SOLICITATION NOTICE
D -- ARCHIVALWARE MAINTENANCE
- Notice Date
- 10/2/2014
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- National Labor Relations Board, Division of Administration, Acquisitions Management Branch, 1099 14th Street, N.W., Washington, District of Columbia, 20570, United States
- ZIP Code
- 20570
- Archive Date
- 10/31/2014
- Point of Contact
- Douglas S. Wolf, Phone: 202-273-4218
- E-Mail Address
-
doug.wolf@nlrb.gov
(doug.wolf@nlrb.gov)
- Small Business Set-Aside
- N/A
- Award Number
- NLR63319915P0017
- Award Date
- 10/1/2014
- Description
- JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION In accordance with FAR 6.303, each Justification for Other Than Full and Open Competition shall contain sufficient facts and rationale to justify the use of the specific author ity cited As a minimum, each justification shall include the following infoi illation, and be approved in accordance with FAR 6.304 (I) Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for other than full and open competition " National Labor Relations Board Office of the Chief Information Officer (OCIO) 1099 141h Street NW Washington, DC 20005 (2) Nature and/or description of the action being approved. This is a limited source requirement to continue the maintenance and technical support of ArchivalWare 'Digital Library. PTFS has been determined to be the only source capable of providing this service. The NLRB selected this product in a GSA MAS competition as the best solution. It remains the best solution and as such has had follow-on task orders placed for several years. (3) A description of the supplies or services required to meet the agency's needs (including the estimated value) This is a limited source requirement to continue the maintenance and technical support of ArchivalWare Digital Library PTFS has been determined to be the only source capable of providing this service. The NLRB selected this product in a GSA MAS competition as the best solution. It remains the best solution and as such has had follow-on task orders placed for several years. This requirement has been thoroughly reviewed and this FPTS software solution remains the Best Value for the NLRB. CLINff PTTK-300: ArchivalWare Software Maintenance & Services for 200 User Concurrent licenses with editor module for ArchivalWare. Services include comprehensive telephone support (8:30 AM - 5:30 PM EST) and software upgrades for production server. The cost is estimated at $34,500. (4) The Statutory Authority cited FAR Clause 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirement. (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited PTFS is the manufacturer of the ArchivalWare product and the only source with the capability to customize the product to meet our requirements They are the only source that can provide software maintenance and technical support for this proprietary software This is a follow-on order to an action competed in FY-2011 on GSA MAS Schedule in which PTFS, Inc was determined the best software solution. (6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice will be publicized as required by Subpart 5.2 and, if not which exception under 5.202 applies. For the prior two fiscal years this requirement was advertised on GSA E-Buy and awarded to the vendor as the only quoter. The vendor has now provided a sole source statement A notice will be publicized on the Gvernment Point of Entry, FedbizOpps on 10/1/2014 for thirty days pursuant to Subpart 5.2. THOMAS POJETA Digitally signed by THOMAS POJETA DN c=US, o=U S. Government, ou=National Labor Relations Board, cn=THOMAS POJETA, 0 9 2342 19200300 100.1 1=63001001471498 Date 2014 09 24 13 06 39 -0400' Signature, Contr ng Officer (7) A determination that the anticipated cost to the Government will be fair and reasonable The Contracting Officer has determined that the anticipated cost will be fair and reasonable to the Government based upon the current services being provided to The National Labor Relations Board. (8) A description of the market research conducted (see Pal t 10) and the results or a statement of the reason market research was not conducted. The contracting officer conducted market research and found no information to justify competing on GSA E-Buy under Subpart 8 5 as a follow on order to a previously competed action that awarded this requirement to this GSA vendor. (9) Any other facts supporting the use of other than full and open competition (See 6.303- 2(9)(i)(ii)(iii): None (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None (II) 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 No further action is being taken at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0c51baf2167570adfc0220eb853f6c48)
- Place of Performance
- Address: WASHINGTON, District of Columbia, 20005, United States
- Zip Code: 20005
- Zip Code: 20005
- Record
- SN03541649-W 20141004/141002235507-0c51baf2167570adfc0220eb853f6c48 (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 |