SPECIAL NOTICE
63 -- Intrusion Detection System
- Notice Date
- 6/27/2014
- Notice Type
- Special Notice
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2XTTR4160A001-SS
- Archive Date
- 7/18/2014
- Point of Contact
- William Stallings, Phone: 334-953-6170
- E-Mail Address
-
william.stallings.1@us.af.mil
(william.stallings.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 42nd Contracting Squadron at Maxwell AFB, AL 36112 hereby give notice of Intent to award a sole source contract to Advantor Systems Corporation, 12612 Challenger Pkwy STE 300, Orlando, FL 32826-2700 as implemented by the Federal Acquisition Regulation FAR Part 13.106-1(b)- Soliciting From A Single Source and FAR 8.405-6(a)(1)(i)(B), "Only One Source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized. This is not a request for competitive proposals and no solicitation is available. Capability statements received by the response date of this announcement may be considered by the Government. A determination by the Government not to compete based on 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. Advantor Systems will provide the following: CLIN 0001- Infraguard Dedicated Telephone Line w/modem 115 NO AUDIO-Part #Inf DED TEL XA, QTY 1 Each CLIN 0002- Advantor 12 Volt DC/1A Power Supply- Part No. 49002301, QTY 1 Each CLIN 0003- Infraguard Touch Screen keypad Display Part No. INF TSK Display, QTY 1 Each CLIN 0004- Act Tsk Display Mounting Box, Part No. 07917202, QTY 1 Each CLIN 0005- Sentrol 2707A BMS Advantor Part Number (P/N) 08060134, QTY 2 Each CLIN 0006- Advantor P/N 49000101 kit 2707A BMS installation QTY 2 Each CLIN 0007- Advantor P/N 08065717 Detection Systems, DS939 Ceiling Mount PIR, 360 Degrees, QTY 11 Each CLIN 0008- Advantor P/N 49000301 Kit ceiling motion installation, QTY 11 Each CLIN 0009- Advantor P/N 08064240 Ditek SL30A 30 Snap it telephone surge protector for 66 block erad or dedicated, QTY 1 Each CLIN 0010- Advantor P/N 09500007 12V/7AH Gel Cell Battery, QTY 1 Each CLIN 0011- Advantor P/N 08061701 SWW 110206 22/4 Plenum, QTY 3 Each CLIN 0012- Advantor P/N 08066018 SWW 951349 22GA 3 Twisted PR STR OS CMP Orange 1K Bldg 856, Rm 2013 QTY 1 Each CLIN 0013- Conduit, Connectors, Mounting Hardware QTY 1 Each CLIN 0014- Labor QTY 1 Each CLIN 0015- Removed CLIN 0016- Infraguard Input Expansion Module P/N INF IEM QTY 1 Each CLIN 0017- Infraguard Universal Mounting Backplate P/N IEM Mount Kit, QTY 1 Each CLIN 0018- Inf Touch Screen Keypad Display P/N ING Tsk Display QTY 1 Each CLIN 0019- Act TSK Display Mounting Box P/N 07917202, QTY 1 Each CLIN 0020- Sentrol 2707A BMS P/N 08060134, QTY 1 Each CLIN 0021- Kit 2707A BMS Installation P/N 49000101, QTY 1 Each CLIN 0022- Kit Ceiling Motion Installation P/N 4900030, QTY 2 Each CLIN 0023- SWW 951349 22/3 Pair One Data Grade Pair OAS Plenum, QTY 1 Each CLIN 0024- Conduit, Connectors, Mounting Hardware, QTY 1 Each CLIN 0025- Installation Labor, QTY 1 Each The Government intends to award a Firm-Fixed Price, sole source contract to Advantor Systems Corporation. Advantor has the proprietary rights to and are the sole manufacturer and distributor of the equipment. The associated North America Industry Classification System (NAICS) Code is 334290 and the Business Size Standard is 750 employees. The items above are custom made solely for Advantor. Interested persons may identify their interest and capability in respond to the requirement no later than 10:00 AM Central Standard Time, Thursday, July 3rd, 2014. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. Firms responding to this are asked to provide the following information in their initial response: company's full name, business size, address, point of contact, and a clear indication as to whether or not they can provide the about items, and installation the Government is seeking. As industry may expect to see portions of submitted information in future solicitations, portions of the response containing proprietary information should be clearly marked as such. Information submitted will not be returned to the respective respondents. Oral submissions of information are not acceptable and will not be accepted in response to this notice. A point of contact for this synopsis is: William Stallings, william.stallings.1@us.af.mil Contract Specialist. Please use this contact information for any questions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XTTR4160A001-SS/listing.html)
- Record
- SN03409496-W 20140629/140627235410-224feed37d27c7eaed3a859c9791d11d (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 |