Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
DOCUMENT

70 -- License and Maintenance for Proventia Software TBD - Justification and Approval (J&A)

Notice Date
2/24/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
511210 — Software Publishers
 
Contracting Office
1701 Directors Blvd;Suite 810;Austin TX 78744
 
ZIP Code
78744
 
Solicitation Number
VA-798A-10-RQ-0126
 
Archive Date
4/16/2010
 
Point of Contact
Lino VeraContract Specialist
 
E-Mail Address
Contract Specialist
(Lino.Vera@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
n/a
 
Award Date
4/1/2010
 
Description
Application for Brand Name JustificationProventia software Each justification shall contain sufficient facts and rationale to justify the use of the specific authority cited. As required of FAR 6.302-1( c ), each justification shall include the following information: 1.Requesting Agency: Contracting Activity:Department of Veterans Affairs Center for Acquisition Innovation - Austin 1615 Woodward Street Austin, TX 78772 2.Nature and/or description of the action: The Department of Veterans Affairs, Network and Security Operation Center (NSOC) is in need of licenses for IBM Proventia. This network intrusion prevention system is required for operation and maintenance of IPS units inhabiting the One VA network across the US. The IBM Intrusion Proventia System (IPS) is a device designed to stop Internet threats before they impact the Department of Veterans Affairs and delivers protection to all three layers of the network: core, perimeter and remote segments. The IPS is designed to: Stop threats before impact without sacrificing high-speed network performance Provide a platform for security convergence that helps reduce the cost of deploying and managing point solutions Protect networks, servers, desktops and revenue-generating applications from malicious threats Conserve network bandwidth and prevents network misuse/abuse from instant messaging and peer-to-peer file sharing 3.A description of the supplies or services required to meet the agency's needs (including the estimated value): The VA-NSOC does not currently have enough device licenses to activate the IBM IPS devices within the VA. This network intrusion prevention system is required for operation and maintenance of IPS units inhabiting the One VA network across the US. The IBM IPS is a device designed to stop Internet threats before they impact the Department of Veterans Affairs and delivers protection to all three layers of the network: core, perimeter and remote segments. The specific requirement for this acquisition is for the purchase of 21 each Proventia GX5108-C Spare Licenses, part number GX5108-C-L-P and one year full maintenance and software updates, part number GX5108-C-L-M. 19 each Proventia GX 5108-CF Spare Licences, part number GX5108-CF-L-P and one year full maintenance and software updates, part number GX-5108-CF-L-M. 1 each Site Protector Premier, part number sp-PRM-P and software maintenance, part number sp-prm-m. 4.An identification of the statutory authority permitting other than full and open competition. FAR Part 6.302-1(c) Application for brand name descriptions This is a brand name warranty purchase using the authority of FAR Part 6.302-1(c) The contracting officer has determined that the circumstances of this contract action deem that only one source, in this case brand name, will fill this requirement. Resellers that reflect savings to the Government are permitted. 5.A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. The continued use and cost of maintaining the existing solution for updates and technical support is less than the cost of replacing and re-training personnel would outweigh the cost of additional licenses and maintenance.. In addition to this the potential data leak, Personal Identifiable Information compromised and potential network intrusion would cost the VA immeasurable amount in monies, resources and material in corrective actions. 6.A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. All SEWP IV orders are placed under existing IDIQ (Indefinite Delivery, Indefinite Quantity) contracts, and thus are not required to be synopsized pursuant to FAR 16.505 (a)(1). The SEWP IV GWAC is composed of five (5) groups of contracts. At a minimum, to provide Fair Opportunity as required by FAR Part 16, all contract holders within any one individual group must be provided the opportunity to quote. The contract specialist shall utilize the SEWP IV RFQ and search tools, which automatically provide the Fair Opportunity groupings when selecting contract holders. 7.A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. SEWP and GSA have already competed the products on their schedules. The previous price competition ensures that the pricing of the latter orders are considered fair and reasonable. 8.A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. These items are widely available on SEWP and GSA schedule. By searching on the part number in the established catalog or price lists available at the websites of http://www.sewp.nasa.gov and http://www.gsaadvantage.gov it can be shown that many vendors are able to compete for this requirement. 9.Any other facts supporting the use of other than full and open competition, such as: (i)Explanation of why technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available. (ii)When 6.302-1 is cited for follow-on acquisitions as described in 6.302-1(a)(2)(ii), an estimate of the cost to the Government that would be duplicated and how the estimate was derived. (iii)When 6.302-2 is cited, data, estimated cost, or other rationale as to the extent and nature of the harm to the Government. Purchase descriptions suitable for full and open competition have not been developed because the brand name is necessary to meet the Governments needs as stated in numbers 4 and 5 of this document. 10.A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. RFI #59907 was posted to SEWP on June 19th running through June 25th with the following vendors responding: 1.iGOV 2.Immix Technology 3.Patriot Technologies 4.Intelligent Decisions 5.Sword and Shield 11.A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. Solicitations for future requirements will utilize brand name or equal language, if it is in the Governments best interest to do so. The current requirement must be solicited using a brand name description because the Government needs to create an exact copy of a system that is currently in use. 12.Certification requirement: (Technical/Requirements and Contracting Personnel Must Certify). I certify the supporting data, including the statement of the Governments minimum needs and other rationale for other than full and open competition is complete and accurate to the best of my knowledge. (FAR Subpart 6.303-1(b))
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f09e081b4f03b863a3f05c1c1aab3ce3)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA-798A-10-RQ-0126 VA-798A-10-RQ-0126 FBO BNJ.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=104231&FileName=VA-798A-10-RQ-0126-000.DOC)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=104231&FileName=VA-798A-10-RQ-0126-000.DOC

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02073476-W 20100226/100224234824-f09e081b4f03b863a3f05c1c1aab3ce3 (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.