SPECIAL NOTICE
Z -- Proprietary Intrusion Detection System Panel JFB
- Notice Date
- 1/6/2020 3:11:55 PM
- Notice Type
- Justification
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R10 AUBURN WA 98001 USA
- ZIP Code
- 98001
- Solicitation Number
- 47PL0120R0007_JA
- Archive Date
- 01/21/2020
- Point of Contact
- Keith R. Goodsell, Phone: 253-931-7775
- E-Mail Address
-
keith.goodsell@gsa.gov
(keith.goodsell@gsa.gov)
- Award Number
- 47PL0120R0007
- Description
- Nature and/or Description of Action Being Approved:�The proposed action being approved is only for the portion of Solicitation 47PL0120R0007 which is�brand-name or peculiar to single manufacturers, including unique equipment, software, and proprietary�services in the award of a competitively solicited Construction task order pursuant to FAR Part 36 and�Part 15.� A specific list of types of hardware, software, and services is listed in Section 3 below. Said�items and services will be utilized for the design and installation of a site-specific Intrusion� Detection�System for DHS/ICE offices that will be designed and constructed at the Henry M. Jackson Federal�Building, located at 915 2nd Ave, Seattle, WA 98174. The proposed action is to include unique materials and proprietary services in the award of a�competitive solicited task order under the existing Small Business set-aside Western Design-Build�Construction Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts�pursuant to FAR 16.505. A list of specific brand name/unique items and proprietary services are�identified in Section 3 below. The Solicitation requires that prime contractor compete subcontracted�work to the maximum extent possible, with the exception of the brand name/ unique items and�proprietary services, which must be acquired through authorized vendors/service providers. The DHS/ICE requires Intrusion Detection Systems within Federal building space to be compatible with�Federal Protective Service MegaCenter regional monitoring system in accordance with DHS�Management Directive 121-01-010.� As identified in Federal Protective Service Policy Letter FPS-03-016,�dated 11/12/2003, the Federal Protective Service MegaCenter requires all of its clients utilize�Underwriters Laboratory (UL) commercially listed panels from the following manufacturers: Honeywell�(Ademco), Bosch (Radionics), or Digital Monitoring Products (DMP). Proprietary panels or panels that�are not UL Compliant are not be accepted due to the inability for the MegaCenter to provide adequate�support.��This requirement has continued to the present as evidenced by the latest FPS MegaCenter�Alarm Requirements (MAR) form (Last Revised: 3/1/2018) states, �There are many alarm panel�manufacturers. Monitoring support of every brand of alarm panel is not financially viable. Therefore,�FPS monitors a standardized list of panels that must be adhered to by all of our monitored clients.�Without endorsement of any specific manufacturer, the MegaCenter is capable of monitoring UL�commercially grade listed panels from the following manufacturers: Honeywell/Ademco,�Bosch/Radionics, or Digital Monitoring Products (DMP). For internet monitored accounts, we are�equipped to monitor Bosch/Radionics panels. All alarm systems must have a zone assigned to the alarm�system Panel Tamper. Proprietary panels cannot be monitored or supported.� (emphasis added) The work will be performed under a GSA/PBS contractual action awarded on behalf of the DHS/ICE�pursuant to 40 U.S.C.�592(b)(2) under an executed reimbursable work agreement, as the space where�the work is to be performed is a leased space provided by the GSA. The work is to be included in Solicitation 47PL0120R0007, that will be competed pursuant to FAR�16.505 under the existing Small Business set-aside Western Design-Build Construction Indefinite�Delivery Indefinite Quantity Multiple Award Task Order Contracts (47PL0018D0002 ( M. J. Takisaki Inc.),�47PL0018D0004 (Macnak Construction, LLC), 47PL0018D0005 (RHD Enterprises, Inc.), 47PL0018D0006�(Saybr Contractors, Inc.), 47PL0018D0006 (RJS Construction, Inc.). Synopsis of the original solicitation�was not required FAR Subsection 16.505(a)(1).� However, with the inclusion of the brand name�requirements, synopsis will be required or submission of the approved Justification to the above�Contract holders pursuant to FAR Subsection 16.505. See attached approved Justification for additional details.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8a31250817cd4a90adbb28f498e1e8a2/view)
- Place of Performance
- Address: Seattle, WA 98174, USA
- Zip Code: 98174
- Country: USA
- Zip Code: 98174
- Record
- SN05526957-F 20200108/200106230125 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |