DOCUMENT
D -- VOIP for Jacksonville OPC Activation - Attachment
- Notice Date
- 8/16/2012
- Notice Type
- Attachment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
- ZIP Code
- 07724
- Archive Date
- 11/15/2012
- Point of Contact
- Joshua Cohen
- E-Mail Address
-
8-5447<br
- Small Business Set-Aside
- N/A
- Award Number
- NNG07DA26B
- Award Date
- 8/8/2012
- Description
- JUSTIFICATION AND APPROVAL FOR AN EXCEPTION TO FAIR OPPORTUNITY 1.Contracting Activity: Department of Veterans Affairs Office of Acquisition Operations Technology Acquisition Center 260 Industrial Way West Eatontown, NJ 07724 2. Description of Action: The proposed action is for a Firm-Fixed-Price Delivery Order (DO) issued under the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) IV Government Wide Acquisition Contract (GWAC) for the purchase and installation of a Cisco Unified Communications Manger (CUCM) Voice over Internet Protocol (VoIP) Voice System (VS) in the newly constructed Jacksonville Outpatient Clinic (OPC) at the North Florida South Georgia Veterans Health System (NF/SG VHS) 1536 N. Jefferson St., Jacksonville, Florida location. The hardware will be delivered 30 days after award of the DO and the period of performance for the installation will be from date of DO award to August 31, 2012. 3. Description of Supplies or Services: The proposed action is for the purchase and installation of a CUCM VoIP VS consisting of 450 VoIP desk phones, 50 wireless phones, 120 analog phones, auto-attendant, voicemail, and a 30-agent call center, which will be integrated into the existing VoIP system used in the NF/SG VHS via Cisco's proprietary Enhanced Interior Gateway Routing Protocol (EIGRP). This Cisco wireless system provides mobile clinical application communications, via the EIGRP, between the state-of-the-art Med Cart patient prescription administration (a part of the Dukane Nurse Call system), wireless patient records, medical report reviews by clinicians at patient bedside, and patient-attached medical instrumentation equipment. Procuring a Jacksonville OPC CUCM VoIP VS composed of FIPS 140-2 compliant wireless IP and IP desktop instruments, as well as analog instruments for patient and fax/modem applications, offers a significant technological advance in providing integrated patient services compared to a standard PBX system. Clinical and nurse staff will have campus wide call availability using secure communications and patient attached monitoring equipment alerts will be transmitted directly through the gateway real time to Cisco wireless instruments carried by nurse and clinical staff, providing shorter response times and allowing immediate consultations as needed. The new system will be an expansion of the existing VoIP system and interconnected via the Cisco EIGRP proprietary internet protocol. The total estimated price for this effort is $XXXX. 4. Statutory Authority: The statutory authority permitting an exception to fair opportunity is Section 41 U.S.C. 4106(c) as implemented by FAR Subpart 16.505(b)(2)(i)(B), 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 extensive market research, as described in paragraph eight (8) of this document, it was determined that limited competition is available among authorized resellers for these brand name items. The NF/SG VHS currently uses the CUCM VoIP VS and Wireless Systems which utilize CISCO's proprietary EIGRP in order for the various CISCO components of the system to communicate with each other and to act as a unified system. With the completion of the new Jacksonville OPC, the NF/SG VHS requires the installation and expansion of the CUCM VoIP VS into the new OPC which will interface and be fully interoperable and compatible with the existing CUCM VoIP VS currently used throughout the NF/SG VHS. This expansion will create a campus wide clinical/medical wireless system utilizing facility standard platforms, all requiring the use of Cisco proprietary EIGRP and FIPS 140-2 secure encryption compliancy, as required by VA Directive 6512 and Wireless Security Guideline version 5.3. Since the existing system with which the new system must communicate utilizes EIGRP, any new VoIP system being integrated into the existing system must also utilize the EIGRP in order to be interoperable, compatible, and function within the existing system. Only the required CUCM VoIP VS utilizes the EIGRP allowing it to work with the current CISCO network equipment and it is the only system which is fully interoperable and compatible with the existing VA network infrastructure and the national support system. It will provide and guarantee quality of service (QOS) and is the only CUCM which can provide the required functionality that is interoperable and compatible with the existing CISCO system via the EIGRP, VA's required network protocol. Additionally, only a Cisco reseller can provide the installation services. Any source must have access to Cisco's proprietary technical data in order to properly install the CUCM VoIP VS which only Cisco and its resellers possess. 6. Efforts to Obtain Competition: Market research was conducted, details of which are in the market research section of this document. This effort did not yield any additional sources that can meet VA's requirements. Accordingly, this justification will be submitted to all four (4) NASA SEWP IV GWAC contract groups in order to fully notify all interested parties. Any quotes received will be evaluated. Furthermore, in accordance with FAR 5.301 and 16.505(b)(2)(D)(1)(i), this action will be synopsized at award on the Federal Business Opportunities Page and the justification will be made publicly available. 7. Actions to Increase Competition: The Government will continue to conduct market research to ascertain if there are changes in the market place that would enable future actions to be competed. 8. Market Research: In February 2012, the Government's technical experts evaluated two (2) FIPS 140-2 compliant wireless applications, Cisco and Vocera by visiting sites with installed application systems as well as reviewing the technical specifications for each system. The Vocera application did not provide required functionality as it is not a phone; it is an intercom system and will not allow users to make phone calls, a requirement of this system. Additionally, it is not interoperable or compatible via the EIGRP with the overarching system which spans the NF/SG VHS. The market research determined that only the CUCM VoIP VS was capable of providing the required functionality and is interoperable and compatible with the existing system. Since market research indicates that there multiple small business contract holders capable of providing the required hardware, a Request for Quote will be submitted to Groups B and C on the NASA SEWP IV GWAC; all proposals received will be evaluated and eligible for award. 9. Other Facts: N/A 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. XXXXDate: ______________________ Telecom IT SpecialistSignature: ______________________ 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 competition. Additionally, the prices on the NASA SEWP contracts have already been determined fair and reasonable. Finally, the successful quote will be compared to the Independent Government Cost Estimate. XXXXDate: ______________________ Procuring Contracting OfficerSignature: ______________________ 12. Procuring Contracting Officer Certification: I certify that this justification is accurate and complete to the best of my knowledge and belief. XXXXDate: ______________________ Procuring Contracting OfficerSignature: ______________________ 13. Legal Sufficiency Certification: I have reviewed this justification and find it adequate to support an exception to fair opportunity and deem it legally sufficient. XXXX Date: ______________________ Legal CounselSignature: ______________________ Approval In my role as Contracting Activity Competition Advocate, based on the foregoing justification, I hereby approve a Firm-Fixed-Price Delivery Order issued under the National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement IV Government Wide Acquisition Contract for the purchase and installation of a Cisco Unified Communications Manger Voice over Internet protocol Voice System in the newly constructed Jacksonville, Outpatient Clinic at the North Florida South Georgia Veterans Health System 1536 N. Jefferson St., Jacksonville, Florida location. This action will be issued as an exception to fair opportunity pursuant to FAR 16.505(b)(2)(i)(B), subject to availability of funds, and provided that the property and services herein described have otherwise been authorized for acquisition. Date: ____________ Signature: _________________________________ XXXX Head of the Contracting Activity
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0e132f0b2277e5d3c310c3d1fbbeef38)
- Document(s)
- Attachment
- File Name: NNG07DA26B VA118-12-F-0365 NNG07DA26B VA118-12-F-0365_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=444392&FileName=NNG07DA26B-005.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=444392&FileName=NNG07DA26B-005.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: NNG07DA26B VA118-12-F-0365 NNG07DA26B VA118-12-F-0365_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=444392&FileName=NNG07DA26B-005.doc)
- Record
- SN02842543-W 20120818/120816235936-0e132f0b2277e5d3c310c3d1fbbeef38 (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 |