SPECIAL NOTICE
J -- 36C25521P0052 - KC - C-CURE 9000 Security and CCTV Systems Annual Maintenance Sole source J&A
- Notice Date
- 11/6/2020 8:35:18 AM
- Notice Type
- Special Notice
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25521P0052
- Archive Date
- 11/16/2020
- Point of Contact
- Philip Bouffard, Contracting Officer, Phone: 913-946-1978
- E-Mail Address
-
philip.bouffard@va.gov
(philip.bouffard@va.gov)
- Awardee
- null
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>SAT) Sole Source Acquisition Plan Action ID: 36C255-21-AP-0084 C-Cure 9000 Security and CCTV System Annual Maint. Contracting Activity: Department of Veterans Affairs, VISN 15 Contracting Office, Leavenworth Kansas, for the Kansas City, VA Medical Center, 4801 East Linwood Blvd. , Kansas City, MO 64128 2237: 589-21-1-1819-0001 Nature and/or Description of the Action Being Processed: This procurement is for a Firm, Fixed- Price Contract for the maintenance and repair of the Medical Centers security and CCTV systems. These systems were engineered specifically for the Medical Center and installed by Siemens several years ago. This procurement includes Emergent and Non-Emergent services to correct failures and deficiencies in the systems. It also includes the corrections of multiple FIPS deficiencies as identified by the Department of Veterans Affairs, Physical Security Design Manual For Life-Safety Protected Facilities. This service is required for 2 critical Life Safety and Secutity systems for the Medical Center. Failures of the Security System requires immediate diagnosis and immediate repair. Failures in the CCTV system will require urgent diagnosis and urgent repair. The system has proprietary and non-proprietary components. The highest risk to the Medical Center for security breaches, use scramble keypads to gain access into the secure area. The Scramble Keypads display the numers in different locations on the keypads for each request to enter. The Scramble Pad system is a proprietary system to Siemens. Only Siemens has the ability to perform any repairs, programing or alterations to the proprietary systems. Should there be a failure in the Scramble Pad systems, Siemens would be the only ones that could fix it. Description of Supplies/Services Required to Meet the Agency s Needs: The supplies needed for this procurement include but not limited to: Scramble Keypads, Scramble Keypad Interface, Software, Hardware, PIV Card Readers, Door Controllers, Pysical Access Control (PACS) devices, Panic Buttons, Cameras, Motion Sensors, and Emergency Call Boxes. Services needed were defined in the previous comments. Base Year 1/1/2021 12/31/2021 $794,098.73 Option Year 1 1/1/2022 12/31/2022 $811,136.34 Option Year 2 1/1/2023 12/31/2023 $819,040.54 Option Year 3 1/1/2024 12/31/2024 $833,352.54 Option Year 4 1/1/2025 12/31/2025 $848,001.66 5-Year Total $4,105,629.81 Statutory Authority Permitting Other than Full and Open Competition: (X) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per 41 USC ยง3304(a)(1) as implemented by FAR 6.302-1; Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): Only One Responsible Source (FAR 6.302-1) Siemens Industry Inc. is the OEM for the software that interfaces with the critical components of the C-Cure 9000 security and CCTV system. A critical component of that system are PIN number scramble pads which are deployed throughout various parts of the facility and allow access to high security and sensitive areas. The BCDKPD communication interface inside these pads along with the software, is a proprietary design of Siemens Industry. Accordingly, Siemens Industry Inc. is the only firm capable of providing the services described in Section III above without the Veteran's Health Administration experiencing substantial duplication of cost that could not be expected to be recovered through competition Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: This requirement was not synopsized due to the proprietary right letter provided by Siemens Industry Inc. Additionally, based on previous contracts for the same service within NCO15, it was found that the previous awards were made on a sole source basis due to the above mentioned proprietary software required to operate the security system. Siemens Industry Inc. was contacted to either obtain a list of authorized service technicians or a proprietary letter. Siemens provided a proprietary letter as Siemens has not allowed other technicians to service this software and/or system. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: The anticipated price will be considered fair and reasonable based on current catalogue pricing for this similar service and/or based on previous awards with the understanding of price increase annually. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: As described in Section 6 above, market research, in accordance with FAR Part 10, was conducted by acquisition history of the proposed acquisition, contacted the previous vendor to obtain either an authorized service provider list or proprietary rights letter. Siemens provided a proprietary rights letter and has not partnered with any other vendors to provide this service to date. Any Other Facts Supporting the Use of Other than Full and Open Competition: There are no other facts other than those identified in paragraph three (3) of this justification. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: Siemens Industry Inc A Statement of the Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making subsequent acquisitions for the supplies or services required: The Government will continue to research through Siemens if they will partner with other vendors to provide the service for this requirement. Requirements Certification: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge and belief. _______________________ Timothy Harned Timothy Harned Engineering Technician Kansas City VA Medical Center 10/23/2020 Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: Contracting Officer or Designee s Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Bouffard 1674537 Philip A. Bouffard Digitally signed by Philip A. 1674537 Date: 2020.10.23 09:26:38 -05'00' Philip Bouffard 10/23/2020 Contracting Officer NCO15 Paul A. Hemenway 653155 Digitally signed by Paul A. Hemenway 653155 Date: 2020.10.23 10:25:38 -05'00' Level Above the Contracting Officer (Required over SAT but not exceeding $700K): I certify the justification meets requirements for other than full and open competition. Paul Hemenway Date Branch Chief Supply Team B NCO 15 Randall D COMBS 345226 Digitally signed by Randall D COMBS 345226 Date: 2020.10.23 10:34:55 -05'00' Randall Combs Date Chief Division II Director of Contracing NCO15 SCOTT R FISCUS 381888 Digitally signed by SCOTT R FISCUS 381888 Date: 2020.10.26 16:24:39 -05'00' Scott Fiscus Date Director of Contracting Network Contracting Office (NCO) 15 VHA RPO HCA Review and Approval: I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve ($700K to $68 million) for other than full and open competition. TERRY L. SPITZMILLER 394683 Digitally signed by TERRY L. SPITZMILLER 394683 Date: 2020.10.30 13:22:45 -05'00' 10/30/2020 Terry L Spitzmiller Date Executive Director Regional Procurement Office Central
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4b411fb42cab4be2a559965591cf51b5/view)
- Record
- SN05848078-F 20201108/201106230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |