SPECIAL NOTICE
58 -- Video Enhancement Surveillance System for B671
- Notice Date
- 7/24/2013
- Notice Type
- Special Notice
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 434th Operational Contracting Office, 448 Mustang Ave, Grissom ARB, Indiana, 46971-5320
- ZIP Code
- 46971-5320
- Solicitation Number
- F5D3023143AC03
- Archive Date
- 8/21/2013
- Point of Contact
- Joyce Nudge, Phone: 7656882827
- E-Mail Address
-
joyce.nudge@us.af.mil
(joyce.nudge@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to award a Sole Source Procurement. The 434th Contracting Operational Office, Grissom Air Reserve Base, Indiana intends to award a Firm Fixed Price (FFP) sole source contract to InDyne, Inc. This requirement is for the contractor to provide all labor, materials, parts, transportation and supervision necessary to engineer, furnish, install and test a Video Enhancement Surveillance System (VESS). The equipment cabinet at Grissom ARB requires relocation from the existing facility to the new Emergency Control Center. Additional equipment required shall be fully integrated into the current VESS configuration. In an effort to establish continuity throughout the Air Force Reserve Command (AFRC), HQ has installed a VESS at all AFRC bases. It was determined that this system provided the capability and expandability that was needed for current and future Security Forces operations. InDyne, Inc. has been the sole source purchaser/installer of said equipment for the command, provides periodic maintenance for the systems at all AFRC lcoations. It is important to note that this is additional equipment needed to expand the capabilities of the current system; this additional equipment will be fully integrated into the current VESS configuration. By utilizing a different company, materials, or system, the warranty for said security system would be void, the maintenance agreement and service would be limited, not encompassing the all of the equipment, and the integration of the two systems could jeopardize the capability and operation and potentially limit the security of needed coverage. The statutory authority permitting other than full and open competition is 10 U.S.C. 2304 (c) (1), as implemented by FAR 6.302-1 (a), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency requirements. The North American Industry Classification System (NAICS) Code is 238210 and the size standard is $14M. This notice of intent is not a request for competitive quotes/proposals. A determination not to compete this proposed procurement is solely within the discretion of the Government. The Government does not intend to pay for any information provided under this announcement. Interested parties shall contact the point of contact listed for information pertaining to this requirement. Interested parties may identify their interest and submit a capability statement by providing a response not later than 1:00 P.M. EST on 6 August 2013. NO VERBAL REQUESTS WILL BE ACCEPTED. The clause at AFFARS 5352.201-9101, Ombudsman, applies. (Ombudsman for this acquisition is Col Steven Slick, HQ AFRC/ATZ, 255 Richard Ray Blvd, Robins AFB, GA, 31098-1637, phone: (478)327-2472 email: to:steven.slick@us.af.mil. Any questions regarding this acquisition should be directed to the Point of Contact: Contracting Officer, Ms. Joyce Nudge at (765) 688-2827; Fax (765) 688-2803; or email: joyce.nudge@us.af.mil, Primary Place of Performance: Grissom ARB, IN; Postal Code: 46901; Country: United States.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/434OCO/F5D3023143AC03/listing.html)
- Record
- SN03126332-W 20130726/130724235853-e1593c24beb14a2641d3e238717310ea (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 |