Indiana Bids > Bid Detail

5810--Intent to Sole Source - Software Upgrade/Server Migration Fort Wayne VAMC

Agency:
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159952168613619
Posted Date: Oct 23, 2023
Due Date: Oct 26, 2023
Source: https://sam.gov/opp/b6f0e88761...
Follow
5810--Intent to Sole Source - Software Upgrade/Server Migration Fort Wayne VAMC
Active
Contract Opportunity
Notice ID
36C25024Q0071
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 23, 2023 05:59 pm EDT
  • Original Date Offers Due: Oct 26, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5810 - COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Fort Wayne VAMC Engineering Department Fort Wayne , IN 46805-5100
    USA
Description
Notice of Intent to Sole Source Requirement PACS Software Upgrade and Server Migration

Department of Veterans Affairs, VISN 10, Fort Wayne VA Medical Center, 2121 Lake Avenue, Fort Wayne, IN 46805-5100 intends to negotiate an open market sole source contract under Simplified Acquisition Procedures and the authority of FAR Part 6.302-1, Only One Responsible Source for Physical Access Controls System (PACS) software upgrade and server migration.

The associated NAICS code for this is 541511. The vendor will be Securitas Technology Corporation d/b/a Stanley Security Solutions, Inc., 8350 Sunlight Drive, Fishers, IN 46037-6700.

Description of Equipment or Supplies:

PVCP-D/S-MS pivCLASS Registration Engine Standard Maintenance & Support Annual Subscription
One year renewal of standard maintenance and support service 8am 5pm (CST), Monday Friday
Quantity of 6

PVC-CM-MS pivCLASS Certificate Manager Standard Maintenance & Support Annual Subscription
One year renewal of standard maintenance and support service 8am 5pm (CST), Monday Friday
Quantity of 3

Installation - Qty 40 hours
Contractor to upgrade software and migrate system from existing server to new server.
A firm fixed price contract with no option years is anticipated and shall be awarded. It is the Government's belief that only the proposed candidate possesses the required capabilities to successfully meet this requirement. It is the Government's intention to solicit and negotiate with only this source. This notice of intent is not a request for competitive proposals. It is not a solicitation or request for offers. No solicitation package is available. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.

Responses must be received no later than 4:00 pm on Thursday, October 26, 2023. Point of contact is Barbara Robertson, e-mail Barbara.Robertson@va.gov. No phone calls will be accepted.

DEPARTMENT OF VETERANS AFFAIRS

Justification for Single Source Awards IAW FAR 13.106-1
For
Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K)

Acquisition Plan Action ID: 36C250-24-AP-0071

Contracting Activity: Department of Veterans Affairs, Network Contracting Office 10 located at 260 E University Avenue, Cincinnati, OH 45219-2356, in support of VISN 10, VA Northern Indiana Health Care System Medical Center, 2121 Lake Avenue, Fort Wayne, IN 46805-5100. 2237: 610-24-1-6091-0008

Brief Description of Supplies/ Services required and the intended use/Estimated Amount: The existing server that the facility s Physical Access Controls System (PACS) is on is being decommissioned on 10/31/2023. The current pivCLASS software is outdated and will not communicate with the new card readers that has been installed. The facility is requesting the existing vendor to work with OI&T to upgrade the software and migrate to the new server by 11/01/2023.

The estimate amount of this requirement is $_________

Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The pivCLASS Registration Engine includes all the functionality of the Validation Workstation and the ability to interoperate with a PACS head-end collecting card information (such as name, FASC-N or UUID, expiration date and photo) and creating a card holder record in a PACS. The Certificate Manager provides the capability to revalidate registered cardholders on an ongoing basis. If a cardholder s certificate is invalid or revoked, Certificate Manager can automatically suspend the card in the PACS and send an email to a distribution list for notification. pivCLASS Software Training is required to resell these products. The OEM has provided documentation that the identified vendor is an authorized direct partner and is enrolled as an HID Advantage Partner. The software has been approved via VA Acquisition Review Module (ARM) # ___________.

The current vendor has proprietary knowledge, system access codes, and configuration required to upgrade the software for compatibility with the new server within the required timeframe. If this effort was otherwise competed, substituting for any other equipment or vendor will leave the hospital with a non-functioning door security system and increase the potential for possible safety concerns.
Description of market research conducted and results or statement why it was not conducted:
Market research queries were conducted using VetCert, DSBS, VA NAC, FPDS-NG, and GSA Advantage databases. The results found that the product is not listed in the NMR Class Waiver. The OEM, HID Corporation (LB), has authorized direct partner resellers. Although two (2) SB authorized resellers were identified; due to the facility s needs, they are not able to satisfy the requirement. The VA and SBA Rules of Two cannot be obtained.
Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief.

_Electronic Signature on File __________ _10/23/2023____
Name: James Hallock Date
Title: Contracting Officer
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 23, 2023 05:59 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >