Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 04, 2016 FBO #5460
DOCUMENT

D -- MyHealtheVet Application Program Interface Manager License and Technical Support - Attachment

Notice Date
11/2/2016
 
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
VA11817Q1739
 
Archive Date
2/9/2017
 
Point of Contact
Amy Schmalzigan
 
Small Business Set-Aside
N/A
 
Award Number
NNG15SD26B VA118-17-F-1739
 
Award Date
11/2/2016
 
Awardee
THUNDERCAT TECHNOLOGY, LLC;1925 ISAAC NEWTON SQ STE 180;RESTON;VA;20190
 
Award Amount
$368,632.16
 
Description
On November 2, 2016, the Technology Acquisition Center awarded Delivery Order VA118-17-F-1739 under the terms and conditions of National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V contract NNG15SD26B with ThunderCat Technology (ThunderCat), located at 1925 Isaac Newton Square Suite 180, Reston, VA 20190. ThunderCat will be providing Computer Associates (CA) Application Program Interface (API) Manager software licenses and technical support. The period of performance shall be 12 months from date of delivery, plus two 12-month option periods, if exercised, the total order value of $491,509.60.   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 Government-Wide Acquisition Contract (GWAC) for brand name Computer Associates (CA) Application Program Interface (API) Manager software licenses and technical support. 3. Description of Supplies or Services: VA, Office of Information and Technology, MyHealtheVet (MHV) has a requirement for eight Computer Associates (CA) Application Program Interface (API) Manager software licenses and technical support. The CA API Manager acts as an API proxy that intercepts mobile and network traffic, allowing for various security and integration policies to be enforced within the VA network. In addition this product provides operational capabilities to manage API performance as well as capabilities for developers to create new policies, generate analytics, and address API configurations. It addresses the requirements of delivering an API Manager solution to ensure the 3.8 million Veterans that depend and use the VA s virtual health care may select either vets.gov, mobile devices or the MHV web portal. The Contractor shall provide API Manager technical support in both MHV s non-production and production environments. There are several API Manager instances that require technical support to include, but not limited to, the MHV production environment, the MHV System Test environment and MHV Integration B environment. The Contractor shall provide API Manager technical support to VA and VA contractor personnel in support of the API Manager that supports MHV s APIs with troubleshooting of problems as well as repair of API Manager specific problems in both MHV Production and Non-production environments. This technical support shall include technical information concerning the proper operation of the MHV APIs that interface with the API Manager product. The Contractor shall provide API Manager technical support to ensure a level of abstraction that provides minimal disruption to MHV development team and environments. The Contractor shall provide support to oversee routine API Manager activities that include guiding and prioritize the API Manger workload. The Contractor shall provide technical support that will provide a common methodology to develop, integrate and sustain MHV APIs. Delivery is required within 30 days of award. The period of performance shall be 12 months from date of delivery, plus two 12-month option periods, if exercised. 4. Statutory Authority: The statutory authority permitting this exception to fair opportunity is 41 U.S.C. 4106(c)(2) as implemented by 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 justification, it was determined that limited competition is available among authorized resellers for the required brand name CA Software licenses and technical support. The CA API Manager solution provides a comprehensive API identity broker as well as a policy-based transformation, prioritization, security, caching and traffic control services that are immediately needed for the MHV API that are being used by vets.gov and VA mobile devices. This solution is the only API Manager that satisfies both Federal Information Processing Standard 140-2 and Common Criteria for Access Control and Policy allowing the government to use security standards used to accredit cryptographic modules. The CA API Manager s Identity Broker includes an onboard Security Assertion Markup Language (SAML) security token service for federation and credential translation, allowing for authorization data between parties, in particular, between an identity provider and service provider. CA API Manger is the only API Manager product that is integrated with Axiomatics Policy Server, which allows for fine-grained policies to enforce user permissions and govern access to Veteran health data. CA API Manager solution streamlines the identity, authorization and access use of both open standard for authorization and SAML to increase the security of data MHV shares with vets.gov and VA mobile devices. Currently, CA software is the only software which can seamlessly integrate with the VA s Identity Access Management (IAM) Shared Services platform that is built on CA s Identity Management and CA s Single Sign On (SSO). Additionally VA requires technical support from CA, through an authorized reseller. All software manufacturers continually enhance, patch, and update their products. Non-open source software products, such as CA, utilize proprietary code in their software products in order to protect their intellectual property. Therefore, no other source can provide the needed software enhancements, patches, and updates. 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 software licenses that hold current NASA SEWP V GWACs. 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 barriers to competition in future acquisitions for this requirement, the agency will work with the program office to perform additional market research so that other solutions can be considered. 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: The Government s technical experts conducted market research in June of 2016 by reviewing similar software products to ascertain if these items could meet VA s requirements. Specifically, the Government s technical experts conducted web-based research on software solutions offered by IBM, Oracle, and Apigee. VA reviewed each of the possible sources product information and it was determined that only CA software meets VA s requirements. Based upon reviews of these products, the Government s technical experts determined that none of these products can meet the Government s functionality, interoperability and compatibility requirements for comprehensive API identity broker as well as a policy-based transformation, prioritization, security, caching and traffic control services that are required for vets.gov and VA mobile devices as discussed in section five above.   No other solutions can seamlessly integrate with the VA s IAM Shared Services platform that is built on CA s Identity Management and CA s SSO. Additionally, as stated above in section five, only CA API or an authorized reseller can provide the required software licenses and technical support. The Government s technical experts have determined that only CA API brand name software licenses and technical support can meet all of VA s needs. Additional market research was conducted in September 2016 by utilizing the NASA SEWP Provider Lookup tool to determine whether the brand name CA API software licenses and technical support is available from NASA SEWP V GWAC holders. It was determined that there are several resellers of the brand name CA API software licenses 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/2536ec25430ae7eb2456a32b2db26f3c)
 
Document(s)
Attachment
 
File Name: NNG15SD26B VA118-17-F-1739 NNG15SD26B VA118-17-F-1739_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3088816&FileName=NNG15SD26B-075.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3088816&FileName=NNG15SD26B-075.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04318388-W 20161104/161102234223-2536ec25430ae7eb2456a32b2db26f3c (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.