Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2012 FBO #3966
MODIFICATION

D -- Avid Maintenance Support

Notice Date
10/1/2012
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1MTCC2193A003
 
Archive Date
11/16/2012
 
Point of Contact
Alex Cahail, Phone: 8439634479
 
E-Mail Address
alex.cahail@us.af.mil
(alex.cahail@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of intent to award a sole source contract under statutory authority 10 USC 2304(c) (1), set forth in Federal Acquisition Regulation 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Reference Number is F1MTCC2193A003. The 628th Contracting Squadron, 101 E. Hill Blvd., Charleston AFB SC, requires maintenance agreement renewal on Avid Symphony and Interplay. The 628th Contracting Squadron intends to make an award to Avid Technology, Inc of Washington, DC 20004. Market research was performed and information gathered in determining this company to be the only source for this requirement. In accordance with FAR Part 5.207(15)(ii), the proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1(b)(ii). Interested parties may identify their interest and capability to response to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by the appointed due date will be considered by the Government. A determination by the Government not to compete with this proposal based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Justification for the Sole Source follows: In accordance with FAR 6.303-2: (1) Agency and Activity: 628 Contracting Squadron, Joint Base Charleston, SC. (2) Nature of the action being approved: Sole source acquisition. (3) The purpose of this acquisition is to renew the maintenance agreement for the existing Avid Symphony, non-linear video editing system. (4) Justification Rationale: IAW FAR 6.302-1(a)(2): Only one source is capable of responding due to the unique or specialized nature of the work. (5) Demonstration of Unique Qualifications: The only entity able to maintain the existing system is Avid Technologies, Inc, due to the fact that the system is proprietary. Avid has no authorized technicians or dealers able to provide the 24/7 help desk and part replacement center covered in the maintenance agreement. (6) Description of Solicitation Efforts: GSA Advantage and SAM were queried for sources as well as Avid to discover any authorized technicians or distributors. Because of the dollar value of the requirement, this sole source notice will be posted on the Government-wide Point of Entry (FedBizOpps). (7) The contracting officer has determined that the anticipated price to the Government will be fair and reasonable based on comparison of similar services from GSA schedules and other open market sources. (8) Description of market research: A search of GSA schedules and open market sources yielded similar services with comparable pricing, however no service is able to satisfy this specific requirement to maintain Avid's system. (9) Other supporting facts: Since Avid is the only holder of the specifications of replacement parts as well as technical orders to be able to provide technical support, there is no other source capable of providing the requirement. (10) Interested Sources: Several GSA schedules were found for similar services, however none are compatible with an Avid system. (11) Actions to prevent barriers that may lead to restricted consideration in the future: Procure a non-proprietary documenting, editing, and transmitting system that has specifications not unique to one manufacturer or brand. (12) This justification is accurate and complete to the best of my knowledge and belief. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.203-3 Gratuities. FAR52.203-6 Alt I Restrictions on Subcontractor Sales to the Government Alt I. FAR 52.204-4 Printed Copied Double-Sided or Recycled paper. FAR 52.204-7 Central Contractor Registration. FAR 52.219-8 Utilization of Small Business Concerns. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35Equal Opportunity for Disabled Veterans. Veterans of the Vietnam Era or Other Eligible Veterans. FAR 52.222-36 Affirmative Action for Workers with disabilities. FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-. FAR52.222-50 Combating Trafficking in Persons. FAR 52.222-.33 Payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.233-3 Protest After Award. FAR 52.253-1 Computer Generated Forms. FAR 52.233-4 Applicable law for Breach of Contracts. FAR 52.242-13 Bankruptcy. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.212-7001 Disclosure of Ownership or Controlled by the Government of a Terrorist Country. DFARS 252.209-7004 Subcontracting with Ownership or Controlled by the Government of a Terrorist Country. DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. DFARS 252.225-7001 Buy American Act or Balance of Payments Program. DFARS 252.225-7002 Qualifying country sources as Subcontractors. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports. DFARS 252.243-7002 Request for Equitable Adjustments, DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. AFFARS 5352.201-9101 Ombudsman. (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Gregory O'Neal, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. FAR 52.252-2 Clauses Incorporated by Reference. With the following fill-in: http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARDS 5352.223-9000 Elimination of use of Class Ozone Depleting Substances. AFFARS 5352.201-9101 Ombudsman Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Refer to the System for Award Management guide for instructions on how to obtain a CAGE code via https://www.sam.gov/sam/transcript/SAM_User_Guide_v1.9.pdf. Refer to the website at http://fedgov.dnb.com/webform for instructions on how to obtain a DUNS number. Response to this notice must be received via email, fax, mail, or delivery by 1:00PM EST 01 November 2012. Requests should be marked with Reference Number F1MTCC2193A003. Address questions to Amn Alex Cahail at 843-963-4479 or alex.cahail@us.af.mil For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1MTCC2193A003/listing.html)
 
Place of Performance
Address: Joint Base Charleston, Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02905618-W 20121003/121001235254-5aa27d76dfc62f9345822fe36a34fef3 (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.