SPECIAL NOTICE
N -- KSC CENTERWIDE FIRE MONITORING PROJECT PCN 98574
- Notice Date
- 11/14/2012
- Notice Type
- Special Notice
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK10CA67C
- Archive Date
- 11/14/2013
- Point of Contact
- Lester S Howard, Contracting Officer, Phone 321-867-7432, Fax 321-867-3945, Email Lester.S.Howard@nasa.gov
- E-Mail Address
-
Lester S Howard
(Lester.S.Howard@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- KSC Centerwide Fire Monitoring Project PCN 98574 AWARDED 09/24/2010. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION This document is a justification for other than full and open competition (JOFOC) prepared by the NASA, John F. Kennedy Space Center. Contracting Activity National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) OP-CS Kennedy Space Center, FL 32899 Description of the Action - This justification provides the rationale for contracting by other than full and open competition for the acquisition of additional center-wide fire monitoring services under existing contract NNK10CA67C with Simplex Grinnell. Additional information is on the Justification for Other than Full and Open Competition (JOFOC), see below. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION This document is a justification for other than full and open competition (JOFOC) prepared by the NASA, John F. Kennedy Space Center. 1. Contracting Activity National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) OP-CS Kennedy Space Center, FL 32899 2. Description of the Action - This justification provides the rationale for contracting by other than full and open competition for the acquisition of additional center-wide fire monitoring services under existing contract NNK10CA67C with Simplex Grinnell. 3. Description of Services Required to Meet the Agency's Needs - The scope of work under this contract modification includes hardware and software modifications to existing Simplex-Grinnell fire alarm control panels (FACP's) to complete the conversion of 65 facilities to KSC's new Central Radio Monitoring System (CRMS). The project will also remove the obsolete and proprietary Simplex-Grinnell Central Fire Monitoring System (CFMS). The additional work requires installing, modifying, re-programming, and testing of the fire alarm control panels and installation of CRMS subscriber unit reporting radio equipment at each facility. Once this work is completed all KSC facility fire alarm panels will report to the newly installed CRMS system. The vast majority of work in this contract modification was originally included as options in the original procurement, but not awarded due to funding limitations. The original contract NNK10CA67C scope of work included new CRMS head end fire monitoring installation and acceptance testing at the Launch Control Center, Central Implementation Facility, and the Fire Alarm Shop; the transfer of the existing facility subscriber unit reporting radios at various locations to the new head end equipment; demolition of the existing CRMS head end equipment at facility K6-2496; and modification of the facility K6-2496 fire alarm system. This contract was awarded on September 23, 2010, in the amount of $3,592, 739. Considerable other work in the bid package priced as options was not awarded due to funding limitations. The work not awarded included the connection of KSC facilities, the vast majority containing Simplex-Grinnell fire alarm panels, to the CRMS monitoring system by Simplex-Grinnell under an approved justification for other than full and open competition. On January 13, 2011 Modification 2 to contract NNK10CA67C was issued in the amount of $1,637, 735 bringing the contract value to $5,230,474, and extending the contract performance period from 395 days to 730 days. This work was awarded using an approved justification for other than full and open competition and included hardware and software modifications to existing Simplex-Grinnell fire alarm control panels at the Vehicle Assembly Building (K6-848), Vehicle Assembly Building Repeater Facility (VABR), and the Communications Distribution and Switching Center (CD&SC) to allow the transfer of approximately 60 additional existing KSC facilities to the new CRMS monitoring system installed under the NNK10CA67C base contract. This work is currently in progress. The original contract and modification 2 did not include 65 remaining facilities with Simplex-Grinnell fire alarm panels that need to be connected to the new CRMS system. This contract action provides for the remaining work to complete facility connections to the CRMS system and removal of the obsolete CFMS system. The estimated total value of this work is $3,963,000 and will extend the contract performance period an additional seven hundred thirty (730) days. 4. Statutory Authority Permitting Other Than Full and Open Competition - The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1) as cited in FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." Simplex-Grinnell is the original equipment manufacturer of KSC's existing FACPs and CFMS and, due to proprietary communication protocols, the only contractor capable of properly modifying and reprogramming their proprietary software and hardware to accommodate the transfer of fire reporting to the new CRMS. 5. Nature of Acquisition Requiring Other Than Full and Open Competition - The CFMS and most existing FACPs use Simplex-Grinnell developed software and are interconnected on networks (mini-networks) using Simplex-Grinnell proprietary communication protocols; this includes the systems being modified under the additional Center-wide fire monitoring services described in this JOFOC. Simplex-Grinnell hardware and the associated software are proprietary products designed to provide communications for fire alarm signal reporting purposes. The Government has neither the rights nor the data necessary to allow any other vendor to properly modify the Simplex-Grinnell software and programs associated with the Simplex-Grinnell CFMS, mini-networks, or FACPs. Simplex-Grinnell develops and distributes the software associated with Simplex Fire Alarm Systems and is the only contractor capable of properly modifying their proprietary software and hardware to accommodate the transfer of fire reporting to the new CRMS. This sole source Simplex-Grinnell support represents approximately 80% or $3,170,400 of the total estimated value of $3,963,000 for the proposed additional work. The remaining work is general construction work incidental to the CRMS effort. 6. Efforts Made to Ensure That Offers are Solicited From as Many Potential Sources as Practicable - This proposed action will be publicized in NAIS/EPS and FBO in accordance with the requirements of FAR 5.201(b)(ii) and FAR 6.305. 7. Determination of Fair and Reasonable Cost - KSC will evaluate Simplex-Grinnell's proposed prices for price reasonableness and realism to ascertain if the proposed prices are realistic for the work to be performed and reflect an understanding of the work requirements. The proposed prices will be primarily evaluated by comparison against the Government estimate. KSC will also evaluate proposed labor and indirect rates against the labor and indirect rates covered under contract GS-07F-0396M, a General Services Administration contract under which Simplex-Grinnell provides commercial fire alarm system services. 8. Market Research - A sources sought synopsis was issued on October 28, 2009 to determine if there were small disadvantaged veteran-owned small businesses, HUBZone firms, or 8(a) firms capable of performing the Repair of the KSC Center -wide Fire Monitoring System project. Firms in these categories having the capabilities necessary to meet or exceed KSC's requirements were invited to submit capability packages for review. No firms fitting these categories submitted responses demonstrating the capability of performing KSC's work and concurrence was received from the Small Business Administration to procure this acquisition as a full and open competition allowing proposals from both large and small businesses. The synopsis for the original contract NNK10CA67C which included the majority of this additive work as a potential option was publicized on the NASA Internet Acquisition Service (NAIS) and the Federal Business Opportunities (FBO) on May 14, 2010 and the solicitation was issued on June 1, 2010. The solicitation consisted of a base bid and seven options. A JOFOC, similar to this one, was posted with the solicitation identifying Simplex-Grinnell as the original equipment manufacturer of KSC's existing FACPs and CFMS and, due to proprietary communication protocols, the only contractor capable of properly modifying and reprogramming their proprietary software and hardware to accommodate the transfer of fire reporting to the new CRMS. The Simplex-Grinnell sole source effort comprised approximately 40.5% of the total base bid and options work. The Government anticipated multiple bids on the original solicitation based on numerous questions received from industry, the well-attended pre-bid site visit, and Simplex-Grinnell's announcement at the pre-bid site visit that it was bidding as a prime contractor and as a subcontractor to other firms. Only one bid was received and it was from Simplex-Grinnell, a large firm located in Orlando, Florida. The additional work covered by this JOFOC is essentially the same as the options included but not awarded under contract NNK10CA67C. Simplex-Grinnell was the only firm to submit a bid for the original full and open solicitation which had an estimated 40.5% Simplex-Grinnell sole source effort spread across the base bid and seven options. It is not anticipated that a new solicitation for the additional central fire monitoring work covered under this JOFOC will result in more advantageous bids from other firms especially since the total estimated value of this additional work that must be performed by Simplex-Grinnell has increased to 80%. 9. Other Facts Supporting the Use of Other than Full and Open Competition - The additional work under this action requires significant installation and/or major modifications of Simplex-Grinnell fire alarm control equipment and software. Though it is estimated that 80% of the total work must be performed by Simplex-Grinnell, the Simplex-Grinnell work and the other work must be integrated and performed together. The other 20% of work could be performed by an electrical subcontractor certified by the manufacturer to install the radio transmitters required at KSC, who is also capable of performing the minor low voltage work to provide power to the radio transmitters. If Simplex-Grinnell does not perform this work as a prime contractor, it will perform the work as a subcontractor, with the Government having to pay prime contractor mark-ups on 80% of this work, an extra cost burden with no added benefits to the Government. Simplex-Grinnell has an existing contract for Center-wide fire monitoring work that this additional work can be added to via bilateral contract modification resulting in project management and cost efficiencies. The contractor is already fully mobilized, eliminating additional mobilization costs and minimizing the potential for delays in fulfilling the Government's requirements. Costs will be negotiated with Simplex-Grinnell as a prime contractor. Acquisition costs associated with the development of additional sets of specifications, drawings, and other contract documents will be minimized by adding this work to the existing contract. Additionally, the time required in requesting a proposal, evaluating it, and issuing a contract modification under an existing contract is substantially shorter than soliciting a new requirement, evaluating proposals, and making a new and separate contract award. 10. Listing of Sources, if any, that Expressed Interest in the Acquisition - Contract NNK10CA67C Simplex-Grinnell was the only source who provided a proposal in response to the June 01, 2010 solicitation for the acquisition of additional center-wide fire monitoring services containing the same requirements as described in this JOFOC. No other sources have expressed an interest in the acquisition of the additional work described in this JOFOC. 11. Statement of Actions to Remove/Overcome any Barriers to Competition - A significant quantity of Simplex-Grinnell fire alarm equipment is currently installed in KSC facilities in support of the existing CFMS. Contract NNK10CA67C transfers connections from the existing CFMS to the new CRMS. It also removes the proprietary Simplex-Grinnell CFMS system, allowing other facility fire alarm systems to be connected to the new CRMS radio units. The installation of an upgraded CRMS eliminates the need to connect most new fire alarm panels to Simplex-Grinnell proprietary networks and will substantially reduce future barriers to free and open competition. Fire alarm systems will no longer have to be sole sourced to Simplex-Grinnell and can be procured by free and open competition; as in the current KSC's Central Campus and Consolidated Data Center projects. Justification for Other than Full and Open Competition for KSC Center Wide Fire Monitoring System - Modification to NNK10CA67C Contracting Officer's Technical Representative: I certify that the supporting data presented in this justification are accurate and complete. ORIGINAL SIGNATURE ON FILE 10/22/12 Neal Colvin Date Contracting Officer's Technical Officer Contracting Officer: I certify that this justification is accurate and complete to the best of my knowledge and belief. ORIGINAL SIGNATURE ON FILE 10/23/12 Lester Howard Date Contracting Officer CONCURRENCE: ORIGINAL SIGNATURE ON FILE 11/01/112 Dudley Cannon Date Procurement Officer APPROVED: ORIGINAL SIGNATURE ON FILE 11/01/112 Kelvin Manning Date Center Competition Advocate 4. Point of Contact is Lester Howard at the following email address: LESTER.S.HOWARD@NASA.GOV 5. TELEPHONE CALLS WILL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK10CA67C/listing.html)
- Record
- SN02930568-W 20121116/121114234420-7480b19eb70cbc962033babaa4eb6037 (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 |