Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2024 SAM #8313
AWARD

63 -- Intent to Sole Source 49th TES Intrusion Detection System

Notice Date
8/29/2024 1:39:13 PM
 
Notice Type
Award Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FA4608 2 CONS LGC BARKSDALE AFB LA 71110-2438 USA
 
ZIP Code
71110-2438
 
Solicitation Number
FA460824P0103
 
Archive Date
09/27/2024
 
Point of Contact
SSgt Charlee Maier, Phone: 3184569729, Tiffany Collazo, Phone: 3184560817
 
E-Mail Address
charlee.maier@us.af.mil, tiffany.collazo.2@us.af.mil
(charlee.maier@us.af.mil, tiffany.collazo.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Award Number
FA460824P0103
 
Award Date
09/12/2024
 
Awardee
LDIA HOLDINGS, LLC Austin TX 78741 USA
 
Award Amount
298631.60
 
Description
Special Notice of Intent To Award Sole Source 49th Test and Evaluation Squadron Intrusion Detection System Requirement Reference Number: FA460824QC144 The 2d Contracting Squadron, Barksdale AFB, hereby submits an intent to award a sole source notice. The Government intends to award a firm-fixed-price contract to LDIA Holdings dba Prometheus Security Group Global under FAR Part 13.106-1(b) for an Intrusion Detection System (IDS) on behalf of the 49th TES in support of the newly renovated Sensitive Compartment Information Facility (SCIF) located on Barksdale AFB, LA. This procurement action is being conducted in accordance with FAR Part 13-106-1(b)(1)(i), Contracting officers may solicit from one source reasonably available (e.g., urgency, exclusive licensing agreement, brand-name or industrial mobilization). An extended description of the products to be procured in this acquisition are as follows: Product Description Quantity AE SAW 2 SA Workstation (Win10, SQL2012) Office 2016 1 AE VBM3 Badge Manager SA Workstation (Win10, SQL2012) 1 Office2016 AE VSC Site Commander (Win10) 1 Photo Badging Printer (2Sided) 1 Video Badging Camera Package 1 VBM Signature Pad 1 PIV Class Reader Enrollment Station 11 Ribbon Cartridge Badge Printer 5 Cleaning Kit 5 HID Prox RFID Cred.- ISO Proxll Card 500 AE V3 ACS � AES ENCRYPTION WIRE 1 AE V3 IDS - AES ENCRYPTION, WIRE 1 AE AES-1500 Field Panel, Wire 4 500 Programming Cable 1 MR-50 Portal Controller, Wiegand 3 22"" LCD Display 2 USB CATS Extender and KVM Switch 2 Cabinet, 4-Post, 7'H, 42U, Black 1 SMART-UPS SRT D/CON 6000VA 1 SMART-UPS SRT 192V 5KVA 4 SMART-UPS SRT 19� RAIL KIT 5 Custom IDS Enclosure: MFF 3 Custom Enclosure Termination Harness:1500 (Single MFF) 6 Custom ACS Equipment Enclosure: MFF 1 Custom Enclosure Termination Harness: MR-50 (SINGLE, MFF) 3 12V, 18AH Battery 10 BMS Alarm Contact (SCIF Compliant) 3 BMS Installation Kit (70-01005-series BMSs) 3 Interior 360 PRI/MW Motion Sensor 14 iClass Reader w/PIN PAD 3 Multi-State EOL Resistor/Each 30 Misc Electrical Components (wire/connectors/power) 1 Installation Labor **This notice does not constitute a solicitation document. Requests for such documents will not be considered. However, all information received after publication of this notice will be considered SOLELY for the purpose of determining whether to conduct a competitive procurement in the future. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received will be evaluated as to confirm or deny the decision to conduct a competitive procurement. The Government will not be responsible for any costs incurred by responding to this notice. The Government will not pay for information received. Firms who desire to challenge this sole source action must submit an interest letter (email is acceptable) that demonstrates technical expertise, certification, and authorization to compete for this acquisition. The letter must describe clear and convincing evidence that competition would be advantageous to the Government and will not be cost or time prohibitive.** The IDS is compatible with existing IDS management systems at Barksdale AFB and has been approved for procurement by higher authority as stated on the Non- Nuclear Configuration Management Database (CMD) Equipment Approval. For questions pertaining to this notice, please contact: Contract Specialist: SSgt Charlee Maier; Telephone: (318) 456-2202; Email: charlee.maier@us.af.mil Contracting Officer: Tiffany Collazo; Telephone: (318) 456-0817; Email: tiffany.collazo.2@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/73733d0f41794dad82369cb398ae639b/view)
 
Place of Performance
Address: Barksdale AFB, LA 71110, USA
Zip Code: 71110
Country: USA
 
Record
SN07191186-F 20240831/240829230112 (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.