Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2025 SAM #8466
SPECIAL NOTICE

N -- FA706025Q0006 SAFAAO Access Control System

Notice Date
1/29/2025 2:52:41 PM
 
Notice Type
Special Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
FA7060 11TH CONTRACTING SQ PK WASHINGTON DC 20032-2110 USA
 
ZIP Code
20032-2110
 
Solicitation Number
FA706025Q0006SAFAAOAccessControlSystem
 
Response Due
1/29/2025 1:00:00 PM
 
Archive Date
02/13/2025
 
Point of Contact
Kristopher Densmore, Pedro Andrade
 
E-Mail Address
kristopher.densmore@us.af.mil, pedro.andrade.3@us.af.mil
(kristopher.densmore@us.af.mil, pedro.andrade.3@us.af.mil)
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of intent to award a sole source contract under statutory authority 10 USC 2304(c)(1), set forth in Federal Acquisition Regulation 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Reference Number is FA706025Q0006. The 11th Contracting Squadron, 420 MacDill Blvd., Joint Base Anacostia-Bolling, DC 20032, intends to award a sole source contract for SAFAAO Advantor Access Control System (ACS) for Bldg 5683, Rm 120, JBAB. The 11th Contracting Squadron intends to make an award to ADVANTOR Systems Corporation (Cage: 1S063) 12612 CHALLENGER PKWY, STE 300, ORLANDO, FL 32826 USA In accordance with (IAW) FAR 5.207(c)(16)(ii), the proposed contract action is for a service for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1(b)(ii). This notice of intent to award is not a request for competitive proposals; however, responsible sources may submit a capability statement, proposal or quotation that shall be considered by the agency. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The justification for the sole source requirements as follows: In accordance with FAR 6.303-2: Agency and Activity: 11 Contracting Squadron, Joint Base Anacostia-Bolling, DC. Nature of action for approval: Sole source acquisition. This procurement is for SAFAAO Advantor Access Control System (ACS) for Bldg 5683, Rm 120, JBAB. Justification Rationale: IAW FAR 6.302-1(a)(2), one source is capable of fulfilling this requirement due to the previous install of ADVANTOR systems and networks being used on JBAB. ADVANTOR systems and hardware are serviced and installed by ADVANTOR, with no subcontractors given proper training or certification to install or service their proprietary products. Demonstration of Unique Qualifications: ADVANTOR Systems Corporation owns all rights to their proprietary access systems and monitoring software. They are registered in SAM.gov and do not certify or train any other parties on install and service of their products. Description of Solicitation Efforts: IAW FAR 5.102(a)(2), this notice will be posted on the Government-wide Point of Entry (beta.SAM.gov) and retained in the contract file to document the rationale for a sole source award. Description of market research: Based on market research conducted, there is only one (1) responsible source available to perform this contract. The use of ADVANTOR is required to maintain security connectivity at JBAB and as such, a sole source solicitation should be made on GSA eBuy through contract GS-07F-039DA which will result in a Firm-Fixed Price contract. A Firm-Fixed Price contract is the most appropriate given the commercial aspect of the requirement and creating an award from an existing government schedule contract. This will result in an acquisition that is most advantageous to the government. Other supporting facts: N/A Interested Sources: N/A Actions to prevent barriers that may lead to restricted consideration in the future: The Government will continue to surveille the market for any changes or new entries to the marketplace that may allow for the use of other vendors in future requirements. This justification is accurate and complete to the best of the Contracting Officer�s knowledge and belief. Address questions to Kristopher Densmore, Contract Specialist, at kristopher.densmore@us.af.mil or Pedro Andrade, Contracting Officer at pedro.andrade.3@us.af.mil For more opportunities, visit https://sam.gov/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/725b2a418a4c48e6a83c4fdc388936f3/view)
 
Place of Performance
Address: Bolling AFB, DC 20032, USA
Zip Code: 20032
Country: USA
 
Record
SN07326101-F 20250131/250129230104 (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.