28/2011
- Description
- J&A Originator's Code: CC5 Purchase Request Number: JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Limited Source/Brand Name Upon the basis of the following justification, I, as the Contracting Officer, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c)(1). JUSTIFICATION 1. Agency and Contracting Activity: Requiring Agency: Defense Information Systems Agency PEO-C2C, CC5 Ft. Meade, MD 20755-7090 Contracting: Defense Information Systems Agency Fort Meade, MD 20755 2. NATURE/DESCRIPTION OF ACTION(S): (FAR 6.303-2(a) (2)). Procurement of maintenance renewal for existing F5 BIG-IP software maintenance in support of the C2 Systems Engineering & Integration Division for the Program Executive Office Command and Control Capabilities (PEO C2C). This will be a firm fixed price acquisition for F5 BIG-IP maintenance support. This action is limited to a specific renewal maintenance support. 3. Description of Supplies/Services: (FAR 6.303-2(a) (3)). This requirement entails the procurement of maintenance renewal for existing F5 BIG-IP maintenance support. This software is an integral part of numerous C2 SE&I efforts. The total estimated cost of the proposed acquisition is $XX,XXX.XX using FY11 O&MN funds. The initial procurment was awarded 13 May 2009. 4. Identification of Statutory Authority: Open Market: Acquisition using other than full and open competition under the authority of 10 U.S.C2304(c)(1), and the regulatory authority is FAR 6.302-1. 5. DEMONSTRATION OF CONTRACTOR'S UNIQUE QUALIFICATIONS: The software licenses are critical components in ensuring the success of the program and expired 6 April 2010. The purpose of C2 SE&I is to provide technical leadership and support for the accomplishment of systems engineering and integration (SE&I) activities for DISA's internal/external Joint Command and Control (C2) roles to include: architecture, requirements analysis, functional analysis, integration, SE Process, technical/design reviews, configuration management, information assurance, testing, technical experiments/investigations, and capability deployment in support of the PEO C2C efforts to deliver continuous C2 enhancements to the Warfighter. The BIG-IP Local Traffic Manager (F5-BIG-LTM-6400-4GB-RS - F5 BIG-IP Local Traffic Manager 6400 v9 - load balancing device) is an application traffic management system that provides an intelligent and adaptable solution to secure, optimize and deliver applications. The system features a set of unified application infrastructure services that deliver total control, vision and flexibility into application security, performance and delivery. F5 Networks BIG-IP Switch: Local Traffic Manager 6900 8GB FIPS (Max TPS) - Application Intelligence and Control - delivers complete application fluency-enabling network-speed full payload inspection and programmable event-based traffic management to understand and act upon application flows. If this support is not acquired we will not be able to ensure that the PEO's Joint C2 Initiatives and supported programs (e.g., JPES and GCCS-J) will be able to continue to field militarily-useful, well-integrated, interoperable, and performant capabilities to the Warfighter. This software license maintenance renewal will continue to provide the C2 SE&I with the software capability needed to ensure that the PEO's Joint C2 Initiatives and supported programs (e.g., JPES and GCCS-J) continue to field militarily-useful, well-integrated, interoperable, and performant capabilities to the Warfighter. Without the required F5 licenses/support we can not balance the work load among multiple servers and the degradation of performance will be experienced among the user community. 6. FEDBIZOPPS ANNOUNCEMENT/POTENTIAL SOURCES: The F5 BIG-IP maintenance renewal will be purchased directly from F5 authorized resllers. Synopsis is not required IAW FAR 5.202(a)(10), proposed contract action is made under conditions described in 6.302-5(a)(2)(ii) with regard to brand name commercial items for authorized resale, and advance notice is not appropriate or reasonable. 7. DETERMINATION OF FAIR AND REASONABLE COST: (FAR 6.303-2(a) (7)). The Contracting Officer will make a determination that the anticipated cost for this acquisition is fair and reasonable, using anticipated quotes to be received, market research, and a comparison of the Independent Government Cost Estimate (IGCE) with that found reasonable for the same or similar services. As there are multiple authorized resellers of this Brand Name, we request fair and open competition between the resellers. As the software is manufactured by F5 the best value determination will be lowest cost technically acceptable. 8. MARKET RESEARCH: (FAR 6.303-2(a) (8)). Market research was conducted to determine the availability of commercial resellers, The F5 Networks, Inc. website provided a list of eleven (11) authorized reseller and "Global Unity Partners," each business is a large business. The list of large businesses included: Cable and Wireless, Datacraft Asia Ltd. Dell, EDS, Enterasys Ericsson, Hewlett Packard, IBM, Nokia Siemens Networks, Siemens, T-Systems. On 28 June 2011, a sources sought notice was forwarded to F5 Networks, Inc. requesting a list of small business authorized-resellers, capable of meeting the government requirement. In response to the governments sources sought request, a list of three (3) small businesses were provided: two of the three compaines were Service Disabled Veteran Owned Small Businesses and as such IAW FAR 19.1405 (b) this acquisition will be a SDVOSB set aside. 9. ANY OTHER SUPPORTING FACTS: (FAR 6.303-2(a) (9)). N/A 10. LISTING OF INTERESTED SOURCES: (FAR 6.303-2(a) (10)). 11. ACTIONS TAKEN TO REMOVE BARRIERS TO COMPEITION: (FAR 6.303-2(a) (11)). The original contract, was awarded by DITCO-NCR on 13 May 2009. It was awarded as an 8a small business set aside under NAICS code 432430. The support expired on 6 April 2010. The PMO anticipates paying reinstatement fees to cover the lapsed time. 12. Statement of Period of Performance and/or Delivery Schedule: (DARS 6.303-2(a) (S-90)). The period of performance will be 30 days after contract award. 13. REFERENCE TO THE APPROVED ACQUISITION PLAN (AP) PROGRAM PLAN (PP): Not applicable, the estimated total falls below the threshold required for the preparation of an Acquisition Plan.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/DCCMC15091/listing.html)
- Place of Performance
- Address: Fort Meade, Maryland, 20755, United States
- Zip Code: 20755
- Record
- SN02516104-W 20110731/110729235656-9839bc2c0c62ad8c878399d04aec7da3 (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 |