Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SPECIAL NOTICE

70 -- ERM Perfect License

Notice Date
4/12/2010
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
EOTYF0RC171
 
Archive Date
4/29/2010
 
Point of Contact
Asril Yusuf, Phone: 614-693-5576
 
E-Mail Address
asril.yusuf@dfas.mil
(asril.yusuf@dfas.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted J&A. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION < SAT REFERENCES: • In accordance with FAR 6.001 (a), full J&A documentation is not required for contracts awarded using simplified acquisition procedures of FAR 13 (except commercial items under FAR 13.5 > $100,000) • FAR 13.106-1 (b) states that, “For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand name, or industrial mobilization). The following documentation constitutes the rationale for this decision. DOCUMENTATION: (1)Requiring Activity: DFAS eSolutions 3990 E. Broad St, Columbus, OH 43213 POC: XXXX XXXX WAWF acceptor: XXXXXXX XXXXXX DODAAC of acceptor: XXXXX Phone: XXX-XXX-XXXX (2)Supplies or services being procured: The purpose of this document is to obtain the necessary approvals for a sole source order in accordance with FAR Part 13.106-1(b). The justification is for a brand name product, ERM Perfect license, available from only one source, Composition Research Technologies, Inc (CR Technologies). The purpose of this order is to purchase software required to implement a classified version of the Corporate Document Management System (CEDMS) at DFAS-Rome. The software must be identical to the current software supporting the unclassified version of CEDMS 2.0 at Defense Automated Production Service (DAPS)-Mechanicsburg. The Army has requested DFAS deploy classified version of CEDMS to store classified disbursing vouchers originating in Theater. In May 2009 CR Technologies was awarded a contract, HQ0423-09-P-0086, under a sole source requirement. The justification for other than full and open competition was signed by the Contracting Officer in May 2009. The intent to award to CR Technologies was posted in Fedbizopps. The total estimated cost for ERM-Perfect term license, along with annual support and maintenance is $XX,XXX.XX. A purchase order will be issued in accordance with FAR Part 13, simplified acquisition procedures. (3)Reason that this is a sole source procurement (i.e., proposed contractor's unique qualifications, etc.): The current CEDMS 2.0 configuration must be identical in both environments to minimize cost, maintain current system functionality, security and to eliminate implementation risks or implementation delays. CRTechnologies software, ERM Perfect, is a core software component of this configuration. DAPS previously procured the above listed software under full and open competition. This included licenses for development and testing. Those licenses have been maintained since procurement and are currently supported under contract number HC1013-06-F-2070. The proposal to utilize the above outlined software suit logically flows from the current production environment into the new Classified CEDMS environment. If these exact licenses are not purchased and installed in the classified version of CEDMS the following adverse actions would occur: • Two separate system CEDMS software configurations would result in increased software maintenance and pose increased risk of system failure and downtime. • If this specific software is not purchased DFAS would need to procure additional technical services to reprogram CEDMS to use different software components. It will increase cost by $XXX,XXX.XX to $XXX,XXX.XX. • Increase security risk. DFAS requires each system to be certified and accredited in accordance with DoD regulation. If the current system configuration is modified or altered the DIACAP on the unclassified version of CEDMS will be invalid. The new software components would need to be revalidated to ensure they meet DoD security guidelines. • DFAS senior leadership expects the classified and unclassified system to maintain the same configuration management. As CEDMS 3.0 is developed a separate development effort would need to be procured to modify the classified CEDMS 2.0 if it has different software components. • DFAS senior leadership fully expects implementation occur to June 30, 2009. If new software components are introduced to the CEDMS solution this date would be extended by 6 months, thus impacting the schedule and increasing potential risk. • DFAS users would also need to be retrained to use a different version of CEDMS if configured using different software components. DFAS has already invested $X.X million dollars in the programming and implementation of CEDMS 2.0 in an unclassified environment. If new software components were introduced into the solution DFAS would need to reinvest substantially more funds to reprogram/reconfigure the system. This action would not be cost effective for DFAS or the department. Ultimately, for the reasons stated above, a recompete and/or another product would result in substantial cost to the Government, that would not recovered through competition. (4)Market survey (indicate if any other firms were contacted or expressed interest) Market research of other system development services was conducted by the CEDMS DAPS-COR who is knowledgeable about networked desktop systems, information security, and systems maintenance. The DAPS COR has been working as an Information Technology Specialist for DAPS/DLA for the last 10 years, and has been experienced within the IT industry for past 25 years. The Original request for this effort was a full and open solicitation competed among all the DITCO GSA vendors. This software purchase is a logical continuation to the contract installing CEDMS 2.0 at DFAS-Rome. Based on research performed online at GSA Advantage and also via Internet through Google and other search engines, produced no other vendors that provide ERM-Perfect other than the manufacturer, CRTechnologies. CRTechnologies was also contacted and they confirmed that they have no authorized distributors of the software. In addition, it is currently available via the open market only. (5)Technical requirements personnel certification I hereby certify that this justification is made in good faith, that the supporting data and information are accurate and complete to the best of my knowledge and belief, and that I would not be making this request if it were feasible to fully compete this requirement. I further certify that this request is not the result of lack of advanced planning or a desire to expend funds while those funds are still available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/EOTYF0RC171/listing.html)
 
Place of Performance
Address: Defense Finance and Accounting Services, Contract Service Directorate, 3990 East Broad St., Columbus, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN02119358-W 20100414/100412234837-b9e0e297112c9c3ee3340785eb0738f1 (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.