VHAPG Part 813.106 Simplified Acquisition Procedures: Soliciting from a Single Source
Attachment 1: Single Source Justification for SAP under the SAT
Last Updated: 02/01/22 Page 1 of 1
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-0295
Contracting Activity: Department of Veterans Affairs, Network Contracting Office 10, located at 260 E. University Avenue, Floor 2, Cincinnati, OH 45219-2356, in support of VISN 10, Richard L. Roudebush (RLR) VA Medical Center (VAMC), 1481 West 10th Street, Indianapolis, IN 46202-2803. 2237 #: 583-24-1-179-0052.
Brief Description of Supplies/ Services required and the intended use/Estimated Amount: The RLR VAMC Police Service is seeking supplies/services required to upgrade its current Digital Voice Logging System. Those supplies/services include:
RA-NPS-INF-ADT-SHORT Analog/Digital/Trunk Short length PCI-E interface board (NO CABLE included) Qty of 2
RA-NPS-MY MySQL Server license (Standard Edition) Qty of 2
RA-NPS-SQL2 - MS SQL 2019 64-bit User Client Access License Qty of 2
RA-NPS-SQL MS SQL 2019 64-bit Server Client Access License Qty of 2
RA-NPS-INF-PROF-1CH 1 Primary Inform Professional Audio channel license, including Inform Professional Qty 10
RA-PS-MAINT-NICE-IND-STD-PS Public Safety Maintenance Agreement for NICE products Qty of 1
RA-RA-PS-MAINT-NICE-IND-SA-PS - Software Assurance for 1 Year Qty of 1
HP-DL HP 2U Server (Xeon 2.4, 2x2TB RAID1, 32GB, Redundant PS, 4-Post Rack Rails, MS SVR STD) Qty 1
HP-ML3 HP Tower/4U Server (QC Xeon 2.4, 2x2TB RAID1, 32GB, Redundant PS, No Rack Hardware, MS SVR STD) Qty 1
WSI-SYSIMAGE External USB Systems Image Drive Qty of 2
HP-8b21 HP Tower to Rack Conv Tray Universal Kit (for HP-ML110 / ML310 / ML30 / ML350G10) Qty of 2
Inst-On-Site On Site Installation and Training Qty of 1
The estimated amount of this procurement is $38,832.00
Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The supplies/services requested must be compatible with the existing NICE digital voice logging system. The supplies/services required to complete this upgrade has been approved via VA ARM # 2024-VHA-VISN-10-175082-N/A-N/A. The technology/standard is consistent with VA policies and standards, including, but not limited to, VA Handbooks 6102 and 6500; VA Directives 6004, 6513, and 6517; and National Institute of Standards and Technology (NIST) standards, including Federal Information Processing Standards (FIPS).
The OEM, is a large business with proprietary licensing and requires its resellers to be factory trained and certified to distribute, install, and maintain its supplies/services. Furthermore, the OEM has identified a single source (SB) as their Public Safety Dealer Business located within the geographic territory of the RLR VAMC. There are no SDVOSB/VOSB resellers available.
Description of market research conducted and results or statement why it was not conducted:
Market research was conducted using queries of VetCert, DSBS, GSA Advantage, FPDS-NG, VA NAC databases, and other sources. The queries found that the OEM is a large business, does not sell to the public, and has a sole source small business capable of meeting the agency s requirements. There were no SDVOSB/VOSB resellers identified. 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__________ __01/16/2024____________
Name: James Hallock Date
Title: Contracting Officer