Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2014 FBO #4691
SPECIAL NOTICE

70 -- 70 - Update/Maintain Computer Aided Dispatch software (CAD) for Police and Fire

Notice Date
9/26/2014
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
MICC - Fort Meade, Directorate of Contracting, 4550 Parade Field Lane, Fort George G. Meade, MD 20755-5081
 
ZIP Code
20755-5081
 
Solicitation Number
W91QF614T0054
 
Archive Date
9/26/2015
 
Point of Contact
Min Chul Jhun, 301-677-6828
 
E-Mail Address
MICC - Fort Meade
(min.c.jhun.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation: W91QF6-14-T-0054 Special Notice NAICS code for this procurement is 511210 and the small business size standard is $38.5M. FSC code for this procurement is 7030 Update/Maintain Computer Aided Dispatch software (CAD) for Police and Fire Department Closing Date: 28 September 2014, 3:00 p.m. (EST) The Government intends to solicit and negotiate with only one source, Application Data Systems, Inc. (ADSi), 1930 First Commercial Drive N, Southaven, MS 38671-2010. The procurement will be conducted on a sole source basis in accordance with the authority of FAR 13.106-1(b) (1). This requirement is for a renewal of CAD software including maintenance and updates. The software aids the Police and Fire department in tracking assets in the field and prioritizing calls as they come into the dispatch center. This is for the existing software updates and for 24 hours per day/7 days per week tech support for one (1) Server, three (3) 911 operator workstations and twenty-six (26) Mobile Data terminals used by police officers and fire fighters in the field for the safety, security, and welfare of the Military and Civilian population in Fort George G. Meade. This CAD software package includes CADForce 4G, MDTForce & MapForce Software, technical support, and services, which are currently used by DES - Fort Meade. All ADSI software is a sole source product. ADSI is the sole manufacturer of ADSI software, and there are no distributors or other entities approved to market or sell ADSI products. The period of performance is one (1) base year plus two (2) option years. This is to keep the software fully operational for the safety, security and welfare of the installation. This action is for a Firm-Fixed Price follow-on requirement to contract W91QF6-10-P-0035. The current system was installed via contract W91QF6-08-F-0017 in 2008. ADSi has independently manufactured and developed the system as sole manufactures with no authorized distributers as of this date. A new award to any other source would result in substantial cost that is not expected to be recovered through competition and unacceptable delays in fulfilling the agency's requirement. Therefore, a follow-on contract would be in the best interest of the Government. As a result, there are no other sources reasonably available that could satisfy the needs of the Government because of proprietary ownership of requested service at this time. Therefore, ADSi is the only source that can provide the required items through GSA at this time. The NAICS code for this procurement is 511210 and the small business size standard is $38.5M. This sole source requirement will be procured under Other Than Full and Open Competition procedures and awarded on an unrestricted basis. THIS IS NOT A REQUEST FOR COMPETITIVE OFFERS and a solicitation will not be issued; however, any firm that believes it can meet the requirements may give written notification to the Contracting Officer not later than 28 September 2014, 3:00 P.M. EST. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirements listed. Responses received will be evaluated; however a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Government will proceed with the sole source negotiation with Firehouse Innovation Corp. Award will be made in accordance with FAR Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, and FAR Part 15 Contracting by Negotiation. Point of Contact for questions regarding this solicitation should be directed to Jerome H. Newell at (301) 677-5114; jerome.h.newell.civ@mail.mil or SSG Min Jhun at (301) 677-6828, min.c.jhun.mail@mil.mil, fax 301-677-7497.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/14e188e654f8fe7e7a3e3faf86e1a09f)
 
Record
SN03533072-W 20140928/140927061529-14e188e654f8fe7e7a3e3faf86e1a09f (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.