SOLICITATION NOTICE
70 -- Notification of Sole Source only
- Notice Date
- 9/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
- ZIP Code
- 43218
- Solicitation Number
- EOSYD0RI235
- Archive Date
- 9/30/2010
- Point of Contact
- Michael S. Raynack, Phone: 6146930692, David G. Auer, Phone: 614-693-0116
- E-Mail Address
-
Michael.Raynack@DFAS.MIL, david.auer@dfas.mil
(Michael.Raynack@DFAS.MIL, david.auer@dfas.mil)
- Small Business Set-Aside
- N/A
- Description
- RFQ This is a combined synopsis/solicitation for components to upgrade the Helpdesk Wall Monitoring System at DFAS-TSO-CS in Bratenahl, OH, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation with the solicitation number, E0SYDOR1235, issued as a request for quotation (RFQ). This is a sole source requirement. POINT OF CONTACT: Keith Couser, DFAS Contract Services Directorate; 3990 E. Broad Street; Bldg 21, Room 2B218; Columbus, OH 43213-1152 Phone Number: 614-693-6422; Fax Number: 614-693-5674; e-mail: Keith.Couser@dfas.mil. QUESTIONS: Please e-mail any questions concerning this solicitation to both the POC listed above and to the Contracting Officer below. CONTRACTING OFFICER: David Auer Phone Number: 614-693-0116 e-mail: David.Auer@dfas.mil SET-ASIDE: This requirement is not Set-Aside for Small Business. The associated NAICS code is 423430, Peripheral equipment, computer, merchant wholesalers and the small business size standard is 100 employees. DESCRIPTION: Provide components to upgrade the Helpdesk Wall Monitoring System at DFAS-TSO-CS in Bratenahl, OH. Price: This is a proposed Firm Fixed Price (FFP) contract type. The offeror shall provide a FFP amount for each of the items listed in the proposed Contract Line Item Numbers (CLINs): SHIP TO ADDRESS: DFAS TSO CS Attention: Michael Moore/Randy Ohler 555 E. 88th St., Bldg. 10 Bratenahl, OH 44108 CLINs: The following recommended seven (7) CLIN structure represents the components to be provided. CLIN/Description Quantity 1, MAIN PROJECTOR, 7000 ANSI Lumen Projector 24 / 7 / 365 Operation Rating, SXGA Resolution, Special Short Throw Lens for Integration with current systems originally configured by MCPC, Dual Lamp System with Lamp Relay Technology, Spare Lamp Set, Specialized Mounting Adapters and Respective Plates to fit current MCPC Wall Configuration and custom designed built system to achieve ratio and distance of image projection on screen, Respective Cables and Adapters for connection to current MCPC Wall Build and Respective Monitoring Equipment and related systems. 1 2, SIDE DISPLAY UPGRADE AND REPLACEMENT, 52 Inch LCD Flat Panel Display, 1920 x 1080 Resolution Specialized Mounting Adapters and Respective Plates to fit current MCPC Wall Configuration and custom designed built system, Respective Cables and Adapters for connection to current MCPC Wall Build and Respective Monitoring Equipment and related systems. 2 3, TIME ZONE CLOCK SYSTEM UPGRADE AND REPLACEMENT, Eight zone digital LED clocks, 4 Inch Numeric Display, NNTP NIST Synchronization, reprogrammed for integration with current custom MCPC Monitoring Wall build, Respective Cables and Adapters for connection to current MCPC Wall Build and Respective Monitoring Equipment and related systems. 2 4, MAIN CONSOLE CRT MONITOR REPLACEMENT, 20 Inch LCD Flat Panel Displays, 1680 x 1440 Resolution Height Adjustable Base, Associated Cable, Specialized Adapters, to connect to Current MCPC Custom Wall build and configuration. 11 5, CONTROL SYSTEM REPLACEMENTS, Dual Bus IP Enabled Control System, Coldfire Processor Based, Ethernet Connectivity Card, HTML Control Dialog Web Server, VCA Audio Control / Processor, Preprogrammed with systems to integrate with current monitoring systems by MCPC and the DFAS Network Infrastructure in polling/monitoring remote DFAS sites infrastructure activity, Associated Cable, Specialized Adapters, to connect to Current MCPC Custom Wall build and configuration. 1 6, EXTENDED WAR ROOM SYSTEM MONITORING UPGRADE, Upgrade will include the following: MAIN PROJECTOR REPLACEMENT 4000 ANSI Lumen Projector, XGA Resolution, Special Short Throw Lens for Integration with current systems originally configured by MCPC, Wall / Ceiling Mounting Adapters and Plates, Connectivity To Control Center Room Matrix Switch with integration into current MCPC monitoring systems of the DFAS Enterprise ELAN, (2) PC Connectivity Custom Pockets at WAR Room Table for integration into current MCPC built monitoring system, AV Connectivity At Front Of Room, Room Audio System With Wall Mounted Speakers, Integration Into Main Control Room System Controller, Associated Cable, Specialized Adapters, to connect to Current MCPC Custom Wall build and configuration. 1 7, MONITORING SYSTEM UPGRADE EXTENSION IN BUILDING 3, Upgrade will include the following: DVI / VGA to IP Extender, Gigabit Ethernet Enabled, Transmitter / Receiver Based System, ~ Transmitter – Connected To Open Output Of Custom MCPC Control Room Matrix Switch, ~ Receiver – Located In Data Center Of Building 3 •Resolution Up To 1600 x 1200 VGA Distribution Amplifier •Dual Output •Supports Resolutions Up To 1920 x 1200 (1) 42 Inch Flat Panel LCD Upgrade Displays •. Side Mounted Speakers •. AV Connectivity Desk Side •Specialized Mounting Adapters and Respective Plates to fit current MCPC Wall Configuration and custom designed built system •Respective Cables and Adapters for connection to current MCPC Wall Build and Respective Monitoring Equipment and related systems. 1 JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION < SAT REFERENCES: •In accordance with FAR 6.001 (a), full J&A documentation is not required for contracts awarded using simplified acquisition procedures of FAR 13 (except commercial items under FAR 13.5 > $100,000) •FAR 13.106 (b) states that, “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 (e.g., urgency, exclusive licensing agreements, brand name, or industrial mobilization). The following documentation constitutes the rationale for this decision. DOCUMENTATION: (1)Requiring Activity: DFAS, TCO-CS, Bratenahl, OH (2)Supplies or services being procured: Provide and install new components contained within the DFAS-TCO-CS, Bratenahl, OH, Helpdesk Wall Monitoring System. The system is critical to the daily nature of DFAS business as well as the reliance of on-going continued 24 x 7 service of the ELAN. The helpdesk monitoring wall needs to be fully functional and operational to ensure ongoing service to DFAS Customers. (3)Reason that this is sole source procurement (i.e., proposed contractor's unique qualifications, etc.): Compatibility with existing Software/Hardware Environment. This monitoring system was customized, programmed, and “designed built” over 10 years ago for integration with the DFAS Network Infrastructure by Miami Computer Products & Consulting (MCPC). The related systems and monitoring wall was customized and built to be fully integrated with the DFAS Network Infrastructure for the remote monitoring of systems and related equipment at DFAS sites and centers. The original installation of the Helpdesk Monitoring Wall was customized by MCPC to fully integrate with our current infrastructure and they hold the proprietary, custom built programming codes, and hardware configurations for the system interfacing. MCPC has provided DFAS functional monitoring devices with minimal upkeep or replacement costs or expenditures. The agency has been fortunate over the years to maintain the system and its functionality since the original build, proving to be a solid return on investment for the agency. However, due to the age and the onset of some recent key equipment failures, it is necessary to take measures in upgrading the equipment with replacements and newer technology. This requirement will allow the system to fully interface to the maximum extent for the near future. (4)Market survey (indicate if any other firms were contacted or expressed interest) MCPC does not have a GSA contract. However, they are a federal government vendor active in the Central Contractor Registration and are not on the Excluded Parties List System. No documentation was found to exist for the original procurement. ANTICIPATED PERIOD OF PERFORMANCE/ DELIVERY SCHEDULE: Request you quote your best delivery for the above referenced equipment. The purchase of the components will take place within 15 days, and POP does not apply. The inspection and acceptance and F.O.B. will be at destination. No offers are due as this is a Sole Source requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/EOSYD0RI235/listing.html)
- Place of Performance
- Address: N/A, N/A, N/A, United States
- Record
- SN02285741-W 20100918/100917000629-bb026edac34024617dcd67fcacd380a5 (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 |