SPECIAL NOTICE
58 -- Federal Radio
- Notice Date
- 10/20/2023 10:34:31 AM
- Notice Type
- Justification
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 6882414560002
- Archive Date
- 10/30/2023
- Point of Contact
- Joseph J. Krupa, CO, Phone: (304) 263-0811 ext.4002
- E-Mail Address
-
joseph.krupa@va.gov
(joseph.krupa@va.gov)
- Award Number
- 36C24524P0058
- Award Date
- 10/20/2023
- Awardee
- PEGASUS RADIO CORP. ABERDEEN 21001-1245
- Award Amount
- 821425.40000000
- Description
- VHAPM Part 813.106 Simplified Acquisition Procedures: Soliciting from a Single Source Attachment 1: Single Source Justification for SAP under the SAT VHAPM Part 813.106 Page 1 of 1 Original Date: 08/30/17 Revision 02 Eff Date: 03/31/2020 DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID: ___Federal Radio Contracting Activity: Department of Veterans Affairs, VISN 05, Washington DC VA Medical Center (688), 50 Irving St. NW, Washington, DC 20422. Purchase Request: 688-24-1-456-0002(2237) Brief Description of Supplies/ Services required and the intended use/Estimated Amount: The Washington DC VAMC is purchasing additional radios, batteries, accessories, and programing for its existing radio system. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: Requesting sole source procurement for radios only. We currently have contract for airtime provided Federal radio service Corp (36C24523C0090) for facility radio service which supports communications between supervisors and staff in the medical facility and campus to authorized staff for 24 hours round the clock communication at the VA Medical Center Washington D.C. 20422. Radio communications are important in communication issues between supervisors and between staff in normal and emergency situations therefore these services are necessary to establish a direct line of communication for the safety and security for this area. Delays on processing this order presents a patient and employee safety issue. Clear communications between staff are critical during emergency situations. Delayed communication could present life safety situation and could impact the Maintenance and Repair Program in a negative way. Est. cost is: 81,175.00 for Base year Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: Federal Radio is already mobilized under contract and presently providing airtime services to the VA Medical Center as well as other VISN 5 Health Care Facilities in prior years having the ability to support this urgent request in a timely manner. Federal Radio has been in this facility for several years and has always provided great service in the Washington VAMC facility. Federal Radio is very familiar with the hospital facility and radio system(s) equipment installed. The contracting officer has validated that the contractor is listed in Vendor Information Pages (VIP) data base and qualifies as Approved Vendor in accordance with GSA and Federal Supply Schedule for the applicable North American Industry Classification System (NAICS) code assigned to this procurement. Federal Radio is a preferred company with technical expertise necessary to perform these installations within this facility. Description of market research conducted and results or statement why it was not conducted: Market Research was concluded but because Federal Radio- operates FedSMR-D and IDOR digital trunked radio services exclusively for the Federal Government and for GSA properties. Technical performance must be compliant with NTIA regulations and terms of the contract. The contractor is sole provider for radios that work on their radio systems this ensure network security and protects Government private and confidential radio traffic. See briefcase attached letter. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Note: COs are required to make a determination of price reasonableness IAW FAR 13.106-3. See the S19 Open Market (FAR13) Award Documentation Form with Abstract to document price reasonableness. ____________________________ Joseph J. Krupa Contract Officer Date
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c8a10e51f4aa4f0aab8215d8b8153415/view)
- Record
- SN06864566-F 20231022/231020230050 (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 |