SOLICITATION NOTICE
58 -- Requirement: One Unify (formerly Siemens) HiPath4000 Advanced Console System (ACS) a JTIC certified PBX1 series dispatch system. System with current Letter of Authority to Operate (ATO) from AFNIC on file with DISA.
- Notice Date
- 9/3/2015
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 147 FW/MSC, Bldg 1258, Ellington Field, 14657 Sneider Street, HOUSTON, Texas, 77034-5586
- ZIP Code
- 77034-5586
- Solicitation Number
- W912L1-15-R-0052
- Archive Date
- 10/3/2015
- Point of Contact
- Denise M. Bailey, Phone: 2819292305
- E-Mail Address
-
denise.m.bailey.mil@mail.mil
(denise.m.bailey.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912L1-15-F-0050
- Award Date
- 9/3/2015
- Description
- JUSTIFICATION AND APPROVAL OTHER THAN FULL AND OPEN COMPETITION IN ACCORDANCE WITH FAR 6.303 SOLE SOURCE REQUIREMENT 1. Justification content as listed in FAR 6.303-2 2. Contracting Organization: 147MSG/MSC 3. Description of Services: Full and complete installation of the Unify Advanced Console System to include training of Command Post personnel. This system will provide an integrated command and control communication system to allow the 147 Reconnaissance Wing Command Post (147RW/CP) personnel to communicate with other support personnel over radio (land mobile, HF/UHF/VHF) and land-line communications mediums from a single console. The Government Estimate for this requirement is $249.627.30. 4. Authority : Citations: 10 U.S.C. 2304(c) (1) and 41 U.S.C. 253(c) (1) 5. Application of Authority : The Unify (formerly Siemens) HiPath4000 Advanced Console System (ACS) is currently the only JTIC certified PBX1 series dispatch system with a current Letter of Authority to Operate (ATO) from AFNIC on file with DISA. Market research indicates that Unify provides the only communications solution to meet the needs of the Texas Air National Guard, 147RW. Specifically, the Unify ACS provides controllers with a seamless and intuitive visual interface to expedite communications during various contingencies as well as day to day operations. The windows-based architecture allows for streamlined telephone-radio patching and conferencing as well as easily updated and stored rosters for large scale recalls of base agencies. The built in recorder provides the command post with a reliable storage system for replaying calls. In addition, the system provides an automatic call log through which controllers can easily identify which phone numbers have dialed into the command post and which calls have been placed by command post controllers. The Unify ACS is certified with dual-stack IPv4/v6, (secure) SRTP and TLS encryption, PKI, and had no IA PoA&Ms. 6. Efforts to Obtain Competition: No other offers were solicited. A notice of intent to award a sole source contract for this requirement will be posted in accordance with FAR 5.201(b), by the 147RW Contracting Office on the Army Single Face to Industry website. 7. Fair and Reasonable Cost: In accordance with FAR 15.404-1, the Contracting Officer has determined the anticipated price to the Government will be fair and reasonable by evaluating proposed prices paid by other Air National Guard units for the same or similar system, competitive published price lists on Unity's Federal Supply Schedules and comparison to the independent Government cost estimate. 8. Market Survey : The requirement is for ATO approved communication dispatch equipment. Without ATO approval the system would not have the ability to operate on the local network or offer operational consistency throughout the ANG. The only contractor authorized to provide, install and maintain this equipment, and to interface to the other existing locations, is Unify. Any effort by another manufacturer to install different equipment other than the existing Siemens system will impede operations, training, and reduce overall efficiencies. 9. Other Facts: Technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed because the requirement is for the same ATO approved touch-screen dispatch and telephone-radio bridging solution in place at 18 other ANG locations. 10. Interested Sources : No other sources were solicited. A notice of intent to award sole source will be posted on the Federal Business Opportunity website (https://www.fbo.gov). 11. Steps to Foster Competition: Until such time as another vendor's equipment is ATO approved, no other manufacturer can provide this project. 12. Contracting Officer's Certification: The Contracting Officer's signature on the approval sheet represents a certification that the justification is accurate and complete to the best of the Contracting Officer's knowledge and belief. 13. Technical/Requirements Personnel Certification: Supporting data is the responsibility of the technical or requirement personnel, which the basis of the justification have been certified as complete and accurate by the technical or requirements personnel. Such certification is evident by the signature on approval sheet of this document.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA41-2/W912L1-15-R-0052/listing.html)
- Place of Performance
- Address: 14657 Sneider St, Houston, Texas, 77034, United States
- Zip Code: 77034
- Zip Code: 77034
- Record
- SN03870986-W 20150905/150904000402-bbf06b4c488913a26dc948b09f683f73 (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 |