Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 03, 2019 FBO #6521
DOCUMENT

D -- D3T1-Minneapolis-Internal Paging contract - Attachment

Notice Date
10/1/2019
 
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
36C10B19Q0736
 
Archive Date
10/31/2019
 
Point of Contact
Lashell Garner
 
E-Mail Address
795-1099<br
 
Small Business Set-Aside
N/A
 
Award Number
NNG15SD21B 36C10B20F0014
 
Award Date
10/1/2019
 
Awardee
FEDSTORE CORPORATION;1 PRESERVE PKWY STE 620;ROCKVILLE;MD;20852
 
Award Amount
$192,389.49
 
Description
On October 1, 2019, the Technology Acquisition Center awarded Delivery Order 36C10B20F0014under the terms and conditions of National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V contract NNG15SD21B with FedStore Corporation, 1 Preserve Pkwy STE 620, Rockville MD 20852. FedStore will be providing internal paging system maintenance renewal. The period of performance shall be October 1,2019 through September 30, 2020, plus two 12-month option periods, if exercised, the total order value of $586,268.03.   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 the award of a firm-fixed-price task order issued under the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V Governmentwide Acquisition Contract (GWAC) for hardware and software maintenance support for brand name R-Comm Systems PT2020 Radio Paging Terminals. 3. Description of Supplies or Services: This requirement is to procure hardware and software maintenance support for brand name R-Comm Systems PT2020 Radio Paging Terminals. The Contractor shall at a minimum, provide the following paging system maintenance support on the following components: main RComm PT2020 radio paging terminal, backup RComm PT2020 radio paging terminal, R-Comm paging encoder, paging tone remote interface board, main high power Bluewave Broadband Neptune series paging transmitter, backup paging transmitter, main paging antenna, main antenna transmission line, backup paging antenna, backup antenna transmission line, critical hardware and software upgrades within one business day of release, non-critical hardware (HW) and software (SW) upgrades within one month of release. In addition, the Contractor shall ensure system documentation is current, provide on-site visits to ensure the proper operation of the components, training, and system performance. The Contractor shall also provide technical support for emergency troubleshooting as required, and extra pager programmers, tools (ex. tools for antennae repair/troubleshooting) and other components, as required, to keep these paging systems operating properly. The Contractor shall provide 24/7 telephone technical support, immediate replacement of defective on-site Contractor HW/SW components, and replacement, within four hours, of defective VA facility HW/SW components. The Contractor shall provide Onsite or Virtual Training of key personnel at the VISN 23 facilities in the operation and technical maintenance of the equipment and systems. The period of performance shall be one 12-month base, with three 12-month option period. 4. Statutory Authority: Pursuant to Federal Acquisition Regulation (FAR) 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 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: This is a brand name justification in support of FAR 11.105, Items Peculiar to One Manufacturer. Based on extensive market research as described in section 8 of this justification, it was determined that limited competition is available among R-Comm Systems PT2020 Radio Paging Terminal resellers for this brand name requirement. Only R-Comm or its resellers can provide access to the proprietary equipment and source code necessary to maintain the existing system. Use of any other maintenance support wouldn t have access to the proprietary code base and configurations necessary for R-Comm Systems PT2020 Radio Paging Terminals to operate correctly. Specifically, only R-Comm, or a reseller, can maintain the paging encoder and paging system software included in the existing system. Only R-Comm Systems or a reseller can provide the necessary maintenance updates to these components due to proprietary source code. Failure to maintain these components would render the existing system inoperable. Use of another brand would require replacement of the existing infrastructure at additional cost which is not expected to be recovered through competition. Failure to secure these services would result in loss of a system vital to patient care. The internal paging system provides critical response capabilities with Code Blue events. In these situations, the ability to respond timely to patient emergencies can have a significant impact on their healthcare and survivable outcome of the event. The use of in-house pagers provides the ability for immediate notification of the healthcare team to respond to the patient emergency. Failure to maintain the paging system jeopardizes these life safety capabilities. 6. Efforts to Obtain Competition: Market research was conducted, details of which are in the market research section of this document. This effort did not yield any additional sources that can meet the Government s requirements. However, it was determined that limited competition is viable among resellers for these brand name items. 7. Actions to Increase Competition: The Government will continue to conduct market research to ascertain if more products become available regarding R-Comm Systems PT2020 Radio Paging Terminals. 8. Market Research: Market Research was conducted on September 4, 2019 by releasing a Request for Information (RFI) number 36C10B19Q0722 to vendors on the Federal Business Opportunities (FBO) website. The FBO RFI closed on September 9, 2019 and yielded two responses, one of which had a partnership with a NASA SEWP reseller. The two responses were evaluated by the Government technical experts, Bob Merchant and Brian Bornick. While more than one vendor may be capable of performing the maintenance support, it was determined that access to the R-Comm proprietary information was required to perform this requirement. Due to the proprietary nature of the R-Comm Systems PT2020 Radio Paging Terminals, only the brand name components can be used in the proprietary system. No other products are interoperable or compatible. Using a product other than the brand name R-Comm Systems PT2020 Radio Paging Terminals would require a full system replacement which is cost prohibitive. Based on this market research, it has been determined that only R-Comm Systems PT2020 Radio Paging Terminals or its authorized resellers have access to the proprietary source code to meet all of VA s needs. Additional market research on September 5, 2019, the VIP database was screened for a list of all Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) under the North American Industry Classification System (NAICS) code 541519, Paging Systems. The results of the search found a total of 1,237 SDVOSBs and VOSBs under the NAICS code 541519. In addition, there is past procurement history for this requirement, which demonstrates that NASA SEWP SDVOSB resellers are capable of providing this maintenance support. 9. Other Facts: None.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3fff519013a83afc7b23c22643176c0d)
 
Document(s)
Attachment
 
File Name: NNG15SD21B 36C10B20F0014 NNG15SD21B 36C10B20F0014_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5174668&FileName=NNG15SD21B-062.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5174668&FileName=NNG15SD21B-062.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05465243-W 20191003/191001230801-3fff519013a83afc7b23c22643176c0d (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.