Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

D -- Renewal of Inxight's Smart Discovery Awareness Server

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502
 
ZIP Code
22204-4502
 
Solicitation Number
HC1047-06-T-4040
 
Response Due
9/21/2006
 
Archive Date
10/6/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Information Systems Agency (DISA) intends to award a commercial sole source purchase order for one year to Inxight Software, Inc. 500 Macara Avenue, Sunnyvale, CA 94085 for maintenance renewals of Inxight's Smart Discovery Awareness Server (formerly Intelliseek's Enterprise Discovery Suite), because Inxight is the exclusive source for technical support and maintenance including upgrades of software SDAS 4.0, 4.5 and 5.0 Java licenses. Smart Discovery Awareness Server Serves as DISA's Global Information Grid gateway engine/ search broker for the Secret Internet Protocol Router Network Search Service pilot project under the Information Dissemination Management Program. This synopsis is a notice of intent to issue the award as other than full and open competition and should not be considered a request for competitive proposals. The determination of the Government not to open subject requirement to full and open competition was made IAW FAR 6.302-1 and 10 USA 2302(c)(1) and is solely at the discretion of the government.************ JUSTIFICATION AND APPROVAL (J&A) FOR OTHER THAN FULL AND OPEN COMPETITION Upon the basis of the following justification, I, ________________________________ as Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 10.U.S.C 2304(c) (1): Only one source and no other supplies or services will satisfy the agency requirements. 1. AGENCY AND CONTRACTING ACTIVITY (FAR 6.303-2 (a) (1)). Agency: Defense Information Systems Agency 7 Skyline Place, Attn: NE42 5275 Leesburg Pike Falls Church, VA 22041-3801 Contracting: Defense Information Systems Agency 5111 Leesburg Pike, Suite 900A Falls Church, VA 22041 2. NATURE/DESCRIPTION OF ACTION(s) (FAR 6.303-2 (a) (2)). This action is for renewal of the licensing maintenance which requires the issuance of a sole source purchase order with Inxight Software, Inc. Inxight has acquired the licensing software from Intelliseek Corporation. This renewal of the licensing software is only available through Inxight Software, Inc. and therefore the requirement is not available for competition. The purchase order estimated cost/price is $219,000. The anticipated contract type is firm fixed price. 3. DESCRIPTION OF THE SUPPLIES/SERVICES (FAR 6.303-2(a) (3)). This purchase will be to renew software licenses for secure base technical support and maintenance, including upgrades, to the existing SDAS 1.0, 3.5, 4.6, 5.0, 5.1, and 5.2. In addition this will also cover the use of four (4) servers of SDAS 5.2. This service is required in order to maintain the existing system and ensure complete functionality to the war fighter. 4. IDENTIFICATION OF STATUTORY AUTHORITY (FAR 6.303-2(a)(4)). 10 U.S.C. 2304 (c)(1). Only one responsible source and no other supplies or services will satisfy the agency requirements as per FAR 6.302-1(a)(1). 5. DEMONSTRATION OF CONTRACTOR?S UNIQUE QUALIFICATIONS (FAR 6.303-2 (a) (5)). The current product by Inxight, Inc., has been used by the NCES Content Discovery and Delivery for the past four years to provide a search broker capability on the SIPRNet environment. The current sole source contract HC1047-05-P-4324 was awarded on 7 September 2005 and expires on 6 September 2006. NCES Content Discovery and Delivery selected the Inxight product as an infrastructure component that facilitates the efficient and intelligent brokering of search requests within a secure environment to the diverse search engine population that includes both Content Discovery and Delivery search servers and those that may be in place at the combatant commands. Award to another source at this time would result in a substantial duplication of cost in fulfilling the Agency?s requirement of providing a search broker on the SIPRNet and a delay of time that agency needs to support the combatant commands services. Since DISA intends to provide a Core Enterprise Service (CES) set for the functionality embodied in this product, it would be premature to select a different COTS vendor, expend funds to integrate it into the current architecture, only to replace it with the as yet to be identified CES service set. 6. FEDBIZOPPS ANNOUNCEMENT OR POTENTIAL SOURCES (FAR 6.3032 (a)(6)). Inxight Software, Inc. is the sole source provider of this product/service. An FBO announcement of a sole-source award to Inxight software will be issued for public review and comment. 7. DETERMINATION OF FAIR AND RESONABLE COST (FAR 6.303-2(a)(7)). Renewing the annual license with Inxight is cost effective because: (1) the Content Discovery & Delivery program has been declared a legacy program and is in the process of transitioning to an NCES Core Enterprise Service, (2) replacing the current search broker product would incur additional development, testing and integration costs that have already been expended for this purpose on the Inxight product, (3) Content Discovery & Delivery is currently in an operational phase with Authorities to Operate (ATO?s) using the current Inxight product, and (4) the current feed back from the Content Discovery & Delivery customers, the combatant commands, is that Inxight engine provides very good/relevant search findings. 8. DESCRIPTION OF MARKET RESEARCH (FAR 6.3.3(a)(8)). DISA investigation of search technologies found that the preponderance of COTS vendors focused on the provision of search services, but did not provide unification or federation technologies for globally distributed search architectures and systems integration, the key requirements fulfilled in the Inxight product. The market research was conducted on three (three) different vendors, Vivisimo, Agilent Technologies, and Prodiance. The market research on the three respondent vendors was as follows: Vivisimo - The vendor?s search technology did not meet DISA requirements due to the lack of global distributed search architecture and systems integration supports. Agilent Technologies ? The vendor?s search technology did not meet DISA requirements due to the lack of global distributed search architecture and systems integration supports. Prodiance - The vendor?s search technology did not meet DISA requirements due to the lack of global distributed search architecture and systems integration supports. The Inxight product brokers user search requests to over 30 catalogs across the DOD. Using Inxight?s product for the upcoming performance period will cost less than using a new product since expenditures on system upgrades/modifications, customer support, and training would be avoided. NCES continues to perform an analysis of the existing system to determine if the functionality of the system required maintenance or replacement, it was determined in the best interest of the government to maintain the current licensing software as alternate software would hamper the success of the Content Discovery & Delivery mission. 9. ANY OTHER SUPPORING FACTS (FAR 6.303-2(a)(9)). The Content Discovery & Delivery program maintains a current operational capability for which a continued use of Inxight?s product is needed until implementation of the Net-Centric Core Enterprise Service sets. The Agency has invested substantial cost and labor for this effort and finds it to be more advantageous to the government not to compete this effort and duplicate any costs. This product is thoroughly integrated into existing interfaces and capabilities of Content Discovery & Delivery deployed baseline representing a significant investment that cannot be recaptured by selecting a competitive product. The software to be upgraded and maintained is complex and must meet operational and reliability requirements, the achievement of which requires unique equipment meshed together with specialized support to the Content Discovery & Delivery systems. This software has been extensively tested to ensure that it meets its required purpose and to ensure complete functionality to the war fighter. The entire infrastructure to support the software and equipment is in place. This new effort will build on the successes achieved by the prior award. 10. LISTING OF INTERESTED SOURCES (FAR 6.303-2(a)(10)). Inxight, Inc. is the only vendor that sells and supports this COTS product. The software licensing and maintenance service for this product is proprietary to Inxight and no other company provides the required services. 11. ACTIONS TAKEN TO REMOVE BARRIER TO COMPETITION (FAR 6.303-2(a)(11)). The program has been declared a legacy program and during the coming period of performance and will continue to field products to additional Combatant Commands as part of the approved baseline. During the transition to NCES the content discovery and delivery technologies will be either replaced or transitioned to NCES technologies. This transition will produce a competitive acquisition environment that will address the expanded requirements set. 12. STATEMENT OF PERIOD OF PERFORMANCE AND/OR DELIVERY SCHEDULE (DARS 6.303-2(a)(S-90)). Period of performance will be 12 months from award date. 13. REFERENCE TO THE APPROVAL ACQUISITION PLAN (DAR S 6.303-2(a)(S-91)). This is not applicable as the acquisition falls under the ASC threshold. 14. REFERENCE TO INFORMATION TECHNOLOGY (IT)/NATIONAL SECURITY SYSTEM (NSS) IT AND INFORMATION MANAGEMENT (IM (DARS 6.303-2 (A)(S-92)). Content Discovery & Delivery will adhere to all agency security policies.
 
Place of Performance
Address: 5275 Leesburg Pike, Falls Church, VA
Zip Code: 22041
Country: UNITED STATES
 
Record
SN01149108-W 20060922/060920220059 (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  © 1994-2020, Loren Data Corp.