SPECIAL NOTICE
70 -- ESOC IBM COMP SUPPORT SOFTWARE MAINTENANCE
- Notice Date
- 3/5/2014
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA14F0824LRB
- Archive Date
- 4/4/2014
- Point of Contact
- Lawanna R. Bradley, Phone: 7038756069
- E-Mail Address
-
bradleylr@state.gov
(bradleylr@state.gov)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Department of State, Office of Acquisition has the intent to issue a Sole Source Award to CA, Inc., 2291 Wood Oak Drive; Herndon, Virginia. LI001, Maintenance Package includes all Line Items 1-9 for 1-Base Year: (PN: ACFBAS002) CA ACF2, License Type: UMF, Op/Sys: MVS, authorized use: 216-MIPS, POP: 12/19/2013- 12/18/2015 QTY- 1Yr; LI002, (PN: EXAMIN002) CA Auditor, License Type: UMF, Op/Sys: MVS, Users: 216-MIPS, POP: 12/19/2013- 12/18/2015, QTY-1Yr; LI003, (PN: INTCIC002) CA InterTest for CICS, License Type: UMF, Op/Sys: MVS, Users: 216-MIPS, POP: 12/19/2013- 12/18/2015, QTY-1Yr; LI0004, (PM: INTBAT002) CA InterTest Batch, License Type: UMF, Op/Sys: MVS, Users: 216-MIPS, POP: 12/19/2013- 12/18/2015, QTY-1Yr; LI005, (PN: SCHBAS002), CA Scheduler Job Management, License Type: UMF, Op/Sys: MVS, Users: 216-MIPS, POP: 12/19/2013- 12/18/2015, QTY-1Yr; LI006, (PN: JCLBAS002), Unicenter CA-JCLCheck Workload Automation, License Type: UMF, Op/Sys: MVS, Users: 216-MIPS, POP: 12/19/2013- 12/18/2015, QTY-8 ea; LI007, (PN: LIBTSO002), CA Librarian Support for TSO/ISPF, License Type: UMF, Op/Sys: MVS, Users: 216-MIPS, POP: 12/19/2013- 12/18/2015, QTY-1Yr; LI008, (PN: LIBBAS002), AllFusion CA-Librarian Base, License Type: UMF, Op/Sys: MVS, Users: 216-MIPS, POP: 12/19/2013- 12/18/2015, QTY-1Yr; LI009, (PN: CA1BAS002), CA One TAPE MANAGEMENT, License Type: UMF, Op/Sys: MVS, Users: 216-MIPS, POP: 12/19/2013- 12/18/2015, QTY-1Yr; LI010, Maintenance Package includes all Line Items 1-9 for 1- Option Year., QTY-1Yr; This is for information purpose only. All interested parties are encouraged to contact the primary point of contact listed via email (ONLY) on this announcement for further information if necessary. NOTE: JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION: 1. The Office of Acquisition Management is conducting this acquisition for CA Incorporated software maintenance on behalf of the Bureau of Information Resource Management, Enterprise Server Operations Center (IRM/SIO/ESOC). 2. Nature and/or description of the action being approved: Based on the specifications and pre-existing use of IBM Z Series Mainframe System within the Enterprise Server Operations Center, IRM Systems & Integration Office (IRM/OPS/SIO) is seeking the approval of the purchase of CA Mainframe Software Suite to maintain operations for the Department's critical Compensation Support System. 3. A description of the supplies or services required to meet the Department's needs: This renewal is necessary for the continued operation and support of the Department's critical Compensation Support System. This Renewal of CA Mainframe Software Suite is instrumental in maintaining the integrity of the IBM Z Series System. This Software is used in the Department's Mainframe Payroll Application (CAPPS). Without renewal, there is no guarantee that the IBM Z Series Payroll Processing System for the Department would provide payroll processing and would directly affect the Department's employees worldwide. CA owns these Software Licenses and only CA can authorize its use. CA is a proven product and meets the requirements of the Department; no other product is available and can meet these requirements. This product is already deployed, tested and working confidently. 4. An identification of the statutory authority permitting other than full and open competition: 41 USC 253(g), FAR 13.501, Only one source reasonably available and no other supplies or services will satisfy agency requirements. 5. A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited: CA Incorporated software maintenance is essential to the government's requirements and thereby precludes consideration of a product manufactured by another company. CA Incorporation holds proprietary rights to the software products/services and has not authorized any other company to provide products nor services. 6. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable: A combined synopsis/solicitation will be issued under FAR Subpart 12.6 procedures. The combined synopsis/solicitation will include this justification and will be publicized on FedBizOpps in accordance with FAR 5.102(a)(6). 7. A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable: The Contracting Officer will make a fair and reasonable price determination in accordance with FAR 13.106-3. 8. A description of the market survey conducted and the results or a statement of the reasons a market survey was not conducted: Procurement of substitute products would result in further costs in software, training, environment expansion and ongoing maintenance. 9. Any other facts supporting the use of other than full and open competition: No. 10. A listing of sources, if any, that expressed, in writing, an interest in the acquisition: No sources have expressed an interest in the acquisition in writing or via any other media. 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: IRM/SIO/ESOC keeps current with regard to new and emerging tools by reviewing technical publications and checking vendors' web sites. Therefore, if and when a product or products become available that is/are comparable or superior to CA Incorporated software maintenance, then IRM/SIO/ESOC will perform a technical assessment, including a benefit/cost analysis, to determine whether to retain this product or to transition to a new, more cost-efficient product. A combined synopsis/solicitation will be issued under FAR Subpart 12.6 procedures. The combined synopsis/solicitation will include this justification and will be publicized on FedBizOpps in accordance with FAR 5.102(a)(6).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA14F0824LRB/listing.html)
- Place of Performance
- Address: Washington DC Metropolitan Area, Washington, District of Columbia, 20006, United States
- Zip Code: 20006
- Zip Code: 20006
- Record
- SN03303208-W 20140307/140305234936-1a9abc9d07d4ab8a506b2ab9e19818cf (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 |