Titanium Software Acquisition
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Jan 20, 2023 10:10 am EST
- Original Response Date: Jan 23, 2023 04:59 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 7A21 - IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- 541519 - Other Computer Related Services
- Place of Performance: Washington , DC 20202USA
Description
Single Source Justification
SINGLE SOURCE DETERMINATION USING
SIMPLIFIED ACQUISITION PROCEDURES (SAP)
FOR AN ACTION NOT EXCEEDING THE SIMPLIFIED ACQUISITION THRESHOLD
(AUTHORITY: FAR 13.106-1(b)(1))
EDOFSA-23-000138
- Agency and contracting activity. Federal Student Aid (FSA), Acquisition Directorate (AD), Enterprise Support Contracts Group (ESG) and Technology Directorate (TD)
- Description of supplies or services required to meet agency needs (including the estimated value).
The acquisition is for the continued maintenance and support of FSA’s existing Titanium licenses in support of the FSA Debt Management Collection System (DMCS):
Software Product: Debt Manager (Titanium) - Maintenance - Standard Support – OMA
Licenses Type: Platform
Quantity: 1
Titanium Debt Manager is a COTS product that is the foundation of DMCS which has been customized with a Debt Management implementation coded to manage the Department’s debt collection portfolio and corresponding workflows.
- The contract type planned and provided the total estimated value, including all options.
This will be a one year, firm-fixed price contract. This acquisition will be sole-sourced for the specific licenses identified in the request for quote.
The estimated value of this award is $649,071.36.
Period(s) of Performance Cost (Estimated)
01/01/2023 thru 12/31/2023 $649,071.36
- Identification of the single source or the brand name to be solicited.
C&R Software
4035 Ridge Top RD, STE 600
Fairfax, Virginia
22030-7424, United States
- Supporting rationale. Only one source or brand name is reasonably available as detailed below:
Brand Name – This particular brand name is essential to the requirement and market research indicates similar products do not meet or cannot be modified to meet agency needs.
Market research was conducted with technical experts reviewing and comparing similar solutions to determine if the current solution being utilized by FSA for Debt Management could be replaced by other providers. Specifically, technical experts conducted web-based research on My DSO Manager, Simplicity Collections, and Debtmaster. The gaps found within these products consisted of essential features such as: On-prem ability, system integration ability, User interface capabilities, Borrower management functionalities and/or Invoice management. Titanium was found to remain as the only product with all necessary features deemed as a requirement for DMCS. Replacing Titanium with any other product would result in additional acquisitions for software to cover missing requirements not included within the Titanium replacement. This would incur additional Technology costs, as well as costs for implementation, configuration, and training on the new software products and DMCS platform.
Compatibility to existing systems or equipment -
Technical experts confirmed that other comparable tools fell short on the Agency’s requirements for interoperability and compatibility. Because Titanium has configuration flexibility within their software suite, it could be customized with a Debt Management implementation coded specifically for the Department’s debt collection portfolio and their corresponding workflows between FSA, partners, and borrowers. The Debt Management Collection System also relies heavily on system integrations throughout FSA and Titanium was found to be the only solution that could be customized to handle such integration efforts.
- Determination
I hereby determine that the circumstances of this action deem only one source is reasonably available. This determination is accurate and complete to the best of my knowledge and belief.
______________________________________ ________________
Pamerah Marksman Contracting Officer Date
Attachments/Links
Contact Information
Contracting Office Address
- 830 1ST ST, NE
- WASHINGTON , DC 20002
- USA
Primary Point of Contact
Secondary Point of Contact
History
- Feb 07, 2023 11:58 pm ESTSpecial Notice (Original)