Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2017 FBO #5789
AWARD

D -- Annual Maintenance Plan for SSA A/V Equipment

Notice Date
9/27/2017
 
Notice Type
Award Notice
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Social Security Administration Office of Acquisition and Grants 1540 Robert M. Ball Building 6401 Security Blvd Baltimore MD 21235
 
ZIP Code
21235
 
Archive Date
10/13/2017
 
Point of Contact
SPECA, JOE
 
Small Business Set-Aside
N/A
 
Award Number
28321317P00050079
 
Award Date
9/27/2017
 
Awardee
VISION TECHNOLOGIES, INC.<br />530 MCCORMICK DR STE G<br />GLEN BURNIE<br />MD<br />21061<br />USA<br />MD
 
Award Amount
$148,003.00
 
Description
The Social Security Administration (SSA) requires annual maintenance services from Vision Technologies, Inc. for the audio/visual (AV) equipment in SSA's Incident Command Center (ICC). The ICC is a 24/7 facility that collects, analyzes, and disseminates information and manages incidents at HQ. This resultant purchase order will ensure that the ICC ™s AV equipment receives timely repair and minimizes system downtime, resulting in more efficient performance of daily job functions. The resultant purchase order for a service plan includes a 12-month base period, from 09/27/2017 through 09/26/2018, plus four 12-month option periods (if exercised). The below award amount is inclusive of all option periods. In accordance with Federal Acquisition Regulation (FAR) Part 5.202(a)(2), the CO need not submit a notice of proposed contract action as required in FAR 5.201 when the proposed contract action is made under the conditions describe in FAR 6.302-2, which includes purchases conducted using simplified acquisition procedures. However, in accordance with FAR 5.301(a), the CO submits this post-award notice. Per SSA's Administrative Instructions Manual System (AIMS) Guide 06.06.06 Competition and Documentation Requirements for Open Market Acquisitions (refer to C.2.), required documentation includes a statement explaining the rationale for limiting consideration of sources to a single source for open market acquisitions exceeding $25,000.00 but not exceeding the SAT for other than full and open competition (but not brand name). This statement is included below. Justification for Other Than Full and Open Competition Authority: 41 U.S.C. 3304(a)(1) and FAR 6.302-1 “ Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements Vision Technologies, Inc. developed, wired, installed, and maintained the current AV technology system utilized in the ICC, which encompasses the data center, the emergency response control center, the operations control center, and a video conference room. Vision Technologies, Inc. has an intimate knowledge of the system. Given that the ICC is experiencing numerous hardware operability issues associated with the AV system that require urgent resolution, this contractor is the only responsible source.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/Awards/28321317P00050079.html)
 
Record
SN04697505-W 20170929/170927232635-ad32926ff365ebc5cdbd4e459ca65a06 (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.