Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2011 FBO #3448
SOLICITATION NOTICE

63 -- ADVANTOR SECURITY SYSTEM INSTALL

Notice Date
5/2/2011
 
Notice Type
Justification and Approval (J&A)
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Point of Contact
Nicholas O. Fisher, Phone: 2024042335, Ty Christian, Phone: 202-767-7987
 
E-Mail Address
nicholas.fisher@afncr.af.mil, ty.christian@afncr.af.mil
(nicholas.fisher@afncr.af.mil, ty.christian@afncr.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA7014-11-F-TBD
 
Award Date
5/19/2011
 
Description
JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION CONTRACT ACTION FOR ADVANTOR EQUIPMENT IN SUPPORT OF JOINT BASE ANACOSTIA-BOLLING 1. IDENTIFICATION Requiring Agency: Security Services/J34 421 Brookley Avenue Joint Base Anacostia-Bolling Washington D.C. 20032 Contracting Activity: AFDW Contracting/PKEC 28822 Doherty Drive Bldg #94 Suite #310 Anacostia Annex, DC 20373 2. DESCRIPTION OF SUPPORT AND ACTION This contract action is being undertaken to procure Advantor equipment for Joint Base Anacostia-Bolling, Washington DC. The vendor shall provide the items listed in the attached document for the purpose of installing an Advantor alarm systems at building #'s 1301, 1304 and 1307. 3. DESCRIPTION OF REQUIRED SUPPLIES AND SERVICES The vendor shall supply the following alarm support equipment: Building 1301 Advantor Infraguard Equipment (1) INF DED TEL Infraguard Panel Dedicated Tel Line w/Modem (1) INF TSK DISPLAY INF Touch Screen Keypad Display (1) 07917202 ACT TSK Display Mounting Box IDS Equipment (3) 08060134 Sentrol 2707A BMS (3) 49000101 Kit 2707A BMS Installation (4) 08060480 Detection Systems, DS938z, Ceiling Mount PIR, 360 degrees (4) 49000301 Kit Ceiling Motion Installation Miscellaneous Equipment (1) DITEK SL30A 30V SNAP-IT Telephone Surge Protection for 66 Block (IMI) (2) SWW 110254 22/6 OAS PLENUM (1) LOT CONDUIT, Connectors, Mounting Hardware Building 1304 Monitoring Station (1) IMI 16 Port Modem Bank (1) 08504906 Com 99455-8 16 Port Serial hub device master RTS (1) 08065441 ALT R1224DC68 (1) 0806DESIGN CSC# 566603 Chatsworth Network Cabinet 11890-720 24" High by 18" Deep (1) 89098708 Winsted Rack Mount Power Strip (1) 08064284 Encryptor Rack Unit (1) 08504426 TCD Linksys Ether 5-Port 10/100 Netwk Hub (1) 08061569 APC BR 1500 100VA 60HZ SKU H54792 (2) 08504227 CAT 5 Cable 7' Patch Cable (1) IMI PRE-SITE KIT ADVANTOR EQUIPMENT (2) Infraguard Lan No Modem (2) Infraguard Input Expansion module (2) Infraguard Universal Mounting Backplate (2) Infraguard Chassis/Surge 115V (2) 49002301 Advantor 12VDC/1A Power Supply (2) INF Touch screen Keypad Display (2) ACT TSK Display Mounting Box (2) dedicated Line encryptor kit IDS EQUIPMENT (3) 08060134 Sentrol 2707A BMS (1) 08061855 Sentrol 2707AD BMS, DPDT (4) 49000101 Kit 2707A BMS Installation (39) 49000301 Kit Ceiling Motion Installation (17) 08065717 Detection system, DS939, Ceiling Mount PIR, 360 Degrees (22) 08065718 GE 669 Ceiling mount PIR, 90/360 Degrees (1) 08064546 ALT AL300ULM Power Supply ACCESS CONTROL EQUIPMENT (1) 08065323 HID RPK40 ICLASS READER/KEYPAD 6136AKN00 (1) 49001401 Kit PROX Pro Reader Installation (1) 08060172 SMC M62 TOP Mount Maglock (1200lbs) (1) 49001801 Kit Maglock 1200lbs TOP Mounted Installation Kit (1) 08063406 STI SS2140 Emergency Egress Button W/Locking Cover and Alarmed Cover (1) 08060517 Securitron PB Egress Button (2) 49001601 Kit PB2 Installation (3) 08064803 DET EAX-500 Exit Alarm (3) 08064866 DET MC-65 Mortise Cylinder for Exit Alarm (1) 08062847 ALTRONIX AL600ULM 12/24VDC/6A Power Supply MISCELLANEOUS EQUIPMENT (2) 08065511 AAXEON FCU-100SC-S3 10/100TX to 100FX Media Converter Single-Mode 30KM SC (4) 08063292 ANX 152051 Fiber Patch, SM, 1 Strand, ST to SC, 3M (6) 09500007 12V/7AH GEL Cell Battery (1) 08062207 DITEK SNAP-IT Ground Bus, Use with 08062205 and 08062206 (1 per 66 block) (1) 08062114 CAT 5 UTP Cable (1000' Increments) (2) 08504232 CAT 5 Cable, 200' Patch cable (1) 08061677 SWW 112006 18/2 PLENUM (6) 08061701 SWW 110206 22/4 PLENUM (1) 08061676 SWW 110254 22/6 OAS PLENUM (1) Conduit, Connectors, Mounting Hardware Building 1307 ADVANTOR EQUIPMENT (1) Infraguard panel Dedicated TEL Line W/Modem 115V No Audio (1) INF Touch Screen Keypad Display (1) 07917202 ACT TSK Display Mounting Box IDS EQUIPMENT (1) 08060134 Sentrol 2707A BMS (1) 49000101 Kit 2707A BMS Installation (2) 08064565 Detection Systems DS307 Dual Performance Wall Mount PIR (2) 49001001 Kit Wall mount Install (2) 49000301 Kit Ceiling Motion Installation (2) 08065717 Detection Systems, DS939, Ceiling Mount PIR, 360 Degrees MISCELLANEOUS EQUIPMENT (1) 08064240 DITEK SL30A 30V SNAP-IT Telephone Surge Protector for 66 Block (IMI) Wire (1) 08061701 SWW 110206 22/4 PLENUM (1) 08065805 SWW 110050 24/2 OAS Data Grade PLENUM (1) LOT-Conduit, Connectors, Mounting Hardware 4. STATUTORY AUTHORITY This requirement may be excluded from competition requirements under the authority of 10 U.S.C. 2304(c)(1). In accordance with FAR Subpart 6.302-1, 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements; specifically paying attention to the highlighted areas: (a) Authority. (1) Citations: 10 U.S.C. 2304(c)(1) or 41 U.S.C. 253(c)(1). (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. (iii) For DOD, NASA, and the Coast Guard, services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in- (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition, or (B) Unacceptable delays in fulfilling the agency's requirements. (See 10 U.S.C. 2304(d)(1)(B).) 5. ADVANTOR COMPANY'S UNIQUE QUALIFICATIONS The Advantor 5.0 alarm system is the primary alarm system Joint Base Anacostia-Bolling utilizes IAW a memorandum from HQ USAF/A7S. The Advantor system is the only system authorized and compatible with the existing infrastructure in comparison to Vindicators Alarm System which is Andrews, AFB primary alarm system. Selection of equipment other than Advantor equipment would interfere with the technical support and maintenance of the pre-existing infrastruture and hardware currently supporting Advantor alarm systems needed to maintain their abilities. This means in fact, that the acquisition of the Advantor 5.0 Alarms system harware and software is essential to the Government's requirements, and thereby precludes consideration of a product manufactured by another company. Additionally, purchasing an adequate amount of equipment will ultimately save the Air Force time and manpower from having to order individual supplies when maintenance may be due. It saves manpower because personnel would have to man the facility until that individual piece of equipment arrives. 6. EFFORTS TO ENSURE SOLICITATION FROM POTENTIAL SOURCES The Joint Base Anacostia-Bolling/Security Services currently monitor all alarms through the Advantor Advantage Suite Network (ASN) 5.0 version. All future alarmed facility installations will consist of Advantor 5.0 version equipment to comply with the existing infrastructure. It would cost the installation approximately $120,000 to change all of its alarm facilities to accommodate equipment from a different company. It would therefore be impractical to attempt to procure a completely new system and either install that system or modify it to function with the existing Advantor system. 7. FAIR AND REASONABLE PRICE The prices for this acquisition have been determined to be fair and reasonable based on previous purchases and GSA schedules. The acquisition is below the SAT. 8. MARKET SURVEY Advantor Systems, Inc is the only company from which certain equipment for the Advantor alarm system may be purchased. It is the only compatible system with the existing infrastructure and hardware. No other vendor offers the attached pieces of equipment or software that could allow the security systems to properly function. 9. OTHER FACTS N/A 10. LISTING OF SOURCES, IF ANY, THAT HAVE EXPRESSED WRITTEN INTEREST IN THIS ACQUISITION No other sources have expressed interest in the current requirement because it has not yet been advertised, due to the aforementioned circumstances. 11. A STATEMENT OF ACTIONS TO REMOVE/OVERCOME BARRIERS TO COMPETITION In the event that similar requirements occur in the future, Advantor Alarm System, Inc. is the sole source IAW a memorandum from HQ USAF/A7S 12. CONTRACTING OFFICER'S CERTIFICATION As the Contracting Officer, I hereby certify that this justification for other than full and open competition is accurate and complete to the best of my knowledge and belief. 13. TECHNICAL REQUIREMENTS PERSONNEL CERTIFICATION As the Contracting Officer's Technical Representative, I hereby certify that the data provided, supporting the basis for justification for other than full and open competition, is accurate and complete to the best of my knowledge and belief. //SIGNED//______________ //29 APRIL 2011// DARNELL L. SHARP, SSgt, USAF Date NCOIC ESS, JBAB/Security Services //SIGNED//______________ //29 APRIL 2011// SHAWNTARA GOVAN, Capt, USAF Date Contracting Officer, AFDW Contacting/PKEC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dc65f8aaef916e194933cf650778a323)
 
Place of Performance
Address: JOINT-BASE-ANACOSTIA-BOLLING, WASHINGTON, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN02437659-W 20110504/110502234131-dc65f8aaef916e194933cf650778a323 (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.