Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2016 FBO #5285
DOCUMENT

D -- EO Network Security Taps VSS Monitoring - Attachment

Notice Date
5/11/2016
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11816Q1047
 
Archive Date
8/18/2016
 
Point of Contact
Amy Schmalzigan
 
E-Mail Address
hmalzigan@va.gov<br
 
Small Business Set-Aside
N/A
 
Award Number
NNG15SD27B VA118-16-F-1016
 
Award Date
5/11/2016
 
Awardee
V3GATE, LLC;6060 HOLLOW TREE COURT;COLORADO SPRINGS;CO;80918
 
Award Amount
$736,213.86
 
Description
On May 6, 2016, the Technology Acquisition Center awarded Delivery Order VA118-16-F-1016 under the terms and conditions of National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V contract NNG15SD27B with V3 Gate, located at 6060 Hollow Tree Court, Colorado Springs, Colorado 80918. V3 Gate will be providing VSS Monitoring vBroker appliances, ancillary hardware, maintenance and technical support. All equipment shall be delivered by June 10, 2016. Maintenance and technical support shall be for 12 months from Government acceptance of equipment, the total order value of $736,213.86. ? JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY 1. Contracting Activity:Department of Veterans Affairs (VA) Office of Acquisition Operations Technology Acquisition Center 23 Christopher Way Eatontown, NJ 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) V Governmentwide Acquisition Contract (GWAC) for brand name VSS Monitoring vBroker appliances, warranty, and maintenance and technical support. 3. Description of the Supplies or Services: VA, Office of Information and Technology, Service Delivery and Engineering, Enterprise Operations (EO), Security Division has a requirement for 11 brand name VSS Monitoring vBroker appliances, to include ancillary hardware, for successful expansion of the existing EO production security solutions, which will allow for the EO data center environments to operate at 1 gigabyte and 10 gigabyte processing speeds for monitoring VA networks for malicious activity. The expansion of the current security solution is required to sustain EO's Information Technology Center inline malicious activity network monitoring coverage with the requirements of VA's Intrusion Prevention System, Web Malware Protection System, and Web Application Firewall deployment. Additionally, maintenance and technical support are required for the VSS Monitoring vBroker appliances. Required maintenance and technical support will provide for remedying software defects as well as enhancing and optimizing software, including all new fixes, patches, corrections, releases, updates, versions and upgrades to the software. Technical support consists of a range of services providing 24 hours a day, 7 days a week, 365 days year assistance for the hardware and software via telephone, e-mail, or website. VSS Monitoring vBroker appliances shall be delivered 30 days after receipt of order. Warranty will cover failure of the hardware by troubleshooting, repairing or replacing the VSS Monitoring vBroker appliancesX. The warranty, maintenance and technical support period will commence upon VA's acceptance of the VSS Monitoring vBroker appliances for a period of performance of 12 months. 4. Statutory Authority: The statutory authority permitting this exception to fair opportunity is 41 U.S.C. 4106(c)(2) as implemented by the Federal Acquisition Regulation (FAR) 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 market research, as described in section eight of this document, it was determined that limited competition is available for the required brand name VSS Monitoring vBroker appliances and support among resellers. VSS Monitoring vBroker appliances are currently the only items interoperable and compatible with EO's existing Information Technology (IT) security architecture and network environment which is comprised of a VSS platform. Any other network appliances, other than VSS, would not communicate or interoperate with the EO security solution infrastructure. This is due to the proprietary code constraint that allows only VSS appliances to work with the current VSS platform. This addresses any kind of licensing, management and device functionality. Additionally, without the addition of interoperable hardware the current EO solution would not achieve 1 gigabyte and 10 gigabyte network processing speeds, which would degrade VA's ability to monitor its networks for malicious attacks. Any other brand name appliance would require VA to replace its current VSS infrastructure which would require an extensive redevelopment effort of the existing IT security inline protection architecture. It would result in extensive delivery delays of two years, and duplicated cost at over $3M to retool the current infrastructure to a different vendor, based on previous efforts to develop and implement the infrastructure. VSS Monitoring vBroker appliances fulfill all of the requirements without requiring any reconfiguring and retooling due to mixed configurations. Finally, no other source, other than VSS, can provide the maintenance and technical support due to the same proprietary code restriction discussed above. 6. Efforts to Obtain Competition: Market research was conducted, details of which are in section eight of this justification. This effort did not yield any additional sources that can meet the Government's requirements. It was determined that limited competition is viable among authorized resellers for the required brand name. In accordance with FAR 5.301 and 16.505(b)(2)(ii)(D), notice of award of this action will be synopsized and this justification will be made publicly available within 14 days of award on the Federal Business Opportunities Page. In accordance with FAR 16.505(a)(4)(iii)(A), this justification will be posted with the request for quotation on the NASA SEWP V GWAC website to notify all interested parties. 7. Actions to Increase Competition: In order to remove or overcome barriers to competition in future acquisitions for this requirement, the agency will work with the program office to continue to perform market research to consider and ascertain if any other sources can provide these services in the future. Specifically the Government will continue to investigate alternatives to VSS Monitoring that may be compatible with the current security architecture. VA technical experts will conduct this market research throughout the year. 8. Market Research: The Government's technical experts performed market research in November 2015 to ascertain the ability of other products to meet VA's needs. The Government's technical experts conducted reviews of online vendor materials, site visits, and reviews of other similar monitoring appliances' technical specifications to ascertain if these items could meet VA's requirements. Through this process, the Government's technical experts reviewed similar solutions from NetOptics, DataComSystems, Gigamon and Interface Masters. After reviewing the market research, the Government's technical experts concluded that none of these other appliances could meet VSS Monitoring vBroker console interconnectivity requirements due to VSS' proprietary code. Accordingly, the Government's technical experts have determined only VSS Monitoring appliances, maintenance and technical support meet all of the Government's requirements. Based on this market research the Government's technical experts have determined only VSS Monitoring brand name appliances and maintenance can meet all of the Government's requirements. A Request for Information (RFI) was issued on November 2, 2015 by utilizing the NASA SEWP V GWAC to identify interested sources capable of providing VSS Monitoring products. The RFI resulted in submission from eight vendors who are resellers of the VSS brand name requirement. Additional market research was conducted in March 2016 by utilizing the NASA SEWP Provider Lookup tool to determine whether the brand name VSS Monitoring vBroker appliances, warranty, and maintenance support is available from NASA SEWP V GWAC holders. It was determined that there are several resellers of the brand name VSS Monitoring vBroker appliances and maintenance and technical support that hold current GWACs such that limited competition is anticipated. 9. Other Facts: None.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7482827f8fafd7a63b9ae7824e3ecfc5)
 
Document(s)
Attachment
 
File Name: NNG15SD27B VA118-16-F-1016 NNG15SD27B VA118-16-F-1016_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2727189&FileName=NNG15SD27B-015.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2727189&FileName=NNG15SD27B-015.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04113046-W 20160513/160511234357-7482827f8fafd7a63b9ae7824e3ecfc5 (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.