Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOLICITATION NOTICE

D -- FHIE HP test equipment relocation

Notice Date
4/28/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
1701 Directors Blvd;Suite 600;Austin TX 78744
 
ZIP Code
78744
 
Solicitation Number
va798a10rq0135
 
Archive Date
5/19/2010
 
Point of Contact
Kari CozzensContract Specialist
 
E-Mail Address
Contract Specialist
(Kari.cozzens@mail.va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
VA798A-10-PO-0235
 
Award Date
4/19/2010
 
Description
JUSTIFICATION AND APPROVALFOR OTHER THAN FULL AND OPEN COMPETITION (FAR 6.302-1) 1. Identification of the Agencies: Requesting Activity: Department of Veterans Affairs Office of Information and Technology (OI&T) Enterprise Infrastructure Engineering (EIE) 1202 Barbara Drive New Castle, IN 47362 Contracting Activity:Department of Veterans Affairs Office of Acquisition and Logistics Center for Acquisition Innovation - Austin Program Acquisition Service (CAI - PAS) 1701 Directors Blvd., Suite 810 Austin, TX 78744 2. Nature and/or description of the action: This is a Sole Source Justification in accordance with the Federal Acquisition Regulation (FAR) 6.302-1(a)(2), to pursue an award of a firm fixed price contract through the Department of Veterans Affairs (VA), without competition for information technology (IT) services. The proposed contractor for this action is: HEWLETT-PACKARD 3. Description of the supplies or services required to meet the agency's needs (including the estimated value): The purpose of this action is to relocate information technology (IT) hardware associated with the Refresh Test Environment System that supports the Bidirectional Health Information Exchange (BHIE) Federal Health Information Exchange (FHIE), a VA and Department of Defense (DoD) interagency project. The contractor shall provide full relocation services for the FHIE/BHIE hardware from the Washington VA Medical Center (VAMC) located in Washington, DC to a centralized VA Office of Information & Technology Field Office (OITFO) located in Silver Spring, Maryland. The relocation service will consist of site preparation at the new location, de-installation and packaging at the current location, pickup and delivery of hardware, re-installation and confirmation of connectivity at the new location. The hardware will be relocated from the VAMC located in Washington, DC to OITFO located in Silver Spring, Maryland in order to decrease maintenance costs through ease of access and maintenance. The new environment will provide a hardware platform nearly equivalent in configuration, design, and capability to those of the currently operational FHIE Development Environment System and Production Environment System located at the Austin Automation Center (AAC) in Austin, Texas. More specifically, the hardware will be moved as follows: From: To: Washington VAMC Silver Spring OITFO 50 Irving Street N.W.1335 East West Highway 3rd floor, Suite 3100 Washington D.C. 20422 Silver Spring, MD 20910 Point of Contact: Chiao Wu Point of Contact (1): Dean Ou (202) 745-8388 (202) 409-6659 Wu.Chiao@va.gov Dean Ou (301) 734-0399 Dean.Ou@va.gov Point of Contact (2): James Boberg (703) 402-9587 James.Boberg@va.gov JBoberg@cpshealthcare.com The specific list of hardware to be relocated is provided in Attachment #2 entitled, "Refresh Test Environment System Equipment List." In addition, the relocation of associated hardware will result in compliance with the Federal Enterprise Architecture (FEA) Federal Transition Framework (FTF) Model; compliance with elements and components of e-Government Statute entitled, "Federal Information Security Management Act (FISMA)," under Public Law (P.L.) 107-347 dated December 17, 2002; as well as subsequent compliance with One VA Corporate Enterprise Architecture. The associated cost estimate is $7,020.00. 4. Identification of the statutory authority permitting other than full and open competition. This action is to justify the use of a Sole Source as described in FAR 6.302-1(a)(2), "Only one responsible source and no other supplies or services will satisfy agency requirements. - Sole Source. The statutory authorities for this justification are: 10 U.S.C. 2304(c)(1) or 41 U.S.C. 253(c)(1). 5. Demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. Contract VA101{049A3}P-0339 dated September 26, 2008 between VA and Hewlett-Packard Company (HP) is the Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for hardware and software maintenance for all VA equipment associated with VistA and VistA Imaging to include maintenance of the hardware for the Refresh Test Environment System that supporting Federal Health Information Exchange (FHIE). Per the terms of the contract listed above, warranties associated with any equipment covered by Contract Line Item (CLIN) 0001 for Component Maintenance will be voided if any entity other than Hewlett Packard (HP) moves, disconnects, or uninstalls related hardware/ equipment. 6. 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. Since this acquisition is for a sole source, the requirement will be published within 14 days after award as prescribed by FAR Subpart 5.202(a)(2). 7. Determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. The Contracting Officer will determine a fair and reasonable price for the proposed contract action by using a combination of cost and price analysis of the contractor's proposal and comparison to historic awards for equipment relocation services. 8. Description of the market research conducted (see FAR Part 10) and the results or a statement of the reason market research was not conducted. Market research was conducted to check the terms of the warranty associated with the maintenance agreement referenced in paragraph 5 and confirmed with the Contractor that these terms would apply. 9. Any other facts supporting the use of other than full and open competition: None 10. Listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None 11. 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. None as long as the VA requires warranty for this equipment. 12. Certification requirement: I certify the supporting data, including the statement of the Government's minimum needs and other rationale for other than full and open competition is complete and accurate to the best of my knowledge. ____________________________________________________________________ Date Contracting Officer's Technical Representative (COTR) This justification is accurate and complete to the best of the contracting officer's knowledge and belief. ___________________________________________________________________ KARI COZZENSDate Contracting Officer Approve
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4b2ebe50072736518f30543e59922d22)
 
Record
SN02134786-W 20100430/100428235236-4b2ebe50072736518f30543e59922d22 (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.