Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
SOLICITATION NOTICE

N -- INTRUSION DETECTION SYSTEM

Notice Date
9/16/2011
 
Notice Type
Justification and Approval (J&A)
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, National Guard Bureau, 159 FW/LGCV, LA Air National Guard Base Contracting Office, 400 Russell Ave, NAS-JRB, Bldg 473, Rm 212, NEW ORLEANS, Louisiana, 70143
 
ZIP Code
70143
 
Solicitation Number
W912NR-11-N-0022
 
Archive Date
10/15/2011
 
Point of Contact
Latasha M. Goines, Phone: 5043918371
 
E-Mail Address
latasha.goines@ang.af.mil
(latasha.goines@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912NR-11-F-0170
 
Award Date
9/15/2011
 
Description
SUBJECT: Justification and Approval for Other Than Full and Open Competition 1. IAW FAR Subpart 6.3 and 13.106, this document constitutes justification and approval for other than full and open competition for the acquisition described herein, under the authority of FAR 6.302-1 (a)(2). It is executed on the behalf of the 159th Fighter Wing, Louisiana Air National Guard, NAS JRB, New Orleans, LA. 70143-0027. 2. Nature and description of action being approved 159th Fighter Wing, Louisiana Air National Guard, NAS JRB, New Orleans, LA. 70143 proposes to procure by means of other than full and open competition, an upgrade to an existing intrusion detection system. 3. Description of supplies or services required to meet Agency's needs The supply/service to be acquired is: Upgrade to existing Intrusion Detection System Estimated Price for supply/service is: $424k 4. Identification of statutory authority permitting other than full and open competition a. FAR 6.302-1 (a)(2) Only one responsible source and no other supplies or services will satisfy agency requirements. 5. Demonstrate that the nature of the acquisition requires use of the authority cited The statutory authority cited FAR 6.302-1 (a)(2) necessary due to a follow-on procurement for an existing major system. (In this case, the USAF-approved Advantor Annunciator and all existing alarms are the "existing major system".) 6. A FEDBIZOPPS special notice was published making known the intent to award sole source to Advantor Systems Corporation. (See attached notice in file) 7. Statement that the cost to the government is fair and reasonable. A published price list has been obtained to determine that the cost is fair and reasonable. 8. Statement that the proposed sole source is the only known source that can satisfy the Government's requirement based on Market Research. Market research was conducted and it concluded that there are other manufacturers of intrusion detection systems. However, none of the intrusion detections systems found comply with USAF AFI 31-101. 9. Statement of actions to be taken by the requiring activity to preclude the necessity for future sole source acquisition of the same supplies/services. Advantor Systems Corporation is the current equipment and service providers for the Intrusion Detection System. Upgrade to the existing equipment is not available from any other source. (Advantor only sells to end users; they do not distribute equipment to resellers or other system integrators.) The installation and equipment must to conform to USAF PL-3 standards including all sensors and premise control equipment. To meet this requirement, the alarms must integrate with the existing, USAF-approved Advantor IDS annunciator. 10. Any other facts supporting other than full and open competition. If these supplies and service are not procured it will negatively impact the mission of the Louisiana Air National Guard Alert Facility to provide an Alert Facility which operates on 24 hour/ 7-day schedule. Lack of a upgrading the existing equipment will also hinder its mission of patrolling the Central and Southeast sectors of the Gulf of Mexico. 11. Statement of Action. An award will be made to Advantor Systems Corporation based on the facts and circumstances stated above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA16-1/W912NR-11-N-0022/listing.html)
 
Place of Performance
Address: 400 Russel Ave, NASJRB, New Orleans, Louisiana, 70143, United States
Zip Code: 70143
 
Record
SN02579937-W 20110918/110916235615-49ff9df1d34eaea643993951a3fcf7fd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.