Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2019 FBO #6445
AWARD

D -- Migration FX

Notice Date
7/15/2019
 
Notice Type
Award
 
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
36C10B19Q0396
 
Archive Date
9/13/2019
 
Point of Contact
Asif.Damji@va.gov
 
Award Number
NNG15SD38B 36C10B19F0302
 
Award Date
7/15/2019
 
Awardee
REDHAWK IT SOLUTIONS LLC;2689 MAPLE RIDGE DR;WOODBRIDGE;VA;22192
 
Award Amount
$167,366.03
 
Description
UnifiedFX MigrationFX License and Maintenance Support Control Number: TAC-19-55822 6 Control Number XX-XXX JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY 1. Contracting Activity: Department of Veterans Affairs (VA) Office of Procurement, Acquisition and Logistics Technology Acquisition Center 23 Christopher Way Eatontown, New Jersey 07724 2. Description of Action: The 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 UnifiedFX MigrationFX software license and software maintenance. 3. Description of the Supplies or Services: VA, Office of Information and Technology, IT Operations and Services has a requirement for one brand name UnifiedFX MigrationFX software license and associated maintenance support. Unified Communications Infrastructure Support (UCIS) currently utilizes a demo version of UnifiedFX MigrationFX to deploy Cisco phone quickly onto Cisco Unified Call Manager systems. Beginning in December of 2019, MigrationFX will require licensing to be used. The UnifiedFX MigrationFX software package allows for telephony devices to be entered/programmed into Cisco Unified Call Manager (CUCM) systems quickly and accurately during the deployment phase of said devices. UCIS has achieved a 150% increase in production when using MigrationFX instead of hand entering the data by allowing the software to script the needed information into the Cisco CUCM. The period of performance is 12 months from date of award with two 12-month option periods. The total estimated price of the proposed action, inclusive of all options, is 4. Statutory Authority: Pursuant to Federal Acquisition Regulation (FAR) Subpart 16.505(a)(4), the following brand name requirement is being justified and approved as an exception to fair opportunity under the statutory authority of Section 41 U.S.C. 4106(c)(2) as implemented by FAR Subpart 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 8 of this justification, it has been determined that limited competition is available for these brand name items and services. MigrationFX operates as a module of the Phoneview software as licensed by UnifiedFX. UCIS utilizes Phoneview for maintenanace and troubleshooting Cisco phones connected to any of its many Cisco CUCM Voice Systems. VA has performed the research and found that the UnifiedFX MigrationFX product meets all the needs for the day to day operations and deployment operations concerning Cisco CUCM endpoints. Licenses for MigrationFX can only be supplied by the UnifiedFX manufacturer or an authorized reseller and only MigrationFX licenses will be compatible with Phoneview inorder to license this product. UnifiedFX MigrationFX software is a proprietary software product and no other migration software is capable of integrating with the existing Phoneview management tool. Specifically, if another product is utilized, it will not communicate with the existing infrastructure due to these proprietary constraints. For this reason, any other brand name software would require a complete redesign, reengineering, and redevelopment of the existing infrastructure which could take up to a year. VA intends to continue using the VA owned Phoneview licensing, therefore the procurement of another Cisco CUCM Endpoint management solution would result in having two independent solutions operating in parallel which is unnecessary and unacceptable and would result in duplicated costs of hundreds of thousands of dollars on top of the already in production Phoneview software. If another brand name software was used, it would result in replacing this entire infrastructure which would result in duplicated costs of $250K. This is based on previous efforts to create the infrastructure.   Without there being a comparable alternative solution in the marketplace, replacing the current Phoneview infrastructure would result in extensive delivery delays, reduction in critical functionality, and extensive duplication of costs that would not be recovered through competition. 6. Efforts to Obtain Competition: Market research was conducted, details of which are in the market research section of this justification. Limited competition amongst UnifiedFX resellers is anticipated for this brand name acquisition. In accordance with FAR 5.301 and 16.505(b)(2)(ii)(D), award of the resultant delivery order will be synopsized and this justification will be made publicly available on the Federal Business Opportunities Page within 14 days of award. In accordance with FAR 16.505(a)(4)(iii)(A), the justification will be posted with the request for quote on the NASA SEWP V GWAC website with the solicitation 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 Government will continue to perform market research to determine if there are any new products or maintenance services available in the marketplace that would enable future actions to be fully competed. 8. Market Research: The Government s technical experts conducted market research during March 2019 by reviewing similar hardware and software products to ascertain if other brands could meet VA s functionality requirements. Specifically, the Government s technical experts conducted web based research and discovered that while other VoIP software solutions from alternative manufacturers such as Blackbox and Brocade exists, it does not meet VA s requirements because only Unified FX MigrationFX or an authorized reseller has access to the proprietary licensing specific to the expansion requirement to interconnect with the system in place. Therefore, at present there is no other hardware or software available in the market place that can meet this requirement. In addition, VA networking Subject Matter Experts regularly review industry trade publications and conduct internet research to ascertain if any other brand name hardware or software is available. Based on all of these market research efforts, the Government s technical experts have determined that only the aforementioned UnifiedFX MigrationFX brand name licensing can meet all of the VA s needs. In May 2019, the Contract Specialist conducted market research to ascertain the extent of limited competition among resellers of the required software licenses and associated software maintenance. Through the use of the Provider Look-up tool on the NASA SEWP V GWAC website, 10 Service Disabled Veteran-Owned Small Businesses were identified as resellers of the required UnifiedFX MigrationFX Software license and software maintenance support. Therefore, limited competition is anticipated. 9. Other Facts: None. 10. Technical and Requirements Certification: I certify that the supporting data under my cognizance, which are included in this justification, are accurate and complete to the best of my knowledge and belief. Date: ______________________ OIT UCIS Sr. Analyst Signature: _________________ 11. Fair and Reasonable Cost Determination: I hereby determine that the anticipated price to the Government for this contract action will be fair and reasonable based on anticipated limited competition. Additionally, NASA SEWP V has already determined the prices on contract to be fair and reasonable and more competitive pricing may result from competition. Finally, the successful quote will be compared with the Independent Government Cost Estimate. Date: ______________________ Procuring Contracting Officer Signature: ______________________ 12. Procuring Contracting Officer Certification: I certify that this justification is accurate and complete to the best of my knowledge and belief. As this contract action exceeds the simplified acquisition threshold but does not exceed $700,000, the certification required by FAR 16.505(b)(2)(ii)(C)(1) serves as approval. Date: ______________________ Procuring Contracting Officer Signature: ______________________ NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/ddfe44d0bf62cc0887f2bb099454db87)
 
Record
SN05370882-F 20190717/190715230111 (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.