SOLICITATION NOTICE
D -- PlanView Enterprise Tool
- Notice Date
- 8/23/2018
- Notice Type
- Fair Opportunity / Limited Sources Justification
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Securities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE, MS-4010, Washington, District of Columbia, 20549, United States
- ZIP Code
- 20549
- Solicitation Number
- 50310218Q0086
- Archive Date
- 9/22/2018
- Point of Contact
- Melissa Rivera-Weedin, Phone: 2025517313, Takela Morris, Phone: (202) 551-7483
- E-Mail Address
-
riveraweedinm@sec.gov, morrist@sec.gov
(riveraweedinm@sec.gov, morrist@sec.gov)
- Small Business Set-Aside
- N/A
- Award Number
- GS35F00559U
- Award Date
- 8/23/2018
- Description
- LIMITED SOURCE JUSTIFICATION This is a Limited Source Justification pursuant to FAR 8.405-6 This acquisition is conducted under the authority of the Multiple Award Schedule Program. This Limited Source Justification is for orders exceeding the simplified acquisition threshold (currently $150K) and limiting schedule contractors to fewer than three or limiting the acquisition in excess of the simplified acquisition threshold to a brand name product or feature of a product peculiar to one manufacturer. 1. IDENTIFICATION OF AGENCY AND CONTRACTING ACTIVITY: U.S. Securities and Exchange Commission (SEC) Office of Acquisitions 100 F Street, NE Washington, DC 20549 2. NATURE/DESCRIPTION OF CONTRACT ACTION: This is a limited source action to be awarded as a new Federal Supply Schedule order for PlanView Enterprise Architecture Modeling Tool. The placement of a firm fixed price (FFP) is anticipated. 3. DESCRIPTION OF REQUIRED SUPPLIES/SERVICES: This acquisition is intended to acquire PlanView Enterprise Architecture Modeling Tool. This requirement is for software licenses, vendor support, training, and operation and maintenance of the Enterprise Architecture Modeling Tool Software, which is utilized by Enterprise Architecture Team in the Office of Information Technology. The period of performance and the estimated value for this requirement is a follows: Base Year (September 3, 2018- September 2, 2019): 4. IDENTIFICATION OF THE JUSTIFICATION RATIONALE AND/OR DEMONSTRATION OF CONTRACTOR'S UNIQUE QUALIFICATIONS: The statutory authority which permits restricting consideration of schedule contractors to fewer than that required in FAR 8.405-1 or 8.405-2 is 41 U.S.C. 251, as implemented by FAR 8.405-6. The specific authority for this action is 8.405-6 (a)(l)(i)(B). PlanView software, formerly known as, Troux, is currently utilized by several teams to develop architecture reports that show dependencies between applications, relationships with respect to data elements, current state of systems and applications used in delivering mission critical functions. This software allows for alignment of investments with SEC mission, strategy, goals and objectives. It also permits leadership to decide on applications that can be retired and conduct impact analysis. The requested PlanView Enterprise One software is the only software that can consolidate the current software licenses already being utilized by different offices. Also, the effort in creating the input content to populate Troux database is significant and cannot be ported to another tool without additional effort. PlanView Enterprise One consolidates the Strategic Planning, Program Management, Roadmapping, Investment Prioritization and Financial Planning into one product. Acquisition of PlanView Enterprise One (formerly, Troux) will allow the Enterprise Architecture team to consolidate multiple repositories into one central location. Currently, the individual teams are using this tool by installing it separately and sometimes not following a unique standard. It will be beneficial for the agency to have a unified system with the output generated from the tool standardized. Annual, recurring expenses incurred due to additional costs in maintenance of these distributed servers and storage can be reduced due to the potential consolidation of current production resources into a centralized installation that is maintained and supported by the Enterprise Architecture team using the PlanView EnterpriseOne software. Further, the PlanView Enterprise Architecture Modeling Tool will allow for seamless continuity and compatibility with existing SEC PlanView/Troux Enterprise Architecture (EA) solutions. Changing to a new vendor at this point would result in additional compatibility and security tests, increased learning curves, duplicate work efforts and increased administrative costs. 5. DETERMINATION OF THE BEST VALUE (per FAR 8.404 (d)): This procurement will be made using GSA Schedule 70. The contracting officer hereby determines that this action represents the best value to the Government in accordance with FAR 8.404(d). GSA has already determined the prices of supplies and fixed-price services, and rates for services offered at hourly rates, under schedule contracts to be fair and reasonable. Therefore, ordering activities are not required to make a separate determination of fair and reasonable pricing, except for a price evaluation as required by 8.405-2(d). Although GSA has already negotiated fair and reasonable pricing, ordering activities may seek additional discounts before placing an order has determined the prices of the schedule contracts to be fair and reasonable for the purpose of establishing the schedule contract. The contracting officer will seek additional discounts before placing the order. 6. DESCRIPTION OF MARKET RESEARCH: The Office oflnformation Technology (OIT) and the Office of Acquisition have conducted market research. Market research was conducted with the original equipment manufacturer (OEM), PlanView, also known as, Troux. The OEM representative, Brian Bencic, indicated that the government could procure Troux Enterprise Architecture Modeling Tool directly from them via their GSA schedule. They currently don't have any resellers for this product. Additionally, OIT conducted market research and reviewed other enterprise tools and found that they could not find a tool that will enable consolidation of all the other groups who are currently using Troux. 7. ANY OTHER SUPPORTING FACTS: This procurement uses a GSA Schedule and will be solicited and awarded in accordance with FAR Subpart 8.4. 8. ACTIONS TAKEN TO REMOVE BARRIERS TO COMPETITION: The SEC will continue to conduct market research to remain informed on marketplace innovation and offerings, and also to ensure that the current technology in use provides the best value in addressing SEC requirements. Additionally, the OEM did indicate that they are working on establishing an authorized reseller.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/50310218Q0086/listing.html)
- Place of Performance
- Address: 12301 Research Blvd Bldg V Ste 101, Austin, Texas, 78759, United States
- Zip Code: 78759
- Zip Code: 78759
- Record
- SN05052763-W 20180825/180823231400-4b95f6f3ce9bd4d30c0da3aad21ee3e4 (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 |