Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SPECIAL NOTICE

D -- SYNOPSIS NOTICE OF INTENT TO AWARD SOLE SOURCE

Notice Date
8/11/2010
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Fort Benning DOC, Directorate of Contracting, Building 6, Meloy Hall, Room 207, Fort Benning, GA 31905-5000
 
ZIP Code
31905-5000
 
Solicitation Number
0013209
 
Archive Date
11/9/2010
 
Point of Contact
SUSANNE H. JOHNSON, 706 545-4016
 
E-Mail Address
Fort Benning DOC
(susanne.johnson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT Synopsis: National Incident Management System (NIMS) Compliant Emergency Operation Center at Ft Benning, GA Mission and Installation Contracting Command, Fort Benning, GA intends to award a sole-source contract with Intergraph Corporation on 1 September 2010 for the following items: The contractor will provide the necessary hardware and software items as well as the expertise required to integrate existing and new response and security systems at Fort Benning, Georgia. This contract includes but is not limited to: upgraded / enhanced E911 dispatch capabilities; vehicle tracking for all law enforcement, fire and emergency medical services; mobile data terminals for selected first responder vehicles; components necessary to provide a data feed and display based on the E911 graphics in the installation EOC, designated Task Force locations, and the Operations Center at Martin Army Community Hospital; thermal imagining and accompany video feeds / displays and a Mass Notification System (compatible with existing installation system) at Lawson Army Airfield. Presidential Directive #5 for Homeland Security mandates the implementation of the National Incident Management System (NIMS) procedures for all local, State, Tribal and Federal agencies involved in response and consequence management operations during crisis events. This proposed action is being funded by a FY10 Congressional Plus Up that is earmarked for this specific purpose and must be in place and operational by 1 September 2010. The determination to sole source was made because Intergraph has proprietary rights over the software that is currently in use and any software package used must be able to be integrated with Intergraphs current software for the entire system to function. Due to the proprietary nature of the existing software it is unrealistic to assume that another contractor will be able to integrate systems, provide identical services and meet the 1 September 2010 deadline. The NAICS code is 541511. The authority for this non-competitive award is 10 USC 2304(c) (1), only one responsible Source. The Government intends to procure this sole source requirement under Simplified Acquisition Procedures in FAR part 13, subpart 13.5 Test Program for Certain Commercial Items and Commercial procedures in FAR part 12. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS and a solicitation will not be issued. Interested concerns must show clear and convincing evidence that competition of this requirement would be advantageous to the Government. If no affirmative written responses are received by 16 August 2010, award will be made without further notice. Oral communications are not acceptable in response to this notice. A determination by the government not to compete this proposed requirement is solely within the discretion of the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/856b7ac03655eaf91692e7ec7e4eea6a)
 
Record
SN02237192-W 20100813/100811235904-856b7ac03655eaf91692e7ec7e4eea6a (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.