Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2024 SAM #8283
SPECIAL NOTICE

67 -- Digital Transitions ATOM100 Copy stand, DT Film Imaging Kit

Notice Date
7/30/2024 11:39:02 AM
 
Notice Type
Special Notice
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
NATIONAL ARCHIVES AND RECORDS ADMINISTRATION
 
ZIP Code
00000
 
Solicitation Number
NARA-88310324Q00117
 
Response Due
8/14/2024 9:00:00 AM
 
Archive Date
08/29/2024
 
Point of Contact
Sheila Drumheller, Phone: 3018371859
 
E-Mail Address
Sheila.Drumheller@nara.gov
(Sheila.Drumheller@nara.gov)
 
Description
It is the intent of the National Archives and Records Administration (NARA) to enter into a sole source, firm fixed price contract with Digital Transitions, Inc., 35 W 35th Street, Suite 400, New York, NY 10001, to purchase Digital Transitions copy systems, cameras, accessories, training, and installation services.� The proposed contract action will be conducted in accordance with FAR Part 13, Simplified Acquisition Procedures.� The NAICS code is 423410, Photographic Equipment and Supplies Merchant Wholesalers.�� The proposed contract action is for products and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1)(i), Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization).�� Interested persons may identify their interest and capability to respond to the requirement or submit proposals no later than 12:00 p.m. eastern time on August 14, 2024.� This notice of intent is not a request for competitive proposals.� However, all proposals received after the date of publication of this synopsis and prior to 12:00 p.m. eastern time on August 14, 2024 will be considered by the Government.� A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.� Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.� The Government will not be responsible for any costs incurred in responding to this notice.� Direct any questions regarding this announcement in writing to Sheila Drumheller no later than 12:00 p.m. eastern time on August 7, 2024.� Points of Contact:� Sheila Drumheller, Contract Specialist, sheila.drumheller@nara.gov Place of performance:� The Ronald Reagan Presidential Library and Museum 40 Presidential Drive, Simi Valley, CA 93065 See Attachment 1 � Performance Work Statement See Attachment 2 � FAR 13 Sole Source Justification for Commercial Items ATTACHMENT 1 PERFORMANCE WORK STATEMENT FOR�INSTALLATION AND TRAINING SERVICES FOR DIGITAL TRANSITIONS COPY SYSTEMS, CAMERAS, AND ACCESSORIES 1.0 ����� BACKGROUND INFORMATION 1.1 ����� The National Archives and Records Administration (NARA) is an independent Federal agency that helps safeguard and preserve our nation's history by overseeing the management of all Federal records.� The stories of our nation and our people are told in the records and artifacts cared for in NARA facilities around the country and people can discover, use, and learn from this documentary heritage. The mission is to ensure ready access to the essential evidence that documents the rights of American citizens, the actions of Federal officials, and the national experience. 1.2������ The Ronald Reagan Presidential Library and Museum requires training and installation services for one Digital Transitions ATOM100 Copy stand, DT Film Imaging Kit, 8x10 Framed Multi-Format Anti Newton Glass Film Carrier (Discounted), ISA Golden Thread Object � Level Kit with 2 Object Level, Includes 3 year warranty (parts, labor, camera loaner).� Equipment will be delivered to the Ronald Reagan Presidential Library and Museum.� Installation and training services will take place at the library. 2.0������ SCOPE 2.1��� Delivery, Installation, and Training �2.1.1 Contractor shall coordinate delivery of equipment with the Ronald Reagan Presidential Library and Museum (PL-RR) Contracting Officer�s Representative (COR). 2.1.2��� Contractor shall be notified by the PL-RR COR when the equipment has been received by the Ronald Reagan Presidential Library and Museum.� 2.1.3��� Contractor shall complete the installation and training services for the Ronald Reagan Presidential Library and Museum facility during one visit.��� 2.1.4��� Contractor shall install the scanners and cameras, associated hardware, and software purchased under this purchase order.� 2.1.5��� Contractor shall provide onsite training on the scanners and cameras, associated hardware, and software purchased under this purchase order.� 2.1.6��� Training at the Ronald Reagan Presidential Library and Museum facility shall consist of one four-hour session for up to two staff members.� 2.1.7��� Installation and training services for the Ronald Reagan Presidential Library and Museum facility shall be completed within 30 business days after notification that equipment was received.�� 2.1.8��� Training shall be completed within seven business days after completion of scanner installation.� 2.1.9��� Contractor shall coordinate the installation and training services with the PL-RR COR.� 2.1.10� Installation and training schedule shall be mutually agreed upon by the PL-RR COR and the Contractor.� � 2.1.11� Contractor shall provide operating manual for the scanners and cameras purchased under this purchase order.� Operating manual shall be in hard copy and/or in searchable form via USB Drive.� 2.1.12 Contractor shall provide schematics in hard copy or USB Drive. 3.0 ����� PLACE OF PERFORMANCE AND NARA CONTRACTING OFFICER�S REPRESENTATIVE (COR) 3.1������ Equipment shall be shipped to, and services shall be performed at the following locations: The Ronald Reagan Presidential Library and Museum 40 Presidential Drive Attn: Steve Branch Simi Valley, CA 93065 3.2������ The Contracting Officer�s Representative (COR) assigned to this contract is: Name:� Clayton Pelton Telephone: 805 577-4025 email:� clayton.pelton@nara.gov 4.0 ����� PERIOD OF PERFORMANCE 4.1������ The period of performance will be for one 12-month base period.������ 5.0 ����� HOURS OF OPERATION 5.1������ Services shall be undertaken during regular business hours, 8:00 a.m. to 6:00 p.m. eastern time, Monday through Friday, excluding Federal holidays, unless mutually agreed upon by the PL-RR COR and the Contractor. 6.0 ����� TASKS AND DELIVERABLES 6.1������ The deliverables are discussed in section 2.0 above. 7.0 ����� MISCELLANEOUS 7.1������ Travel expenses will be paid. Travel must be conducted in accordance with Federal Travel Regulations. 7.2������ All work shall be completed on a schedule mutually agreed upon by the Contractor and the PL-RR COR.� 7.3������ Contractor personnel working onsite at a NARA facility shall comply with all applicable PL-RR workplace safety protocols that may be in place at the time of scheduled service visits.� The PL-RR COR will confirm safety protocols prior to the Contractor�s scheduled service visit.�� ATTACHMENT 2 SOLE SOURCE JUSTIFICATION FOR COMMERCIAL ITEMS FAR 13.106-1(b) � Simplified Acquisitions Procedures National Archives and Records Administration Office of the Chief Acquisition Officer 8601 Adelphi Road College Park, MD 20740-6001 DIGITAL TRANSITIONS, INC. DT COPY SYSTEMS, CAMERAS AND ACCESSORIES, INSTALLATION AND TRAINING Technical Requirements Certification: I hereby certify that this sole source justification for commercial items is made in good faith, that the supporting data and information are accurate and complete to the best of my knowledge and belief, and that I would not be making this request if it were feasible to fully compete this requirement.� I further certify this request is not the result of lack of advanced planning or a desire to expend funds while those funds are still available.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � IDENTIFICATION OF THE AGENCY AND THE CONTRACTING ACTIVITY, AND SPECIFIC IDENTIFICATION OF THE DOCUMENT AS A �SOLE SOURCE JUSTIFICATION FOR COMMERCIAL ITEMS.� See page 1. NATURE AND/OR DESCRIPTION OF THE ACTION BEING APPROVED NARA seeks to award a sole source purchase order to Digital Transitions, Inc. for the purchase of Digital Transitions copy systems, cameras, accessories, installation, and training.� This will be a fixed price purchase order.� III.����� A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY�S NEEDS (INCLUDING THE ESTIMATED VALUE) This requirement includes: One Digital Transitions ATOM100 Dual Copy Stand includes: DT Phase One iXH 100MP Camera, Phase One 72mm MKII Lens, DT LED Stellar Lights, Hoods Capture One CH SW (4 seats). Standard three-year warranty with parts, labor, loaner warranty DT Film Imaging Kit Includes: Film Stage, 35 mm Slide Carrier, 35 mm Strip Carrier, 120 mm Strip Carrier, and 4x5 Carrier. 8x10 Framed Multi-Fromat Anti Newton Glass Film Carrier (Discounted) ISA Golden Thread Object � Level Kit with 2 Object Level Installation, training services, Travel (2 days Onsite) The cost estimate is $=== AN IDENTIFICATION OF THE STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION. The statutory authority permitting other than full and open competition is the Federal Acquisition Streamlining Act, Public Law 103-355 in conjunction with the Competition in Contracting Act, 41 U.S.C � 3304(a)(1) as implemented by FAR 13.106-1(b)(1)(i), which states �Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization).� The procedures in FAR subpart 13.5 were used in accordance with 41 U.S.C. 1901. V.������� A DEMONSTRATION THAT THE PROPOSED CONTRACTOR�S UNIQUE QUALIFICATIONS OR THE NATURE OF THE ACQUISITION REQUIRES USE OF THE AUTHORITY CITED. The DT Atom 100 copy stand/film scanning system by Digital Transitions is the only one of its kind and no comparable� all-in-one scanning systems exist. It is state of the art and its digitization specifications meet and exceed FADGI-4 standards and NARA preservation standards. The DT-Atom 100 system is utilized by the Clinton Library AV department with fantastic results in preservation/digitization and customer feedback.� The speed of the digitization cannot be understated.� Currently, we can scan at high resolution 20 negatives an hour. The DT-Atom can scan up to 600-800 higher resolution negatives an hour. Digital Transitions, Inc. is the manufacturer and sole provider of the DT Atom 100 copy stand/film scanning system.� They do not have authorized resellers of their products.� Digital Transitions is the local partner of Phase One. VI.������ A DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS IS PRACTICABLE, INCLUDING WHETHER A NOTICE WAS OR WILL BE PUBLICIZED AS REQUIRED BY SUBPART 5.2 AND, IF NOT, WHICH EXCEPTION UNDER 5.202 APPLIES. A Notice of Intent to Sole Source will be posted on SAM.gov for the required 15 days.���� VII.���� A DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE The price quotation received from Digital Transitions; Inc. is the currently advertised price from the only supplier of the required equipment.� There are no other competitors that can provide the equipment. VIII.�� A DESCRIPTION OF THE MARKET RESEARCH CONDUCTED (SEE PART 10) AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED. Market research was conducted via web-search and communication with the three manufacturers that sell motion picture film scanners. Digital Transitions is the only contractor that can provide the DT Atom 100 film scanner copy stand.� Digital Transitions is the only one of its kind and no comparable all-in-one scanning systems exist that can meet the salient characteristics for this requirement. IX.����� ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION.� N/A X.������� A LISTING OF THE SOURCES, IF ANY, THAT EXPRESSED, IN WRITING, AN INTEREST IN THE ACQUISITION N/A XI.����� A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES REQUIRED NARA will continue to monitor developments in the market and will assess any future models that are able to meet its needs for future purchases. XII.������� CONTRACTING OFFICER CERTIFICATION THAT THE JUSTIFICATION IS ACCURATE AND COMPLETE TO THE BEST OF THE CONTRACTING OFFICER�S KNOWLEDGE AND BELIEF. See Page 1.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dda8d6fda0104f84a666b33a3de05fda/view)
 
Place of Performance
Address: Simi Valley, CA 93065, USA
Zip Code: 93065
Country: USA
 
Record
SN07148287-F 20240801/240730230114 (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 |
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.