Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SPECIAL NOTICE

63 -- Direct Management Systems Maintenance and Repair

Notice Date
6/11/2010
 
Notice Type
Special Notice
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Kearneysville, WV, 2217 WILTSHIRE ROAD, KEARNEYSVILLE, West Virginia, 25430, United States
 
ZIP Code
25430
 
Solicitation Number
AG349BS100471
 
Archive Date
7/3/2010
 
Point of Contact
TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
 
E-Mail Address
tim.smearman@ars.usda.gov
(tim.smearman@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA, Agricultural Research Service intends to negotiate solely with Control Systems, Incorporated, Hagerstown, MD under the authority of FAR 6.302-1, to provide Preventative and Remedial Maintenance, Technical Support, Data Programming, Software Upgrades, Equipment Upgrades, Two Hour Mandatory Emergency Response and Non-Emergency Response for Repair, Service, and Manufacturer parts for the Appalachian Fruit Research Station Direct Management Systems for Security, Controls, Monitoring, and Dialer Systems located at the USDA, Agricultural Research Service, in Kearneysville, WV. The Contractor shall be able to service, test, repair, calibrate and provide the necessary manufacture parts and vital components for the following equipment and software programs to include the following Systems: Invensys Building Automation System (I/A), Siebe Environmental Controllers, Robertshaw Digital Management System 350A, Robertshaw Environmental Security/Monitoring Programs, Westinghouse SE 808S UltiVist Controller, OS/2 WARP Hard-drive Computer System, UltiVist WSE 808 Integration Software (version 1.22), Westinghouse 3708C Power Controller, T.A.C. Integration Data Software, RACO Verbatim Remote Alarm Dialing System (Series VSS). This is a total small business set-aside. Written substantive statements addressing technical data, personnel qualifications, mandatory response time capability, and prices sufficient to determine the capability to meet the entire requirement must be submitted to the identified point of contact not later than the response date specified in this notice. No telephone inquires will be accepted. This is a notice of intent, not a request for proposal, and no contract will be awarded based on substantive statements received in response to this notice, but will be used to determine if a comparable source is more advantageous to the Government. A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government. Justification for other than full and open competition. 1. USDA, Agriculture Research Service, North Atlantic Area, Appalachian Fruit Research Station. 2. T his action is to obtain preventative and remedial maintenance, technical support, data programming, software upgrades, equipment upgrades, two hour mandatory emergency repair service response and non-emergency service response repair service, and manufacturer parts for the Appalachian Fruit Research Station Direct Management Systems for Security, Controls, Monitoring, and Dialer Systems. 3. The preventative and remedial maintenance required is for the systems utilized to support the research and includes W estinghouse SE 808S UltiVist Controller, OS/2 WARP Hard- drive Computer System, UltiVist WSE 808 Integration Software (version 1.22), Westinghouse 3708C Power Controller, Robertshaw Digital Management System 350A, Siebe Environmental Controllers, Robertshaw Environmental Security/Monitoring Programs, Invensys Building Automation System (I/A), T.A.C. Integration Data Software, RACO Verbatim Remote Alarm Dialing System (Series VSS). 4. 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The supplies required by the agency are available from only one responsible source and no other type of services will satisfy the Agency requirements. 5. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements, FAR 6.302-1(a)(2)) When the supplies or services required by the agency are available from only one responsible source, or for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for. The named vendor is the authorized distributor, provides qualified service technicians for the identified systems, and is capable of providing emergency response within the mandatory two hour response time. 6. A Federal Business Opportunities synopsis is published in an attempt to identify other possible vendors capable of providing qualified technicians, obtaining manufacturer parts, and providing emergency repair within the required response time in order to keep the critical systems operational. The USDA ARS does not anticipate other qualified sources; however, should any responses be received, they will be evaluated to determine if they can meet future needs of the Government. 7. Anticipated costs are expected to be fair and reasonable to the Government based on historical procurement information. 8. Market research was conducted appropriate to the circumstances of this requirement with no other sources being identified as capable of satisfying the agency's requirements. 9. Selected vendor provides capability to provide is an authorized representative of Invensys, Siebe, and Robertshaw Systems and maintains qualified staff and service personnel with skills and experience necessary for proper application and maintenance of control devices produced by these and other manufacturers. Reference FAR 13.106(b)(1) - For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. 10. No other sources have been identified. 11. An announcement of intent is being posted in order to determine if another source is more advantageous to the Government. 1 2. Data and representations included in this justification and which form a basis for this justification are complete and accurate. I certify that this justification is accurate and complete to the best of my knowledge. / s/ T imothy Smearman, Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAA-AFRS/AG349BS100471/listing.html)
 
Place of Performance
Address: 2217 Wiltshire Road, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN02175954-W 20100613/100611235318-c50e35b3d3d6b7916cb70a018bd94614 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.