Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2010 FBO #3232
SOLICITATION NOTICE

D -- Informatica Software Licenses for B2B and Test Data Management

Notice Date
9/28/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO10QINFORMATICA
 
Archive Date
10/1/2010
 
Point of Contact
Jennifer N. Henley, Phone: 202 283-1670
 
E-Mail Address
jennifer.n.henley@irs.gov
(jennifer.n.henley@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
TDF-76-01.6 (11/09) Prescribed by DTAR Part 1006 (Previous Edition Obsolete) DEPARTMENT OF THE TREASURY JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (JOFOC) I recommend that the U.S. DEPARTMENT OF THE TREASURY use other than full and open competition for the acquisition of the following supplies or services. If this acquisition is to be made with only one source or a limited number of sources, negotiations will be conducted with the indicated proposed supplier(s): 1.DESCRIPTION OF SUPPLIES OR SERVICES The Informatica software purchase is for Business to Business (B2B) licenses, as part of the data integration tools. The licenses required are: B2B Data Transformation (12+ cores) per CPU-cores Multi-core Multi-OS Production License (24) B2B Data Exchange WebMethods Agent Multi-OS Production License (1) Informatica Multi-Product (12+ cores) per CPU-cores Multi-core Multi-OS Development Lab (12) Test Data Management (12+ cores) per CPU-cores Multi-OS Production License (12) PRICE INCLUDES MAINTENANCE FOR ALL FOUR ITEMS FOR ONE YEAR. The period of performance is one year from date of award. 2.REQUISITION NO. Q0QR01A1G12000 4.NAME(S) OF PROPOSED SOURCE(S) TBD 3.COST ESTIMATE $1,020,936.00 REQUESTING OFFICE CERTIFICATION I certify that the attached justification is accurate, and contains complete data necessary to support the recommendation for other than full and open competition. 5.REQUESTING OFFICE REPRESENTATIVE (Name & Title) (Signature) (Phone No.) (Date) SMALL BUSINESS CERTIFICATION I have conducted a search of vendor files, Central Contractor Registration (CCR), and the SBA’s Dynamic Small Business Search under the CCR System to locate potential offerors for this procurement. If any were found, a list is attached. 6.SMALL BUSINESS SPECIALIST (Name and Title) (Signature) (Phone No.) (Date) PROCUREMENT OFFICE CERTIFICATION > This requirement [ ] will, [ ] will not, provide for a bridge contract I certify that this submission is accurate, and that it contains complete information necessary to enable Approving Officials to make an informed recommendation for approval or disapproval. 7.ASSIGNED CONTRACTING OFFICER (Name) (Signature) (Phone No.) (Date) Before requesting this procurement, state one statutory authority for this procurement to be conducted under “other than full and open competition” procedures. Provide narrative justification associated with the respective state authority in block number 15. THE COMPETITION IN CONTRACTING ACT OF 1984 (P.L. 98-369) (place “X” in appropriate box) 8. X41 USC 253(c)(1) – Only one responsible source; or brand name specification This authority shall be used in preference to the Public Interest justification. It shall not be used when any of the other circumstances is applicable. (Explain what makes this contractor the only responsible source i.e., Does this proposed contractor have facilities or equipment that are specialized and vital to the effort? Is the proposed contractor the only one that can meet critical schedules? Does the proposed contractor have prior experience of a highly specialized nature vital to the effort? Why won’t any other product or service satisfy the need? What are the unique features of the product that are unavailable in any other brand or product? Why was this particular product and/or vendor chosen? Are these features available in other models? Describe the rationale for the brand name specification. Describe the market survey and analysis efforts leading to this conclusion. In addition, for brand name, indicate that “the use of such descriptions in the acquisition is essential to the Government’s requirements, thereby precluding consideration of a product manufactured by another company.”) 9. 41 USC 253(c)(2) – Unusual and compelling urgency This authority applies in those situations where (1) an unusual and compelling urgency precludes full and open competition, and (2) delay in award of contract would result in serious injury, financial or other, to the Government. (Explain why the agency’s need for the supplies or services is of such an unusual and compelling urgency that the Government would be seriously injured unless it limited the number or sources. Solicitation from as many potential sources as is practicable under the circumstances is required.) Note: The total period of performance under this authority is limited to the minimum contract period necessary to meet the requirements and to enter into another contract through the use of competitive procedures, and may not exceed one year unless the head of the agency entering into the contract determines that exceptional circumstances apply. The determination is in addition to the approval of the justification. 10. 41 USC 253(c)(3) – Industrial mobilization, engineering, developmental, or research capability; or expert services This authority applies when it is necessary to award the contract to a particular source or sources in order (1) to maintain a facility, producer, manufacturer, or other supplier available for furnishing supplies or services in case of a national emergency or to achieve industrial mobilization, or (2) to establish or maintain an essential engineering, research, or development capability to be provided b an educational or other nonprofit institution or a federally funded research and development center, or (3) to acquire the services or an expert for any current or anticipated litigation or dispute. (Does the proposed contractor have facilities and equipment that are vital in the event of a national emergency? Is the proposed contract to maintain properly balanced sources of supply for meeting the requirements of acquisition of programs in the interest of industrial mobilization? Is the proposed contract to create or maintain the required domestic capability for production of critical supplies by limiting competition to items manufactured in the United States or the United States and Canada?) 11. 41 USC 253(c)(4) – International agreement This authority may be used when the acquisition is to be reimbursed by a foreign country that requires the product to be obtained from a particular firm as specified in official written direction such as a Letter of Offer and Acceptance; or, when services are to be performed, or supplies are to be used in the sovereign territory of another country and the terms of a treaty or agreement specify or limit the sources to be solicited. (Cite the international agreement or treaty between the United States and the foreign government or international organization that precludes full and open competition. Provide the written directions of the foreign government reimbursing the agency for the cost of the acquisition, which preclude full and open competition.) 12. 41 USC 253(c)(5) – Authorized or required by statute This authority may be used when a statute expressly authorizes that the acquisition be made through another agency or from a specified source. (Cite the authority that expressly authorizes that the acquisition be made through another agency or from a specified source, and attach a copy of the statute.) Note: While this statutory exception includes the small disadvantaged business 8(a) set-aside program, a JOFOC is not required for this type of procurement. 13. 41 USC 253(c)(6) – National Security This authority may be used for any acquisition when disclosure of the Government’s needs would compromise national security. It will not be used merely because the acquisition is classified, or merely because access to classified matter will be necessary to submit a proposal or to perform the contract. (Explain why the disclosure of the Government’s needs would compromise the national security or violate security requirements.) 14. 41 USC 253(c)(7) – Public Interest This authority may be used when none of the other authorities above apply. Individual justification, Secretarial approval, and Congressional notification 30 days before award of the contract are required. 15.JUSTIFICATION (ADD PAGES IF NEEDED) A.DEMONSTRATION THAT THE PROPOSED CONTRACTOR’S UNIQUE QUALIFICATIONS OR THE NATURE OF THE ACQUISITION REQUIRES USE OF THE AUTHORITY CITED. The IRS Enterprise Data Management (EDM) office requires Informatica software as it provides the required reusable core-components, consistent definitions, interoperability of data in disparate locations, data modeling development, change management and impact analysis. These functions are essential to successfully complete the Customer Account Data Engine2 and MeF initiatives which are Commissioner mandated functionalities in order to achieve efficient and effective future filing seasons. The software addresses the metadata needs of the business units and Enterprise Data Management (EDM) office. It is capable of performing the data integration that the business units and the EDM office is building within (and between) the business units of the IRS. Informatica software is required as it is the only software that will successfully perform in the current IRS operating environment as it is the only software that cleans up the data and enables all the products to communicate with each other in a real-time environment. Informatica links various IRS projects together through the integration and manipulation of data. Other vendors have software products that manipulate data in various ways, but the Informatica software meets the specific needs of manipulating data for integration purposes. The Service has previously purchased Informatica software and it is required that the new software be compatible with the current software. Only additional Informatica software is capable of interfacing with the pre-existing software. This new purchase would add federated data query capabilities (EII – Enterprise Information Integration) and parsing of unstructured data (use of Informatica’s B2B Data Transformation), in addition to the data masking/data sub-setting capability of the Test Data Management. To bring in another type of software would jeopardize the Service’s ability to perform mission critical fuctions during filing season. The Informatica software is a data integration tool with PowerCenter and PowerExchange components that extract, transact and load data in a real-time environment through the use of repositories. The tools have demonstrated that it fits in with the existing data and other existing COTS tools such as Microsoft’s SQL Server, Oracle database 10g, 11g and allows for enhanced communication of components and definitions. Integration with the other Informatica tools for data transformation, data cleansing and improved data quality are also additional features of the software that can make project data more amenable. This is a modernization requisition funded from FY10 BSM appropriations. The software increases staff productivity in terms of creating a common metadata model and naming convention, interoperating data in different databases and formats where data types are not the same for like data elements. The B2B tool will parse data so that the EII tool or ETL may be used to deliver data to their respective customer(s). Those tools support the metadata integration and modernization projects across all tiers. The software provides a linkage between various projects, databases and strategies. The Informatica software will contribute to the effort of the IRS to accomplish goals through data that meets quality standards. The Informatica software is sold by multiple resellers off the NASA SEWP IV. This requirement will be competed against those authorized resellers off NASA SEWP. B.DESCRIBE THE EFFORTS TAKEN TO ENSURE OFFERS WERE SOLICITED FROM AS MANY POTENTIAL SOURCES AS IS PRACTICABLE, INCLUDING WHETHER A GPE NOTICE WAS OR WILL BE PUBLISHED AS REQUIRED BY SUBPART 5.2 AND, IF NOT, WHICH EXCEPTION UNDER 5.202 APPLIES. Prior to the original selection of the product suite needing current maintenance, the IRS conducted market research for best of breed products. The products selected met the best of breed requirements and are part of the approved IRS Enterprise Standards Profile. The IRS also conducted a review of products through on-site vendor presentations and an alternative analysis of key vendors. The brand name rationale will be posted in Federal Business Opportunities. An RFQ will be issued to vendors. C.DEMONSTRATION THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE The Contracting Officer will determine that the price will be fair and reasonable based on applicable price analysis techniques and established commercial catalog prices. The CO will ensure that the sales of the products to the general public are substantial. Award will be made to the lowest priced technically acceptable offer. NASA SEWP has determined that all the prices offered on their contracts are fair and reasonable. D.DESCRIBE THE MARKET SURVEY THAT WAS CONDUCTED AND THE RESULTS OF THAT SURVEY. IF ACTIONS WERE TAKEN BY PROCUREMENT PERSONNEL TO SATISFY THIS REQUIREMENT SUCH AS A GPE SOURCES SOUGHT SYNOPSIS, PLEASE SPECIFY. Market research via the World Wide Web, alternative analysis and on-site vendor presentations have been conducted. E.DESCRIBE ANY OTHER DOCUMENTATION TO SUPPORT THE JOFOC. N/a F.LIST SOURCES, IF ANY, THAT EXPRESSED, IN WRITING, AN INTEREST IN THE ACQUISITION No companies have expressed an interest in writing for this acquisition, however, if any company expresses an interest in the acquisition and can demonstrate that their product matches the Informatica products with similar pricing guidelines; responses will be considered. G.LIST THE ACTIONS THE BUREAU WILL TAKE TO PROMOTE THE COMPETITION ON ANY SUBSEQUENT ACQUISITIONS FOR SIMILAR SUPPLIES OR SERVICES IRS will continue to investigate best of breed data integration solutions for the IRS enterprise. However, replacement of the current solution with another product would cause disruption to the IRS’ current project environment. New software, when purchased, will be COTS products wherever possible so that maintenance can be performed by multiple vendors. In addition, the IRS will continue to conduct market research and solicit multiple quotations for the maintenance of the current environment to ensure that if competition is available, every opportunity will be taken to ensure that multiple quotations will be received and evaluated. The anticipated cost to the government will be fair and reasonable. The IRS will follow the competitive ordering procedures and will compete future acquisitions for similar software when applicable. H.STATEMENT THAT REQUIREMENT DOES NOT RESULT FROM A LACK OF PLANNING OR THE EXPIRATION OF FUNDS. This requirement does not result from a lack of planning or the expiration of funds. 16.COMPETITION REVIEW BOARD RECOMMENDATION (OPTIONAL) [ ] APPROVE [ ] DISAPPROVE (Name and Title) (Signature) (Phone No.) (Date) (Name and Title) (Signature) (Phone No.) (Date) ADDITIONAL APPROVALS OVER $550,00017.BUREAU COMPETITION ADVOCATE (Name & Title) [ ] APPROVE [ ] DISAPPROVE(Signature) (Phone No.) (Date) OVER$11.5 MILLION18.BUREAU HEAD OR SENIOR EXECUTIVE SERVICE DESIGNEE (Name & Title) [ ] APPROVE [ ] DISAPPROVE(Signature) (Phone No.) (Date) OVER $57 MILLION19.SENIOR PROCUREMENT EXECUTIVE (Name & Title) [ ] APPROVE [ ] DISAPPROVE(Signature) (Phone No.) (Date) NOTE: Each review must be preceded by lower level approval(s). e.g., over $57 million all approvals are required. IN NO CASE WILL AN INDIVIDUAL SIGN MORE THAN ONE APPROVAL LEVEL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/TIRNO10QINFORMATICA/listing.html)
 
Record
SN02299883-W 20100930/100928235340-31827fbf26d960111fb400268a5521eb (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.