Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
SPECIAL NOTICE

N -- Notice of Intent To Award Sole Source CCTV System

Notice Date
9/29/2014
 
Notice Type
Special Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
F2Q3054223A001
 
Archive Date
10/18/2014
 
Point of Contact
Lucinda P. Williams, Phone: 7572251542, Saundra V. Diggs, Phone: 757-764-9059
 
E-Mail Address
lucinda.williams.1.ctr@us.af.mil, saundra.diggs@us.af.mil
(lucinda.williams.1.ctr@us.af.mil, saundra.diggs@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The 633 rd Contracting Squadron at Joint Base Langley Eustis, VA hereby gives notice of its intention to award a Sole Source acquisition to Relocation & Reinstall Tyco CCTV Systems. The requirement calls for the relocation and installation of Safe, Security CCTV Syems to Building 805 and 811 at Fort Eustis Va. Tyco Intergrated Security LLC, is the primary provider of CCTV Systems at Fort Eustis and hold the exclusive warranty agreement for the equipment. This announcement constitutes the only notice. The reference number is F2Q3054223A001. The NAICS code for this purchase is 561621 and the size standard is $15,000,000.00. The closing date for this notice is 04 September 2014 at 10:00 A.M. Eastern Standard Time. For more information contact Lucinda P. Williams at (757) 225-1542 or email at lucinda.williams.1.ctr@us.af.mil. SCOPE OF WORK: 1.0 Equipment and Services The contractor shall provide the following equipment and services: Remove all CCTV equipment in Building 811 and relocate it to Bldg 810. 2.0 Contractor Access to Air Force Installations 2.1 The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. 2.2 The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate, to obtain a vehicle pass. 2.3 During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. 2.4 When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program and AF 31-501, Personnel Security Program Management citing the appropriate paragraphs as applicable. 2.5 Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. 2.6 Failure to comply with these requirements may result in withholding of final payment. FACTS JUSTIFYING AWARD TO SOLE SOURCE: This requirement is issued pursuant to 10 USC 2304(c)(1), as set forth in FAR Part 13.106-1(b), "For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available." This requirement will be awarded Sole Source, in accordance with FAR 6.302-1(b) (2) "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements", based on the following factors: 1. This systems is imperative for ph ys ic a l s ecurity a nd TRADOC compliance. Due to limit e d manpower and the amount of Sol di ers hou se d a t our facilities, hav i ng the cameras enable o ur Pe rmanenant Party Cadre the abil i ty to have co mmand and contro l and act immediat e ly in case of emergencies. a. The sco pe of the work require s t he T yco t ech ni cians to chec k ex i st i ng systems and camera operation and report any defiencies to both TYCO mana ge m ent and Echo Company b efo r e de m oli ti on of sys t e m b eg ins. b. Tyco t ec hni c ians will remove and package a ll ex i st i ng CC TV e q u ipment to include camera ' s, mo ni tors, DV R ' S, poser supp li es, and rack/cabinet b efore r enova tion s of bu ild ings begin s. The eq uipment wi ll be inventoried, documented, and pack ed i n sealed, numbered bo xes. c. Co ntractor w ill store equipment in a safe/ l oc k ed area un ti l renovations are completed. d. Once renovations are complete, TY CO w i ll rein s t a ll all eq uipment in same locations and in s tall a ll new ca ble / wiring needed. e. Contractor w ill provide power and connectivity between buildi ngs as currently installed. f. Due to the warranty of this system, Tyco I ntegrated Secuity is the on l y source for this service.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/F2Q3054223A001/listing.html)
 
Place of Performance
Address: Fort Eustis, Buildings 805 & 811, Fort Eustis, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN03535838-W 20141001/140930022505-4b497434a0741d3523209b377a16a6ad (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.