Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
DOCUMENT

J -- Intent to Sole Source / Johnson Controls, Inc. Service/Maintenance Contract for Situator and NICEVision Software Systems SLVHCS, 2400 Canal Street, New Orleans, LA 70119 - Attachment

Notice Date
7/11/2018
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1515 Poydras Street;Suite 11000;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
36C25618Q9808
 
Archive Date
7/26/2018
 
Point of Contact
Deborah Newman
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Special Notice Synopsis: The Southeast Louisiana Veterans Healthcare System (SLVHCS) intends to award a sole-source firm fixed price contract to Johnson Controls, Inc., 507 E. Michigan St., M-93, Milwaukee, WI, 53202-5202, DUNS 050516509, for the following services: service/maintenance agreement for JCI Situator Software and NICEVision Enterprise Software systems. The authority for this action is FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The total estimated cost of this contract (base and all option years) is $265,000.00. The North American Industry Classification System (NAICS) code is 561621 with a size standard of $20.5 million for this procurement. The expected award date for this contract is on or about September 1, 2018. The JCI Situator Software was purchased to provide Situator and NICEVision Systems services for Southeast Louisiana Veterans Healthcare System (SLVHCS), New Orleans, LA. As the manufacturer s standard warranty (for service/maintenance on this system) is expiring, a new service agreement must be obtained.). The proposed contract is to initiate a new service/maintenance agreement for the JCI Situator and NICEVision Software System that is currently being used in the facility. The proposed service/maintenance agreement would cover all necessary software, application usage maintenance, updates, system enhancement, database management, backup and recovery, and 24-hour support for the following time period: Base year of twelve (12) months and four (4) option years that are 12 (twelve) months in length (for each option year). This service agreement will serve as a continuation of the software, application usage maintenance, updates, system enhancement, database management, backup and recovery, and 24-hour support at Southeast Louisiana Veterans Healthcare System (SLVHCS), New Orleans, LA. The required service agreement that is to be obtained includes (but is not necessarily limited to) the following: Software Updates User Licenses NICEVision Enterprise licenses Situator Express Licenses GIS Support The required service/maintenance agreement that is needed for this system is only available from (and is only provided by) the manufacturer, Johnson Controls, Inc. Johnson Controls, Inc. is the sole provider for all versions of the Situator and NICEVision Systems. The manufacturer, Johnson Controls, Inc., does not allow other entities (non-manufacturers) to sell or market Situator or NICEVision Systems, nor deliver training, without their expressed, written consent. Non-manufacturers who elect to perform service/maintenance on Situator and NICEVision systems are not factory trained/factory certified and therefore cannot provide/perform the aptitude of service/maintenance that is required for this propriety system. Unauthorized services performed by non-Johnson Controls, Inc. technicians (who are not factory trained and factory certified) will also void stated or implied manufacturer guarantees that are already in place for this system. This notice is not a request for Expressions of Interest (EOI), proposals, or quotations and no solicitation will be issued. The government does not anticipate receiving responses to this notice however contractors who disagree with this action may submit a letter of interest that demonstrates your firm s technical expertise, certifications, and authorization to compete for this acquisition to include a rationale for why you should be considered. Interested contractors who are authorized/certified/trained/licensed to perform service/maintenance on Johnson Controls, Inc. Situator and NICEVision Systems shall provide the following documentation if responding to this notice Credentials/certification from the manufacturer which proves that the contractor is factory trained/factory certified at the aptitude level required for the specific system that is to be maintained/serviced (Situator and NICEVision Systems) Proof of expressed, written consent (from the manufacturer, Johnson Controls, Inc.) to perform service/maintenance on Situator and NICEVision Systems. Failure to provide the credentials/certifications/authorizations listed above shall result in the government rejecting the contractor for consideration in the event that the government contemplates not sole sourcing this requirement as previously stated. The government reserves the right to vet/verify any documentation submitted (as described above) with the manufacturer to certify its authenticity. Any responses to this notice shall be received no later than 14 calendar days from the posting of this notice and shall be submitted via e-mail only to Deborah Newman, Contract Specialist, deborah.newman2@va.gov. Late responses shall not be accepted. No telephone inquiries will be accepted and phone calls will not be returned. All responses received will be evaluated. However, a determination by the Government not to compete the proposed procurement (based on the responses received to this notice) is solely within the discretion of the Government. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in responses. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice shall ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Responses to this notice shall not be considered a response to a solicitation. Determination by the Government not to compete the proposed procurement is solely within the discretion of the Government if it is determined that it is in their best interest to do so. Contracting Office Address: Services Team A Contracting Office 1515 Poydras Street Suite 1100 New Orleans, LA 70112 United States Place of Performance: Southeast Louisiana Veterans Healthcare System (SLVHCS) 2400 Canal Street New Orleans, LA 70119 United States Point of Contact: Deborah Newman Contract Specialist Deborah.newman2@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25618Q9808/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q9808 36C25618Q9808.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4472550&FileName=36C25618Q9808-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4472550&FileName=36C25618Q9808-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04987641-W 20180713/180711231259-767814bf7669f5dbc46913e6217e0593 (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  © 1994-2020, Loren Data Corp.