Washington, DC Bids > Bid Detail

Teammate Software Maintenance Renewal

Agency:
Level of Government: Federal
Category:
  • 70 - General Purpose Information Technology Equipment (including software).
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159689372956588
Posted Date: Sep 30, 2023
Due Date:
Source: https://sam.gov/opp/88f8f95832...
Follow
Teammate Software Maintenance Renewal
Active
Contract Opportunity
Notice ID
47J00023P0153-JPM23-076
Related Notice
Contract Line Item Number
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
FEDERAL ACQUISITION SERVICE
Office
GSA/NATIONAL INFORMATION TECHNOLOGY
Award Details
  • Contract Award Date: Sep 29, 2023
  • Contract Award Number: 47J00023P0153
  • Task/Delivery Order Number: 47J00023P0153
  • Contractor Awarded Unique Entity ID: DBKSJMTTQJA1
  • Contractor Awarded Name: WOLTERS KLUWER FINANCIAL SERVICES, INC.
  • Contractor Awarded Address: Minneapolis , MN 55402 USA
  • Base and All Options Value (Total Contract Value): $97,566.00
General Information
  • Contract Opportunity Type: Award Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 29, 2023 09:56 pm EDT
  • Inactive Policy: 15 days after contract award date
  • Original Inactive Date: Oct 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
    Washington , DC 20405
    USA
Description

This document sets forth the justification and approval for award of a contract or order by means providing for other than full and open competition per 41 U.S.C. § 6101, and, as applicable, FAR 6.302 and FAR 16.505. Contracting without competition shall not be justified based on a lack of advance planning or concerns related to availability of funds.



This form shall be used to support instances where competition will be limited to a single source, a limited number of sources, including where a brand name product is required.




  1. Identification of Agency and the Contracting Activity.





The General Services Administration Office of lnspector General (OIG), Contracting Office (JPC), is responsible for this procurement, on behalf of the GSA Office of Inspector General, Information Technology (IT) Division (JPM) and Office of Audits (JA).





Address: 1800 F Street, NW



Washington DC 20405






  1. Nature and/or Description of the Action.







X New Contract






    • Modification:










    • GSA Schedule or GWAC

    • Other:







PR Number: JPM23-076



Contractor (if applicable): Wolters Kluwer



Financial Services Inc.,



Estimated Value: $97,566.00



Period of Performance: 09.30.2023-



09.29.2024








  1. Description of the Supplies or Services.





The GSA OIG is acquiring TeamMate software license renewal for 200 (two hundred) software licenses and maintenance for one year on behalf of Office of Audits (JA).
















  1. Identification of Statutory Authority.













For this requirement under $250,000, under FAR part 6, the basis for contracting without providing for full and open competition is:







X There is only one responsible source and no other supplies or services will satisfy OIG requirements. 41 U.S.C. § 6101(b)(2)(C); FAR 6.302-1.



X OIG's minimum needs can only be satisfied by contractor's unique capabilities or



products. FAR 6.302-l(b)(l).




  • Source controls copyrights, patents, raw materials, or secret processes cannot be



acquired otherwise, or similar circumstances. FAR 6.302-l(b)(2).



X OIG's needs can only be satisfied by a brand-name product or item which is essential to the Government's requirement. FAR 6.302-l(c).




  • Other exception identified in FAR 6.302-1:


    • There is such unusual & compelling urgency that the Government would be seriously





injured if competition is not limited.



41 U.S.C. § 6101(b)(2)(B); FAR 6.302-2. Option years are not permitted.






    • Source is expressly authorized or required by statute (e.g., AbilityOne, UNICOR, GPO,





GSA Public Buildings Service, Appropriations Act, etc.) per 41 U.S.C. § 6101(b)(l) and FAR 6.302-5:






    • Other basis authorized in 41 U.S.C. § 610l(b) or FAR part 6.302:



  1. Demonstration of Contractor's Unique Qualifications.





We are authorized to limit competition on the basis of the citation in section 4 because Wolters Kluwer is the only U.S. company with sole and exclusive license rights of Team.Mate suite, the software JA currently uses.





Team.Mate'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, Team.Mate'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 Team.Mate is required by JA in order to manage their audit work.





This award is solely for licensing and maintenance of Team.Mate software that OIG currently uses. Wolters Kluwer is the software owner with exclusive rights to licensing and maintenance; thus, no other vendors can satisfy this requirement.






  1. Description of Efforts to Ensure Other Potential Sources Were Sought.





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.




  1. Description of Efforts to Ensure Other Potential Sources Were Sought.





We made the following efforts to interest potential sources in this award:



NIA






  1. Listing of Interested Sources.





The following sources expressed interest in this award:



NIA






  1. Determination of Fair and Reasonable Cost.





As explained in detail below, I have determined that the prices for this contracting action are fair and reasonable based on comparison of the prices to the following (see FAR 15.404-l(b)(2)(i)):




  • Proposed prices received in response to the solicitation. FAR 15.404-l(b)(2)(i)



X Historical prices paid by the Government. FAR 15.404-l(b)(2)(ii)



Published competitive price lists. FAR 15.404-l(b)(2)(iv)




  • OIG's Independent Government Estimate FAR 15.404-l(b)(2)(v)



Prices obtained through market research for the same or similar items FAR 15.404-



1(b)(2)(vi)




  • Other: Identify the authority




The following analysis (based on attached pricing information) supports my determination:



A market research was conducted and the CO found that the price other companies offered for a similar software licensing and maintenance compatible with TeamMate software was 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 for TeamMate software is deemed to be fair and reasonable.












  1. Contracting Officer Determination of Responsibility







Checked System for Award Management



I have determined that this contractor is responsible because:



Wolters Kluwer Financial Services Inc., has a valid SAM registration that expires on



9/11/2024.






  1. Any Other Supporting Facts.





The following additional information is relevant to this justification and approval:



None






  1. Determination of Best Value





I have determined that this action represents the best value to the Government because: Wolters Kluwer Financial Services Inc., 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 GSA OIG 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.





Pricing was found to be fair and reasonable in accordance with FAR 15.404-l(b)(2)(ii) based on historical prices paid by the Government and FAR 15.404-l(b)(2)(vi), prices obtained through market research for the same or similar items. In accordance with the above, a sole source award to Wolters Kluwer Financial Services has been found to be the best value to the Government.






  1. Technical and Requirements Certification.





I certify that, to the best of my knowledge and belief, this justification is accurate and complete.







Contracting Officer 9/29/2023



Emmanuel Osei Darko Signature Date





This document sets forth the justification and approval for award of a contract or order by means providing for other than full and open competition per 41 U.S.C. § 6101, and, as applicable, FAR 6.302 and FAR 16.505. Contracting without competition shall not be justified based on a lack of advance planning or concerns related to availability of funds.





This form shall be used to support instances where competition will be limited to a single source, a limited number of sources, including where a brand name product is required.





I




  1. Identification of Agency and the Contracting Activity.





The General Services Administration Office of lnspector General (OIG), Contracting Office (JPC), is responsible for this procurement, on behalf of the GSA Office of Inspector General, Information Technology (IT) Division (JPM) and Office of Audits (JA).





Address: 1800 F Street, NW



Washington DC 20405






  1. Nature and/or Description of the Action.







X New Contract






    • Modification:










    • GSA Schedule or GWAC

    • Other:







PR Number: JPM23-076



Contractor (if applicable): Wolters Kluwer



Financial Services Inc.,



Estimated Value: $97,566.00



Period of Performance: 09.30.2023-



09.29.2024








  1. Description of the Supplies or Services.





The GSA OIG is acquiring TeamMate software license renewal for 200 (two hundred) software licenses and maintenance for one year on behalf of Office of Audits (JA).
















  1. Identification of Statutory Authority.













For this requirement under $250,000, under FAR part 6, the basis for contracting without providing for full and open competition is:







X There is only one responsible source and no other supplies or services will satisfy OIG requirements. 41 U.S.C. § 6101(b)(2)(C); FAR 6.302-1.



X OIG's minimum needs can only be satisfied by contractor's unique capabilities or



products. FAR 6.302-l(b)(l).




  • Source controls copyrights, patents, raw materials, or secret processes cannot be



acquired otherwise, or similar circumstances. FAR 6.302-l(b)(2).



X OIG's needs can only be satisfied by a brand-name product or item which is essential to the Government's requirement. FAR 6.302-l(c).




  • Other exception identified in FAR 6.302-1:


    • There is such unusual & compelling urgency that the Government would be seriously





injured if competition is not limited.



41 U.S.C. § 6101(b)(2)(B); FAR 6.302-2. Option years are not permitted.






    • Source is expressly authorized or required by statute (e.g., AbilityOne, UNICOR, GPO,





GSA Public Buildings Service, Appropriations Act, etc.) per 41 U.S.C. § 6101(b)(l) and FAR 6.302-5:






    • Other basis authorized in 41 U.S.C. § 610l(b) or FAR part 6.302:



  1. Demonstration of Contractor's Unique Qualifications.





We are authorized to limit competition on the basis of the citation in section 4 because Wolters Kluwer is the only U.S. company with sole and exclusive license rights of Team.Mate suite, the software JA currently uses.





Team.Mate'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, Team.Mate'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 Team.Mate is required by JA in order to manage their audit work.





This award is solely for licensing and maintenance of Team.Mate software that OIG currently uses. Wolters Kluwer is the software owner with exclusive rights to licensing and maintenance; thus, no other vendors can satisfy this requirement.






  1. Description of Efforts to Ensure Other Potential Sources Were Sought.





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.










  1. Program Office Certification





I certify that the description of the Government's minimum needs, schedule requirements, and



technical information that provides the basis for this justification are accurate and complete.






  1. Description of Efforts to Ensure Other Potential Sources Were Sought.





We made the following efforts to interest potential sources in this award:



NIA






  1. Listing of Interested Sources.





The following sources expressed interest in this award:



NIA






  1. Determination of Fair and Reasonable Cost.





As explained in detail below, I have determined that the prices for this contracting action are fair and reasonable based on comparison of the prices to the following (see FAR 15.404-l(b)(2)(i)):




  • Proposed prices received in response to the solicitation. FAR 15.404-l(b)(2)(i)



X Historical prices paid by the Government. FAR 15.404-l(b)(2)(ii)



Published competitive price lists. FAR 15.404-l(b)(2)(iv)




  • OIG's Independent Government Estimate FAR 15.404-l(b)(2)(v)



Prices obtained through market research for the same or similar items FAR 15.404-



1(b)(2)(vi)




  • Other: Identify the authority




The following analysis (based on attached pricing information) supports my determination:



A market research was conducted and the CO found that the price other companies offered for a similar software licensing and maintenance compatible with TeamMate software was 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 for TeamMate software is deemed to be fair and reasonable.




  1. Contracting Officer Determination of Responsibility



Checked System for Award Management



I have determined that this contractor is responsible because:



Wolters Kluwer Financial Services Inc., has a valid SAM registration that expires on



9/11/2024.






  1. Any Other Supporting Facts.





The following additional information is relevant to this justification and approval:



None




  1. Determination of Best Value





I have determined that this action represents the best value to the Government because: Wolters Kluwer Financial Services Inc., 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 GSA OIG 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.



Pricing was found to be fair and reasonable in accordance with FAR 15.404-l(b)(2)(ii) based on historical prices paid by the Government and FAR 15.404-l(b)(2)(vi), prices obtained through market research for the same or similar items. In accordance with the above, a sole source award to Wolters Kluwer Financial Services has been found to be the best value to the Government.






Attachments/Links
Contact Information
Contracting Office Address
  • 401 W PEACHTREE STREET
  • ATLANTA , GA 30094
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 29, 2023 09:56 pm EDTAward Notice (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 >