Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOURCES SOUGHT

59 -- Installation of CCT Security Surveillance System

Notice Date
7/9/2008
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs, VA Boston Healthcare System, Department of Veterans Affairs Boston Healthcare System, Dept of Veterans Affairs;VA Boston Helathcare System;940 Belmont Street;Brockton, MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA-241-08-RQ-0306
 
Response Due
7/14/2008
 
Archive Date
7/15/2008
 
Point of Contact
Cheri K. Wicks
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, VA Boston Healthcare System, has a requirement to install CCTV Security Surveillance System cameras on the 13th and 14th Floors of the Jamaica Plain campus. The system must interface with the existing system. A fixed price requirements contract with a base of date of award through September 30, 2008 with no options is anticipated and shall be awarded. It is the Governments belief that only Team AVS, the previous installer, possesses the required capabilities to successfully install and interface with the existing system. It is the Governments intention to solicit and negotiate only with Team AVS. Please refer to the Sole Source Justification. This is not a solicitation; it is notice of intent to sole source a requirement. Inquiries/information received after the established deadline shall not be considered. The submission of any data for review shall not impede award of this contract as planned. The Government does not intend to pay for information solicited. This synopsis is issued pursuant to FAR 6.302-1. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION 1. Identification of (1) the agency and (2) the contracting activity: (1) VA Medical Center, Jamaica Plain Campus, Boston, MA (2) Acquisition and Material Management Service 940 Belmont Street Brockton, MA 02301 2. Nature and/or description of the action being approved: This documentation is to support the award of a sole-source award to Team AVS. The VA has a critical need to add additional cameras and video head-end units to an existing closed circuit television (CCTV) security surveillance system. Due to funding restrictions, the 13th and 14th floors of the Jamaica Plain campus have not been included in the existing security surveillance system. The Massachusetts Veterans Epidemiology Research and Information Center (MAVERIC) is housed on these floors. MAVERIC is charged with managing and coordinating long-term clinical trials related to veterans health issues and well as other research related to veterans. At any given time MAVERIC is responsible for approximately 9 on-going research efforts. Since these studies and research projects are related to veterans health issues, there is a myriad quantity of protected health information contained in the files housed at MAVERIC. Various VA and federal mandates such as HIPPA, Privacy Act, as well as Information Technology regulations are in effect and apply to the safeguarding of this health information. 3. Description of the supplies or services required to meet the agency's needs (including the estimated value): The estimated value of the parts and labor to install cameras, video head-end units, and all components necessary to interface with an existing CCTV security surveillance system is approximately $35,000.00. 4. Identification of the statutory authority permitting other than full and open competition: FAR 6.302-1, 41 USC 253(c)(1) Only One Responsible Source 5. Demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority sited: 1.The proposed contractor is an Authorized Government Reseller for PELCO products under GSA contract GS-03F-4079B. 2.The present CCTV Security Surveillance System covers all three (3) divisions of the Boston Health Care System, i.e. Jamaica Plain, West Roxbury, and Brockton. As funds have become available, additional departments, units, floors, projects, etc. have tied into the CCTV Security Surveillance System that was initially installed at the Jamaica Plain campus in 1986. The system as installed represents a significant financial investment. 3.The proposed contractor has installed all parts of the existing system. Portions of the entire system remain under warranty with the proposed contractor. 4.The system operates as an entity and ties all the campuses together so that backup surveillance can be conducted at any of the Police Headquarters located at each of the three (3) Boston area locations. The proposed contractor has the as-built drawings and wiring diagrams for the entire system. This documentation exists only with the proposed contractor. Another vendor would need their own sets of drawings and diagrams (of the entire system) and this would take more time than is currently available. The requested 13th and 14th floor camera installation project is needed immediately in order for the VA to be in compliance with current IT security mandates. 5.Another area requiring consistency is the technical nature or the work required. If multiple vendors are allowed to work on the system at the same time, for repairs, installations, upgrades, etc. the VA would eventually be placed in the position of trying to resolve disputes about which contractor has adversely affected the operation of the system. Disputes of this nature could easily require outside experts to resolve, whereas, if a single contractor is doing the work no such disputes can arise. 6. Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be published: An intent to sole-source notice will be published on the Federal Business Opportunities (FedBizOpps) website. Due to the nature of the work required and the time constraints, it is in the governments best interest to negotiate and anticipate award to the proposed contractor, Team AVS. 7. Determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. The anticipated cost of this requirement is approximately $35,000.00. This includes labor, materials, and equipment to complete the installation. Hourly wage rates have been discussed, pricing for the cameras and associated materials and other equipment is in accordance with GSA pricing. Where the items are not on GSA schedule, the proposed Contractor has used the same pricing margin as on the GSA schedule items. These factors combined with other factors, indicate the prices proposed are fair and reasonable. 8. Description of the market survey conducted (i.e., names, of firms and the date(s) the firms were contacted) and the results or a statement of the reasons a market survey was not conducted. Review of the GSA schedule (GS-03F-4079B) indicates there are two possible sources for meeting this requirement. 9. Any other facts supporting the use of other than full and open competition, such as an explanation why technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available. See factor number 5 for a complete description of the technical nature of this requirement. See factor number 11 for future requirements. 10. A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. Galaxy Integrated Technologies 11. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. The contracting activity is reviewing the possibility of soliciting for an award of an indefinite delivery, indefinite quantity contract to provide maintenance on the existing CCTV security surveillance system as well as installation of any new portions of the three existing campuses that may be required as project funds become available.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e091c38b55a270dbcf9e72f0f02e2ef8&tab=core&_cview=1)
 
Place of Performance
Address: VA Boston Healthcare System;Jamaica Plain Campus;150 Huntington Ave;Boston, MA
Zip Code: 02130
 
Record
SN01610111-W 20080711/080709222226-e091c38b55a270dbcf9e72f0f02e2ef8 (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.