QT Modeler Software J&A
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Control Number: 19-001 Pursuant to the requirements of the Competition in Contracting Act (CICA) as implemented by the Federal Acquisition Regula... JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Control Number: 19-001 Pursuant to the requirements of the Competition in Contracting Act (CICA) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.3, and in accordance with the requirements of FAR 6.303-1, the justification for the use of the statutory authority under 41 U.S.C. 3304(a)(1) Use of Noncompetitive Procedures as implemented by FAR Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements is justified by the following facts and rationale required under FAR 6.303-2 as follows: 1. Agency and Contracting Activity. The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Office of Chief Procurement Officer (OCPO), Acquisition Operations Division (AOD) proposes to enter into a contract using other than full and open competition. The statutory authority permitting other than full and open competition is the 41 U.S.C. 3304(a)(1) Use of Noncompetitive Procedures as implemented by FAR Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. As expressly authorized by the statute, the acquisition will be made for specified inland flood and storm surge catastrophe models. 2. Nature and/or Description of the Action being Approved. Response, Planning and Exercise Division, Geospatial Office, Recovery, Program Delivery Branch, and Public Assistance Program intends to procure a brand name specification for Applied Imagery for Quick Terrain Modeler (QT Modeler) for licensing in accordance with FAR 16.505(a)(4)(i) or (ii). The exception is based on FAR 16.505(b)(2)(i)(B) as only one source can provide the Applied Imagery for Quick Terrain Modeler (QT Modeler) product. The Applied Imagery for Quick Terrain Modeler (QT Modeler) software provides for advanced workflows, templates, and remote sensing analysis capabilities similar to that of ArcGIS. This software is critical to enhancing production workflows, analysis, template creation, and product development. DHS network architecture, maintenance platforms, and configuration systems are currently configured for the Applied Imagery for Quick Terrain Modeler (QT Modeler) software. As an extension to the ESRI environment, Quick Terrain Modeler (QT Modeler) is uniquely qualified to extend the service offerings for remote sensing data analysis and exploitation. The Quick Terrain Modeler (QT Modeler) product must be configured in accordance with DHS OCIO system architecture requirements. The use of other products will result in interoperability, compatibility, and/or interface issues that would preclude the system's support team from providing efficient and effective customer support. In addition, competitors to this brand name will yield additional costs to the government in terms of software configuration and integration with existing network configurations. DHS FEMA Response Planning Division, Recovery Directorate, Program Delivery Branch, Public Assistance Page 2 of 4 Program, and the Geospatial Office conducted market research on the following products: Quick Terrain Modeler (QT Modeler) and ESRI ArcGIS. The results of the market research indicate other companies' similar products lacks the functionality found between ESRI and QT Modeler. These costs include: maintenance for three-year, technical support and training. The purpose of this Justification and Approval (J&A) is to justify procuring the QT Modeler Software and the associated maintenance agreement to cover version upgrades and bug fixes as released. The services required are described in Section 3 of this J&A, and the program office estimates the total contract value, for 100 FlexNet License, the use of a FlexNet License Server and 2 years of additional annual maintenance of the software. a three-year period of performance, for QT Modeler to be $434,648.00. Table 1: Price Breakdown and Funding Details ITEM P/N List Price Gov. Discount UI QTY Volume Discount Unit Price Total Price Quick Terrain Modeler Version 8 - FlexNet Floating License - (Uses a FlexNet License Server)- Includes one year of annual maintenance QTM-8FN $5,595.00 15% EA 100 20% $3,804.60 $380,460.00 - Year 2 Annual Maintenance QTM-AM $750.00 15% Per 100 15% $541.88 $54,188.00 TOTAL $434,648.00 3. Description of Supplies/Services. The purpose of this acquisition is to obtain QT Modeler Software Version 8 and follow-on annual maintenance of the software for up to 100 FEMA users. QT Modeler is a proprietary software developed by Applied Imagery LLC. Located in Chevy Chase, Maryland. a. The purpose of this acquisition is to obtain remote sensing software capable of analyzing various imagery types (such as electro-optical and synthetic aperture radar). The solution shall streamline the production and workflow of existing geospatial processes, improve project worksheet development, and enhance existing analytic capabilities by seamlessly integrating remote sensing analysis protocol for advanced mission support. b. FEMA currently possesses a variety of remote sensing software solutions. The primary purpose of this effort is to purchase licenses from Applied Imagery. FEMA is reliant on this software as it is the primary mechanism used to exploit imagery provided during crisis situation from various partners such as NASA, NOAA, and/or NGA. The purchase/continued maintenance of remote sensing software enables FEMA geospatial analysts and public assistance specialists to conduct their own analysis, thereby improving efficiency and reducing dependency on external elements. Page 3 of 4 c. There is no set timeline for this procurement, although it is anticipated that the software selected will be integrated upon purchase. d. Applied Imagery for Quick Terrain Modeler (QT Modeler) has been approved and is listed on the FEMA Technical Reference Model) 4. Identification of Statutory Authority Permitting Other Than Full and Open Competition. The statutory authority permitting other than full and open competition is 41 U.S.C. 3304(a)(1) Use of Noncompetitive Procedures as implemented by FAR Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. 5. Demonstration that the Nature of the Acquisition Require Use of the Authority Cited. FEMA currently possesses a variety of remote sensing software solutions. The primary purpose of this effort is to purchase licenses from Applied Imagery. FEMA is reliant on this software as it is the primary mechanism used to exploit imagery provided during crisis situation from various partners such as NASA, NOAA, and/or NGA. The purchase/continued maintenance of remote sensing software enables FEMA geospatial analysts and public assistance specialists to conduct their own analysis, thereby improving efficiency and reducing dependency on external elements As a result, FEMA is utilizing FAR 6.302-1 permitting other than full and open competition. The cited authority is necessary to ensure credibility of the new Risk Rating and Product Redesign Program. 6. Description of Efforts Made to Ensure that Offers are Solicited from as Many Potential Sources as is Practicable. Extensive market research including phone and email conversations with knowledgeable individuals in government and industry were conducted to identify market capability and potential sources in January 2019. The program office leveraged and expanded upon extensive market research that was done prior to this requirement's previous contract - to inform the pool of competition for this procurement. As determined by market research. 7. Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable. Pricing is expected to be fair and reasonable based on comparison to the Independent Government Cost Estimate (IGCE) which was based on historical pricing during a previous competitive procurement. 8. Description of Market Research. Market research was conducted by FEMA's Geospatial and Public Assistance Offices - see Market Research Report. 9. Any Other Facts Supporting the Use of Other Than Full and Open Competition. Catastrophic data modeling is a unique but commercial market as defined by FAR Part 12. However, there is not an extensive supply of capable companies with widespread use in the reinsurance and risk Page 4 of 4 rating industry. The 4 industry leaders previously identified - RMS, AIR Worldwide, CoreLogic, and KatRisk - are the most widely used catastrophe models in the world. FEMA has awarded contracts to AIR Worldwide and KatRisk and requires the other two models to round out its repertoire. 10. A Listing of the Sources, if Any That Expressed, in Writing, an Interest in the Acquisition. None available 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 Supplies or Services Required. FEMA intends to utilize a multi-model approach to add credibility to the risk rating program until the FIMA can conduct its own catastrophe modeling. If FEMA procures models in the future, it will continue to conduct market research to see which new models are being utilized by industry at that time and will post future requirements on FedBizOpps. 12. Contracting Officer's Certification: I certify that the data supporting the recommended use of other than full and open competition is accurate and complete to the best of my knowledge and belief and determine that an individual contract action may be awarded within the scope of a class J&A for RMS and CoreLogic license purchase, respectively. _______________________________ ____9 April 2019____________ Ralph J. La Rosa Date Contracting Officer 13. Technical/Requirements Personnel Certification: I certify that this requirement meets the Government's minimum need and that the supporting data, which forms a basis for this justification, is complete and accurate. _______________________________ ___________________ Travis Johnson Date Technical Representative
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »