Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2014 FBO #4698
SOLICITATION NOTICE

B -- PRISM Implementation

Notice Date
10/3/2014
 
Notice Type
Fair Opportunity / Limited Sources Justification
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-ITAC-IT-2014-203
 
Archive Date
11/2/2014
 
Point of Contact
Jenn Frazier, Phone: 3014966092
 
E-Mail Address
jenn.frazier@nih.gov
(jenn.frazier@nih.gov)
 
Small Business Set-Aside
N/A
 
Award Number
GS-35F-0585J
 
Award Date
9/30/2014
 
Description
General Services Administration Federal Supply Schedule Limited Source Justification "Source Selection Information - see FAR 2.101 and 3.104" 1. Identification of the agency and contracting activity. a. Federal agency and contracting activity. HHS / NIH b. Sponsoring organization. NHLBI / ITAC 2. Nature and/or description of the action being approved. a. Acquisition purpose and objectives. NHLBI Information Technology and Applications Center, (ITAC) along with the Office of Management and Office of Acquisitions, has determined a need to implement the full capabilities of the PRISM tool. The tool has been running in pilot mode for 12 months and the relevant stakeholders have agreed to implement the tool in full production mode. b. Project background. In 2012, ITAC awarded a task order to Booz Allen Hamilton (BAH) to explore the use of an end-to-end acquisition support tool for the NHLBI Office of Acquisitions (OA). During the initial period of performance, BAH provided demos of Compusearch's PRISM in the cloud to OA, conducted site visits to other agencies that use PRISM, and successfully piloted PRISM to OA and its customers. The results were favorable, driving the decision to move the pilot to the implementation phase. 3. Description of the supplies or services required to meet the agency's needs (including the estimated value). a. Project title. PRISM Implementation b. Project description. The contractor shall develop an implementation plan for an end-to-end implementation of the PRISM product for the OA covering simplified acquisitions for products and services, non-R&D and R&D contracts. The contractor shall work with the PRISM Working Group and ITAC to refine requirements gathered in the evaluation phase or pilot phase. The contractor shall accomplish the following: • Cloud environment setup • NBS data migration • NBS clauses import • Authentication (PIV Module Configuration) • Web services financial integration with NBS (Optional) • Support for simplified acquisitions • Support for R&D contracts • Support of non-R&D contracts • Requisitioner Deployment • Requirement type.  Support services (non-reseach & development)  Supplies/equipment X Information technology (IT)  Other (specify): ______________________ • Type of action. X New requirement  Follow-on  Other (specify): ______________________ • Proposed contract/order type.  Firm-fixed-price X Time and materials  Indefinite delivery (specify whether indefinite quantity, definite quantity, or requirements): ___________  Other (specify): ___________ • Acquisition identification number. NHLBI-ITAC-IT-2014-203 c. Total estimated performance/delivery period. The period of performance is September 30, 2014 - March 29, 2016. 4. Identification of the justification rationale [see 8.405-6(a) and (b)] and, if applicable, a demonstration of the proposed contractor's unique qualifications to provide the required supply or service. a. Acquisition authority. FAR 8.405-6(a)(1)(i)(B) Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized. b. Demonstration of the proposed contractor(s) unique qualifications to provide the required supply or service. • Name and address of the proposed contractor(s). Compusearch Software Systems, Inc. 21251 Ridgetop Circle, Suite 100 Dulles, VA 20166 • Nature of the acquisition and proposed contractor(s) unique qualifications. Compusearch is uniquely qualified to support the culmination of analysis, installation of the PRISM software, and any needed customizations. They have developed, installed, and provided support of this software, which is used at many Government installations including NIH. The intimate knowledge of the system, its configuration, and utilization within Government installations allows Compusearch to provide a unique service to NHLBI in efficiently and effectively configuring the system. Their access to knowledge of the future enhancements and architectural constraints uniquely provides NHLBI with an installation of the system that, over the long-term, should require less maintenance and will more easily be upgraded as new releases are made available. PRISM is a patented product by Compusearch and therefore Compusearch is the only source available to provide this software upgrade and service. 5. Description of the market research conducted among schedule holders and the results, or a statement of the reasons market research was not conducted. The NHLBI Office of Acquisitions (OA) has been an active user of the PRISM system to process contract requirements and awards. The PRISM product is proprietary to Compusearch and therefore it is necessary to procure the software product from Compusearch. During the pilot phase of PRISM, the model of a ‘go-between' contractor to manage implementation efforts did not work well for the NHLBI as there were documented performance and communication issues. Knowledge gained from that experience confirmed that it is paramount for the implementation team to have both the ability to customize the software and to provide insight into future enhancements and architectural constraints. This intimate knowledge of the system increases both the efficiency and effectiveness when configuring the system for NHLBI's unique environment. As required by FAR Subpart 5.2, a FedBizOpps pre-solicitation non-competitive (notice of intent) synopsis was posted on July 30, 2014 for 7 days. A response was received from two interested parties, but neither organization could meet all the requirements of the statement of work for PRISM implementation. As a result, it has been determined (and documented) that it is in the best interest of the government to proceed with a single award to Compusearch and provide government staff to manage certain aspects of the implementation. Separating the procurement into separate components (program management and software purchase), as suggested by one vendor, is not in the best interest of the government (as provided in the paragraph above) and could jeopardize successful implementation of PRISM within the timeframe required. 6. Any other facts supporting the justification. For the past 18 months, BAH has piloted the use of Compusearch PRISM in the cloud to provide an end-to-end acquisition support tool for the OA. NHLBI has determined that, given the unique set of skills required to appropriately configure, test, train, and develop procedures for PRISM, using Compusearch for this project is the most cost-effective solution available. 7. Statement of the actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made. a. Removal of barriers to competition. There will be no new need for PRISM implementation, and if at such time as the agency requires a new contracting system, it would be in the best interest of the government to conduct market research and perhaps post an RFI to identify potential system replacements. Given the current investment in the PRISM system, this may not occur for many years.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-ITAC-IT-2014-203/listing.html)
 
Place of Performance
Address: 6705 Rockledge Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03542485-W 20141005/141003235351-86a160f2b79d9fa151de2423883a98a6 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.