SPECIAL NOTICE
99 -- Annual software maintenance
- Notice Date
- 2/23/2012
- Notice Type
- Special Notice
- Contracting Office
- DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
- ZIP Code
- 80225
- Archive Date
- 2/22/2013
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION[02/17/2012] [Syclo SMART Software Support Renewal]AtWashington, DC As required by Federal Acquisition Regulation (FAR) 6.3, authority is herein requested to contract on a sole source basis for Syclo SMART software maintenance and technical support renewal] for the Park Facility Management Division (PFMD) in support of National Park Service Facility Management Software System (FMSS). In accordance with 41 U.S.C. 253(c), this justification is submitted to request award of a contract to Triad Technology Partners of Bethesda, MD, for Syclo SMART software maintenance renewal. As specified by FAR 6.303-2, Content, the following are the facts and rationale to justify the use of the specific authority cited. (1)Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for other than Full and Open Competition." The agency is the U.S. Department of the Interior acting through the National Park Service, PFMD. The Contracting activity is the National Park Service WASO-WCP. This document is a Justification for other than Full and Open Competition. (2)Nature and/or description of the action being approved. Software support and maintenance renewal needed to operate and maintain the NPSMobile Computerized Maintenance Management System (CMMS) known as FMSS(MAXIMO) to meet the needs of the National Park Service. (3)Description of the supplies or services required to meet the agency's needs (including the estimated value). The contractor will provide Syclo SMART annual software maintenance and technical support renewal. The estimated cost for this requirement is estimated to be $171,379.17 over a 1-year term. (4)An identification of the statutory authority permitting other than full and open competition. FAR 6.302-1(c) (5)A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. A search of GSA Advantage was done and Triad Technology Partners was the only GSA source for the products. (6)A 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. N/A (7)A determination by the contacting officer that the anticipated cost to the Government will be fair and reasonable. It is anticipated that the basis for determining fair and reasonable pricing will be to compare it to the independent government estimate and a comparison to similar services. (8)A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. A search of GSA Advantage was done and Triad Technology Partners was the only GSA source for the products. (9)Any other facts supporting the use of other than full and open competition. N/A (10)A listing of the sources, if any that expressed, in writing, an interest in the acquisition. None (11)A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. None (12)Contracting Officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. As the approving Contracting Officer, I hereby certify that this justification is accurate and complete to the best of my knowledge and belief. Jennifer D. Dansby Contracting Officer Date:__________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a93d54e27841bc8fb7ba7c924e775424)
- Record
- SN02681020-W 20120225/120223234231-a93d54e27841bc8fb7ba7c924e775424 (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 |