Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2010 FBO #3232
SPECIAL NOTICE

63 -- Thermal Imagers

Notice Date
9/28/2010
 
Notice Type
Special Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, North Carolina, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-10-Q-6027
 
Archive Date
10/14/2010
 
Point of Contact
Rico E. Lane, Phone: 9197225408
 
E-Mail Address
Rico.Lane@seymourjohnson.af.mil
(Rico.Lane@seymourjohnson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
TITLE: FA4809-10-Q-6027, Sole Source Acquisition for purchase and installation of Thermal Imagers on Seymour Johnson AFB The 4th Contracting Squadron, Seymour Johnson AFB, NC intends to award a sole source purchase order to Open Roads Consulting, Inc. Required items to be purchased and installed for the Thermal Imagers on Seymour Johnson AFB East Ramp. Materials included are as follows: Video Process Unit (QTY 1), Thermal Image Camera FLIR Model PTZ 35X-140MS (QTY 2), Installation, Test and Commission (QTY 60), Rental Equipment (QTY 1), Program Management (QTY 6), VICADS Outdoor Thermal Image Encoders (QTY 1), All Weather Equipment Enclosures (QTY 1), Video Motion Detection License (QTY 2), Digital Video Recorder for VICADS (QTY 2), Camera Mounting Kit (QTY 2), Conduit, Connectors and Couplings (QTY 1), Wire (QTY 1), and Video Motion Detection Software STD for VICADS (QTY 1). This requirement must connect to the Vindicator Alarm System currently used at Seymour Johnson AFB. The current Vindicator Alarm System employed by Seymour Johnson AFB Security Forces is a proprietary product of Open Roads Consulting, Inc. who has proprietary rights to all software, software maintenance, and specifications for this existing system. Manufacturer: Open Roads Inc. This purchase will be made under Simplified Acquisition Procedures and Other Than Full and Open Competition as authorized by FAR 6.302-1(a)(2)(ii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This notice of intent is not a request for competitive proposals. A determination by the government not to compete this proposed contract lies solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive requirement. The closing date for this synopsis is 28 Sep 10 at 4:00 P.M. Eastern Standard Time. The anticipated award date is 30 Sep 10. For information regarding this purchase, please contact Rico Lane at (919) 722-5408 or Mr. Kyle Donah at (919) 722-5408. APPLICABLITY OF AUTHORITY: Request to award this requirement to only one responsible source, Open Roads Consulting, Inc. In order to install and integrate the Thermal Imagers into the already existing Vindicator system on SJAFB the contractor would have to be certified to install Vindicator equipment and have access to the base network and the alarm system head end in order to program the new alarms into the system. Other companies may be certified to install the Thermal Imagers to the existing Vindicator equipment; however, they will not be able to obtain access to Seymour Johnson’s network due to OPSEC and INFOSEC reasons. Allowing base network access to a company for a single installation compromises Seymour Johnson’s OPSEC and INFOSEC. Currently, Open Roads Consulting, Inc. is the only contractor that is both certified to install the Thermal Imagers with the Vindicator equipment and has authorized access to the SJAFB network and the head end, in order to program the alarm system. Additionally, Open Roads Consulting, Inc. is responsible for maintaining the Vindicator alarm system on SJAFB. Therefore, after the Thermal Imagers are installed Open Roads Consulting, Inc. will be responsible for all periodic and emergency maintenance required for the system. If this equipment were replaced this duplication is not expected to be recovered through full and open competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-10-Q-6027/listing.html)
 
Place of Performance
Address: 1695 Wright Brothers Ave, Goldsboro, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN02300233-W 20100930/100928235653-f435b38b127bae481fc0bda16dd34b06 (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.