DOCUMENT
D -- FPO CPAC Data Center Resources Upgrade - Attachment
- Notice Date
- 6/25/2013
- 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
- Solicitation Number
- VA11813Q0291
- Archive Date
- 10/1/2013
- Point of Contact
- Cara DiNocera
- Small Business Set-Aside
- N/A
- Award Number
- NNG07DA22B VA118-13-F-0232
- Award Date
- 6/24/2013
- Awardee
- BLUE TECH INC.;2251 SAN DIEGO AVE STE B155;SAN DIEGO;CA;921102930
- Award Amount
- $190,710.35
- Description
- JUSTIFICATION AND APPROVAL FOR EXCEPTION TO FAIR OPPORTUNITY 1. Contracting Activity: Department of Veterans Affairs Office of Acquisition Operations Technology Acquisition Center 260 Industrial Way West Eatontown, New Jersey 07724 2. Description of Action: This proposed action is for a firm-fixed price delivery order issued under the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) IV Government-Wide Acquisition Contract (GWAC), 32 1-CPU VMware brand vCloud Standard software perpetual licenses, and twelve months of software maintenance support including version upgrades for each license procured. The Department of Veterans Affairs (VA), Veterans Health Administration (VHA) Chief Business Office (CBO) Consolidated Patient Account Center (CPAC) requires software that can scale and integrate with existing VMware infrastructure and which must work with VA's existing VMware Virtual Center (vCenter) servers. These VMware software licenses will be integrated into an existing infrastructure which supports various VA Business Units and missions, agency-wide. This will further enhance Continuity of Operation (COOP) capabilities to ensure that the Business Units' information will be available to them and their customers in the event of a computer outage at the primary sites. 3. Description of Supplies or Services: The proposed action is for a quantity of 32 each 1-CPU VMware vCloud Standard software perpetual licenses and software technical support including version upgrades for each license procured. The software is used as a hypervisor to virtualize physical hardware and present it to multiple virtual guest operating systems. A one-year maintenance agreement for version updates, 24/7 telephone support and website support is also required. The maintenance services will not be required after one year, because OIT's Technology Management Lifecycle Manager plans to have an Enterprise-Wide agreement in place in 2014 which will include these software support services. The total estimated price for this procurement is $ 4. Statutory Authority: The statutory authority permitting an exception to fair opportunity is Section 41 U.S.C. 4106(c), as implemented by the Federal Acquisition Regulation (FAR) Subpart 16.505(b)(2)(i)(B), entitled "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 8 of this document, it was determined that limited competition is available among authorized resellers for this brand name item. VMware brand name software is the only software that can continue to build upon VA's existing VMware based infrastructure in use at the CPACs. No other brand name software will be interoperable or compatible with the fielded VMware-based infrastructure. Specifically, the current system and software communicates through a source code to provide virtual server hosting and enable disaster recovery based on VMware proprietary data. No other software can provide this communication capability without this source code. VA has a significant investment in the current infrastructure, which supports over 100,000 Business Unit customers. VMware is the sole manufacturer of the VMware software required. VMware vCenter servers are already in place at the two locations identified for this requirement. Introduction of any other software tool would negatively impact the standard model due to the proprietary code used by VMware. VMware Site Recovery Manager application is leveraged as the Field Program offices (FPOs) standard for high availability between geographic locations and is software that is only compatible with a VMware infrastructure. Transition to another hypervisor would require a significant investment including training, implementation, and additional software support diminishing the Government's return on investment. The addition of any non-VMware software to the existing infrastructure would require an additional certification process which would add significant time and cost to the requirement. 6. Efforts to Obtain Competition: Market research was conducted, details of which are in the market research section of this document. In accordance with FAR 5.202(a)(6), this effort is exempt from pre-award synopsis since the proposed contract action is an order placed under an existing Indefinite Delivery/Indefinite Quantity contract. 7. Actions to Increase Competition: In order to remove or overcome barriers to competition in future acquisitions for this requirement, the Government will continue to perform market research to determine if there are any products available that will enable future requirements to be competed. 8. Market Research: Market research was conducted by the government's technical expert during February 2013. Virtualization solutions from Microsoft and Citrix were reviewed for compatibility with the existing virtual infrastructure, and were found to be unsupported for integration. Neither was found to be compatible with the current VMware virtualization infrastructure used on VA Business Units' networks. The reviewed products would not allow a non-intrusive integration without requiring a complete redesign, including recertification, training, software, licensing, and documentation efforts. The resources and time needed to complete those activities would be cost prohibitive to VA. On May 9, 2013, Request for Information (RFI) #156378 was posted to the NASA SEWP IV GWAC website to determine if any contract holders could provide the required software perpetual licenses, and twelve months of maintenance support. The RFI closed on May 14, 2013 and yielded ten responses; three in Group A (Value Added Resellers), one in Group B (Service Disabled Veteran Owned Small Business (SDVOSB), three in Group C (Small Business), and three in Group D (Value Added Resellers). Since there is adequate competition among small business, quotes will only be solicited and evaluated from Groups B and C. 9. Other Facts: Not Applicable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/84f08d255746310ade27608fe39ffff9)
- Document(s)
- Attachment
- File Name: NNG07DA22B VA118-13-F-0232 NNG07DA22B VA118-13-F-0232_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=833549&FileName=NNG07DA22B-012.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=833549&FileName=NNG07DA22B-012.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: NNG07DA22B VA118-13-F-0232 NNG07DA22B VA118-13-F-0232_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=833549&FileName=NNG07DA22B-012.docx)
- Record
- SN03098826-W 20130627/130625234851-84f08d255746310ade27608fe39ffff9 (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 |