Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SPECIAL NOTICE

D -- AVI Systems

Notice Date
9/11/2012
 
Notice Type
Special Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway, Rockville, Maryland, 20852-2738, United States
 
ZIP Code
20852-2738
 
Solicitation Number
DRM-12-427
 
Archive Date
10/10/2012
 
Point of Contact
Rowlene Wendoll, Phone: 630/829-9558
 
E-Mail Address
rowlene.wendoll@nrc.gov
(rowlene.wendoll@nrc.gov)
 
Small Business Set-Aside
N/A
 
Description
UNITED STATES NUCLEAR REGULATORY COMMISSION REGION III 2443 WARRENVILLE ROAD, SUITE 210 LISLE, IL 60532-4352 August 15, 2012 MEMORANDUM TO: Alba Sanchez, Contracting Officer, Deputy Director Office of Administration FROM: SUBJECT: REFERENCE: Shirley Bayliff, Contracting Officer ~ Financial Resources Branch, Regi~ JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION AVI Systems "Simplified Acquisition Source Selection Information - see FAR 13.106 - 1 (b)(i)" 1. Identification of the agency and contracting activity. a. Federal agency and contracting activity: NRC Region III. b. Sponsoring organization: Division of Resource Management and Administration c. COR information: • COR name: Thomas Magee • Mailing address: 2443 Warrenville Road, Suite 210, Lisle, IL 60532-4352 • E-mail address: Thomas.magee@nrc.gov • Telephone number: 630-829-9813 2. Nature and/or description of the action being approved. a. Acquisition purpose and objectives. Division of Resource Management and Administration (DRMA) requires redundancy for the audio visual system used in Region Ill 's incident response center. b. Project background. In 2011 the regional office modernized the Incident Response Center. AVI installed the system, which included a 3-year maintenance agreement. The audio visual system in the regional Incident Response Center is based on an intricate web of cabling and control systems. Recently, a system limitation has been discovered. The systems core control has limited redundancy so if a key component fails, the system will become inoperable. • The name of the incumbent or predecessor contractor: AVI Systems (from Bensenville, Illinois) • The period of performance: one-time installation/purchase • Total dollar amount obligated/expensed to date: Initial purchase and installation cost was $424,638.39. • Whether the initial and any subsequent awards were competed and, for any sole-source or limited competition awards, the basis for the approved JOFOC. Yes, competed by GSA as part of a much larger 2nd floor renovation project (total project $3M +, AV portion $424.6k) 3. Description of the supplies or services required to meet the agency's needs (including the estimated value). System Description: JUPITER SYSTEMS PixelNet Domain Controller, QUAD CORE XEON @ 2.4GHz, 8GB DDR3, 500GB SATA HOD, 1 U rackmount, dual GigE ports, Windows 7 (64 bit) and PDC Software, preloaded. Two units, one to use as the primary controller, the second will be the failover should the primary unit malfunction. Purchase also includes onsite Integration/configuration/parts/cabling of the units into the existing system program configuration. a. Project title: Purchase, install, integrate, and train Redundant Incident Response Center (IRC) system component. b. Project description: Provide redundancy for Region Ill 's core control which supports the Incident Response Center's audio visual system. • Requirement type. Check the appropriate box: J Research & development (R&D) J R&D support services J Support services (non-R&D) 1 Supplies/equipment X Information technology (IT) J Construction ~ Architect-engineer (A-E) services J Design-build 1 Other (specify): ________ _ • Type of action. Check the appropriate box: X New requirement J Follow-on J Other (specify): ________ _ • Proposed contract/order type. X Firm-fixed-price J Other fixed-price (specify, e.g., fixed-price award-fee, fixedprice incentive-fee): ____ _ J Cost-plus-fixed-fee J Other cost reimbursement (specify, e.g., cost-plus-award-fee, cost-plus-incentive-fee): ____ _ I Time and materials I Indefinite delivery (specify whether indefinite quantity, definite quantity, or requirements): ____ _ J Other (specify): ____ _ J Completion Form I Term form • DRMA # DRM-12-427 c. Total estimated dollar value and performance/delivery period : $12,000 delivered and installed by September 30, 2012. 4. This acquisition is conducted under the authority of 41 United States Code (U.S. C.) 13.106-1 (b)(1 )(i) as set forth in Federal Acquisition Regulation (FAR) 13.106-1 (b)(1 )(i). One source reasonably available. 5. Demonstration that the proposed contractor(s) unique qualifications or the nature of the acquisition requires use of the authority cited. a. Name and address of the proposed contractor(s). AVI Systems (Mark Moonert) 621 Busse Road #101 Bensenville, IL 60106 (630) 477-2352 b. Nature of the acquisition and proposed unique qualifications of the contractor( s). The acquisition will provide redundancy to Region Ill 's Incident Response Center's audio visual system. AVI is uniquely qualified. AVI designed, developed, installed and is providing a 3-year maintenance agreement for the current system (thru 2014). Modifications to the system from other than AVI could void and/or jeopardize our current maintenance agreement. 6. A FedBizOpps notice was not publicized as exception 13(i) under Federal Acquisition Regulation (FAR) 5.202 applies. 7. The Contracting Officer has determined the price to be fair and reasonable after discussions with the COR and IRB Branch Chief on market value for other similar hardware, software, and programming projects. 8. Market Research not conducted due to the complexity of the project, the amount of time it would require another vendor to understand the current system, the use of another vendor could void the 3-year warranty and the possibility of proprietary information. 9. No other sources have expressed in writing an interest in writing in this acquisition. By signing below, the technical requirements official noted above certifies that the justification is accurate and complete to the best of his/her knowledge and belief. COR Certification ~~ ~...z. ___ Thomas Magee, IT Specialist/Coordinator Region III This is to certify that the justification for the proposed acquisition has been reviewed and that to the best of my knowledge and belief the infonnation and/or data provided to support the rationale and recommendation for approval is accurate and complete. Contracting Officer /" :' ( - ~~) / I, / )..- "-'::'v~ X;<,..(_// L/ / s~;;--~aY~liff,' Chi~l ( t. Financial Resources Branch, Rill CONCUR: Competition Advocate CuJ0J&r cl~. Alba San"chez Deputy rector Office of Administration SEP 1 0 2012 Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/DRM-12-427/listing.html)
 
Place of Performance
Address: U.S. Nuclear Regulatory Commission, 2443 Warrenville Road, Suite 210, Lisle, Illinois, 60532-4352, United States
Zip Code: 60532-4352
 
Record
SN02877577-W 20120913/120912001421-9f277d6b10e8493fc5244059ddd7d844 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.