Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

70 -- TeamMate Audit Software - J&A

Notice Date
9/15/2016
 
Notice Type
Justification and Approval (J&A)
 
NAICS
511210 — Software Publishers
 
Contracting Office
General Services Administration, Office of Inspector General, Facilities and Contracts Division, 1800 F Street, NW, Washington, District of Columbia, 20405
 
ZIP Code
20405
 
Solicitation Number
47J00016C0012
 
Archive Date
10/13/2016
 
Point of Contact
Diana K. Brozi, Phone: 2022733047
 
E-Mail Address
diana.brozi@gsaig.gov
(diana.brozi@gsaig.gov)
 
Small Business Set-Aside
N/A
 
Award Number
47J00016C0012
 
Award Date
9/13/2016
 
Description
J&A Justification For Other Than Full And Open Competition (JOFOC) 1. Identification of Agency and Contracting Activity. The General Service Administration Office of Inspector General (OIG), Contracting Office is responsible for this procurement/action, on behalf of the United States Government and the GSA Office of Inspector General, Office of Audits (JA). Address: 1800 F Street, NW Washington DC 20405 2. Identification of Statutory Authority. FAR 6.302-1 - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. (a) Authority. (1) Citations: 10 U.S.C. 2304(c)(1) 3. Description of the supplies/services action being processed. Two hundred (200) TeamMate Software licenses and maintenance for one year. Period of Performance: September 30, 2016 - September 29, 2017. Estimated value: $71, 110.00 4. Justification rationale and a demonstration of the proposed contractor's unique qualifications to provide the required supply or service: TeamMate software is an Audit Management Software System that includes, Risk-Based Auditing, Resource Scheduling, Electronic Work-paper Management, Audit Issue Tracking, Audit Committee Reporting, and Time and Expense Reporting. TeamMate's audit management software system increases the efficiency and productivity of the entire internal audit process, including: risk assessment, scheduling, planning, execution, review, report generation, trend analysis, audit committee reporting and storage. By providing an integrated paperless strategy for managing audits, TeamMate's audit software eliminates the barriers associated with paper-filled binders and disconnected electronic files, driving efficiencies into all facets of the internal audit workflow. The above software is used in OIG investigations requiring any type of audit report. This software was approved for use by the OIG, by the OIG Information Technology (IT) Division (JPM) and continued use of TeamMate is required by JA in order to manage their audit work. TeamMate Software is the only source capable of satisfying the agency's requirements. An award to a source other than CCH Group DBA Wolters Kluwer would result in substantial duplication of cost that is not expected to be recovered through competition and unacceptable delays in fulfilling the agency's requirements. Commercial Clearing House (CCH) DBA Wolters Kluwer is the software owner. By proprietary agreement CCH is the only company able to provide updates, upgrades, corrections, and enhancements covering common functional and performance issues and additional support services for JA's existing TeamMate licenses. 5. Determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. This contractor is successfully providing supplies/services and it has implemented a functional system for JA. Changing contractors would require a complete transformation of the current system that the auditors are using. Furthermore, the proficiency required to merge the auditors data from the current software (TeamMate) to a new one would result in substantial duplication of cost that is not expected to be recovered through competition and unacceptable delays in fulfilling the Agency's requirements. Therefore, the Contracting Officer has determined that the prices for this contracting action are fair and reasonable based on comparison of the prices to the historical prices paid by the Government (FAR 15.404-1(b)(2)(ii)), and to Contractor's published competitive price lists (FAR 15.404-1(b)(2)(iii)). 6. Description of the market research conducted and the results, or a statement of the reasons market research was not conducted. A market research was conducted and the CO found that the price one company offered for a similar software and compatible with TeamMate software was substantially more expensive than what Wolters Kluwer offers to JA for 200 (two hundred) licenses and maintenance for one year. Therefore the market research resulted that the price offered to JA for TeamMate software is deemed to be fair and reasonable. 7. Any other facts supporting the use of Other Than Full and Open Competition. NONE 8. A statement of the action, if any, the agency may take to remove or overcome any barriers to competition before making subsequent acquisitions for the supplies or services required. If other potential source(s) emerge, JA, will assess whether competition for future requirements is feasible. The circumstances surrounding the need to obtain the required supplies/services without providing full and open competition will be reviewed annually by the Contracting Officer. 9. Certification by the Contracting Officer. I certify that the requirement outlined in this justification is a Bona Fide need of GSA OIG and the supporting data under my cognizance included in the justification, are accurate and complete to the best of my knowledge and belief. _______________________________ Diana K. Brozi Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/GSAOIG/JPC/47J00016C0012/listing.html)
 
Place of Performance
Address: 1800 F Street NW, Washington, District of Columbia, 20405, United States
Zip Code: 20405
 
Record
SN04274222-W 20160917/160916000429-a9f99b3fd2fc5c105ad7754d486e6465 (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.