Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2010 FBO #3249
SOLICITATION NOTICE

63 -- Sole Source D&F for Radio Upgrade

Notice Date
10/15/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
F2W3D90150A001
 
Archive Date
11/16/2010
 
Point of Contact
Ryan Phillips, Phone: 4067314039
 
E-Mail Address
ryan.phillips.11@malmstrom.af.mil
(ryan.phillips.11@malmstrom.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA4626-10-P-0034
 
Award Date
9/20/2010
 
Description
DETERMINATION AND FINDINGS SUBJECT: Sole Source Procurement (Radio Upgrade for the 911 Call Center) FINDINGS 1. In accordance with (IAW) FAR 6.302-1(a)(2), Supplies and services required are available from only one or a limited number of sources, the CO may solicit for a "sole source" only procurement. Also, IAW IG5306 in Air Force Contracting Guidelines, J&A is not required for purchases under procedures in FAR Part 13. Dollar amount on requirement is expected to be below the SAT. 2. IAW 10 USC 2304(c)(1), the property or services needed by the agency are available from only one responsible source or only from a limited number of responsible sources and no other type of property or services will satisfy the needs of the agency. Written justification from the customer was received stating the characteristics of the desired radio upgrade, enhancing Civil Engineering capabilities in supporting the mission. 3. The Malmstrom AFB 911 Fire Dispatch Center currently uses fire alarm systems by Monaco. Only Monaco Transceivers communicate with Monaco D-21 Fire Management System Receivers. The company has proprietary rights to its systems (receivers and transceivers) and other brand name systems are not interchangeable with it. It is not economically feasible to replace the fully operational Monaco D-21 Fire Management System and existing narrowband transceivers. If another brand name was used it would result in a substantial duplication of cost to the Government that is not expected to be recovered through competition. 4. Fire alarms are mission critical processes and failure to receive alarms could result in damage to base property, national security, and/or loss of life. The Monaco D-21 system provides a platform for the integration of a multitude of life safety systems (E-911 call locating, voice recording, paging control, phone recall, mass notification), provides tools for fire system management, and consolidates activities to reduce complexity of task. 5. The purchase of the D-21 upgrade system will provide Malmstrom AFB with a completely integrated alarm receiving system that is designed to work with its current systems, which were manufactured and installed by Monaco. If Malmstrom were to purchase a different platform other than Monaco, then a substantial amount of other equipment/systems already in use would have to be replaced, resulting in a duplication of cost not expected to be recovered through competition. DETERMINATION Based on the findings above and IAW Air Force Instructions, it is hereby determined that a sole source procurement for this requirement from Monaco Enterprises, Inc. is in the best interest of the Government and a sound business decision.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6c7ef4ff14bb5b27e301451a11bfcdd3)
 
Place of Performance
Address: Malmstrom AFB, Great Falls, Montana, 59402, United States
Zip Code: 59402
 
Record
SN02311652-W 20101017/101015233735-6c7ef4ff14bb5b27e301451a11bfcdd3 (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.