SPECIAL NOTICE
99 -- VTC Upgrade - Statement of Work
- Notice Date
- 9/17/2011
- Notice Type
- Special Notice
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802D Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- FA3047-11-TC0695
- Archive Date
- 10/6/2011
- Point of Contact
- Richard A. Wall, Phone: 2106715002, Susan R Arnold, Phone: (210)671-0929
- E-Mail Address
-
richard.wall.3@us.af.mil, susan.arnold@lackland.af.mil
(richard.wall.3@us.af.mil, susan.arnold@lackland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work NOTICE OF INTENT TO AWARD 11TC0790 North American Industry Classification System Code 811213 Standard Industrial Code 7622 The 802d Contracting Squadron intends to issue a sole source firm fixed priced purchase order to LGS Innovations LLC, 5440 Mill Stream Rd STE E210, MC Leansville, NC 27301-9274, for the purchase of VTC System Upgrade. LGS Innovations LLC. is the only vendor that can provide the VTC Upgrade to the Govt based on interoperability and capability concerns. This requirement is to include the following: 2404-VLZ3, Mackie 24 Channel Mixing Board QTY 1 EA 60-470-01, Extron 24x16 RGBHV Ultra-wideband Matrix Switcher QTY 1 EA SRS-8, Servoreelers retractable microphone system with 4 mics QTY 4 EA M1255BW, Audix Audio Microphones QTY 4 EA WRK-4OSA-27, Middle Atlantic 70' equipment rack QTY 1 EA MW-VT, Middle Atlaritlc Vented Top QTY 1 EA PDT2O2OCRN, Middle Atlantic 20 outlet rack power stilp QTY 1 EA PFD-4D, Middle Atlantic Plexiglass Door QTY 1 EA CTS-PHD-1808P-KIT, Cisco (Tandberg) PrecisionHD 1080p Camera w/power supply QTY 2 EA CON-PADN-CPI8PKIT, Cisco/Tandberg PrecisionHD Camera Mice (Required) QTY 2 EA 60-1064-01, Extror, DVI to RGB Converter QTY 2 EA 60-734-03, Extron Transmitter/Receiver Set QTY 2 EA Additionally, all services/commodities obtained should performed in accordance with the attached Statement of Work. JUSTIFICATION: SALIENT CHARACTERISTICS 1. Must have Air Force Defense Information Assurance Certification and Accreditation Process (DIACAP) approval. 2. Must be able to provide upgrades to the AMX Software Suite, to include Proprietary Libraries, designed by LGS Innovations, LLC. 3. Must be able to perform maintenance on the Legacy System VTC. The statutory authority permitting other-than-full-and-open competition is 41 U.S.C., 253(c) (1): FAR 6.302-1 and FAR 13.106-1(b)(1). Only one responsible source and no other services will satisfy agency requirements. Interested persons may identify their interest and capability to respond to the requirement. This notice is not a request for competitive proposals. A determination by the Government not to compete this proposed contract will be based on responses to this notice and is solely within the discretion of the Government. Information received will be considered solely for informational purposes. This procurement is not set-aside for small business and the intent of this procurement is to award based on Sole Source requirement. The proposed contract action is for commercial items which the Government intends to solicit and negotiate with only one source under authority of FAR subpart 27.4. The anticipated award date is 21 Sep 2011. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 Effective 4 Aug 2011 and DFARS Change Notice 20110819, and are apply to this procurement. The following FAR clauses and provisions apply to this requirement: 52-211-17 Delivery of Excess Quantities, 52.212-4 Contract Terms and Conditions, 52.212-5 (DEV) Full text Contract terms and Conditions required to Implement Statues or Executive Orders - commercial items, 52.247-34 - FOB Destination, 52.252-2 Clause Incorporated by Reference...http://farsite.af.mil or www.arnet.gov, 52.252-6 Authorized Deviation in Clauses, 252.204-7004 Alternate A Required CCR Registration, 252.212-7001(c) Contract Terms and Conditions, 252.232-7003 Electronic Submission of Payment Request. The Government intends to evaluate and award without discussions on this procurement. The intent of this procurement is to award based on sole source requirement. Quotes are not being requested and written solicitation will not be used.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-11-TC0695/listing.html)
- Place of Performance
- Address: 2200 Bergquist Drive Suite 1, San Antonio, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN02581459-W 20110919/110917233645-9ef7f37f50d3449a6e977c0041651da5 (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 |