Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2014 FBO #4676
SPECIAL NOTICE

D -- Notice of Intent to Award Sole Source, D-21 Monaco System

Notice Date
9/11/2014
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
F2Q3454178A001
 
Archive Date
10/11/2014
 
Point of Contact
Lucinda P. Williams, Phone: 7572251542, Saundra V. Diggs, Phone: 757-764-9059
 
E-Mail Address
lucinda.williams.1.ctr@us.af.mil, saundra.diggs@langley.af.mil
(lucinda.williams.1.ctr@us.af.mil, saundra.diggs@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The 633 rd Contracting Squadron at Joint Base Langley Eustis, VA hereby gives notice of its intention to award a Sole Source acquisition to Monaco Enterprises, INC., for a D-21 Primary Relocation & Redundant System. The requirement calls for the procurement and installation of a new D-21 Monaco Primary System at the Fire Station at Fort Eustis, and the relocation of the existing D-21 System to Bldg. 1407 and reconfiguring as the Redundant System. This announcement constitutes the only notice. The reference number is F2Q3454178A001. The NAICS code for this purchase is 541512 and the size standard is $25,500,000.00. The closing date for this notice is 26 September 2014 at 12:00 P.M. Eastern Standard Time. For more information contact Lucinda P. Williams at (757) 225-1542 or email at lucinda.williams.1.ctr@us.af.mil. PERFORMANCE WORK STATEMENT: 1.0 Equipment and Services The contractor shall provide the following equipment and services: 1.1 A new D-21 Monaco System to include installation in the E911 Dispatch Center. Provide and install 1 new primary D-21 system to include, CPU, keyboard, mouse, laser printer, 2 monitors, dual input/output module and ups at Bldg. 648 Fire E911. 1.2. Provide server and client software. 1.3. Provide and install 1 new RFM-X modem at Bldg. 648. 1.4. Provide and install 1 new managed 10 port network switch for the Redundant D-21 system located at Bldg. 1407 and 1 new managed 10 port network system switch at Bldg. 648. 1.5. Provide necessary media converters for communications over Fiber-Optic cables as required for connectivity between Bldgs. 648 and 1407. 1.6. Provide short-term UPS power for installed equipment at Bldg. 648. 1.7. Provide and install UPS monitoring for Bldgs. 648 and 1407 D-21 UPS systems. 1.8. Validate the system performance and verify network connectivity at Bldgs. 648 and 1407. 1.9. Relocate existing system to alternate site at Bldg. 1407. Reconfigure to be a redundant system. Install new RFM-X antenna system. Provide all documentations, forms, drawings, upon close. 1.10. Provide operator and administrative training. 2.0 Contractor Access to Air Force Installations 2.1 The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. 2.2 The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate, to obtain a vehicle pass. 2.3 During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. 2.4 When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program and AF 31-501, Personnel Security Program Management citing the appropriate paragraphs as applicable. 2.5 Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. 2.6 Failure to comply with these requirements may result in withholding of final payment. FACTS JUSTIFYING AWARD TO SOLE SOURCE: This requirement is issued pursuant to 10 USC 2304(c)(1), as set forth in FAR Part 13.106-1(b), "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." This requirement will be awarded Sole Source, in accordance with FAR 6.302-1(b) (2) "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements", based on the following factors: •11. The Monaco D-21 Emergency System is a platform specifically designed to provide for incremental expansion capabilities. This allows for the better allocation of resources through the addition of features and system improvements as operational requirements grow without having to replace or remove existing equipment. The D-21 Redundancy System increase operational reliability and prevents downtime during routine maintenance. 2. Only the original manufacturer and service provider, Monaco Enterprises Incorporated, can fulfill this requirement due the currently installed software component of the Monaco Fire and Life Safety Equipment. This system is primarily comprised of proprietary codes developed by Monaco Enterprises Incorporated and licensed directly to the end user. 3. Monaco Enterprises Incorporated retains exclusive ownership of this code and does not license third parties to alter or add to the software. The D-21 Monaco System is a critical part of the emergency response infrastructure and provides for life and property safety at both Fort Eustis and Langley Air Force Base. 4. Monaco is the only known source that can provide the required equipment and performance capabilities that have been tested and approved by the independent testing agency, Global Factory Mutual. Building and fire alarm codes as well as DOD requirements mandate that systems be tested and approved.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/F2Q3454178A001/listing.html)
 
Place of Performance
Address: Joint Base Langley-Eustis, VA, Fort Eustis VA, 648 Washington Blvd., Fort Eustis, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN03506750-W 20140913/140911235814-986d5dac78b6693bd097f507ccd0f46d (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.