Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2014 FBO #4669
SPECIAL NOTICE

Z -- Relocate Monaco Fire Alarm System

Notice Date
9/4/2014
 
Notice Type
Special Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M32E4233A001
 
Archive Date
9/27/2014
 
Point of Contact
Johnny C. Scott, Phone: 8439635197, Tamara F. Kostos, Phone: 843-963-5158
 
E-Mail Address
johnny.scott@us.af.mil, tamara.kostos@us.af.mil
(johnny.scott@us.af.mil, tamara.kostos@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of a sole source award 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 F1M32E4233A001. The 628th Contracting Squadron, 101 E. Hill Blvd., Joint Base Charleston, SC 29404 intends to award a sole source contract for the relocation of Monaco Fire Alarm Equipment at Joint Base Charleston. The 628th Contracting Squadron intends to make an award to Monaco Enterprises, Inc.14820 E Sprague Ave. Spokane WA 99216-6219. Market research was performed and information gathered in determining this company to be the only source for this requirement. In accordance with (IAW) FAR Part 5.207(c) (15) (ii), the proposed contract action is for services 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 which 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 the purpose of determining whether to conduct a competitive procurement. The Justification for the Sole Source Award is as follows: In accordance with FAR 6.303-2: (1) Agency and Activity: 628 Contracting Squadron, Joint Base Charleston, SC. (2) Nature of the action being approved: Sole source acquisition. (3) The purpose of this acquisition is to relocate the Monaco D-21 fire alarm system from building 168 to building 254. (4) Justification Rationale: IAW FAR 6.302-1(a)(2): Only one source is capable of responding due to the unique or specialized nature of the system. (5) Demonstration of Unique Qualifications: Monaco Enterprises Inc. (MEI) is the sole manufacturer, installer and service provider for the equipment and services for D-21 Fire Alarm System currently in use at Joint Base Charleston, Air Base. MEI does not have any other authorized service providers. This system requires the use of proprietary codes developed by MEI and licensed directly to the end user. MEI retains exclusive ownership of these codes and does not license third parties to access, alter or add to the software or equipment. The required method for disassembly and reassembly of this system is unique to the D-21 platform for which MEI technicians are specifically trained. The use of an unauthorized service provider could result in damage to the system and compromise the proprietary rights of the manufacturer. (6) Description of Solicitation Efforts: GSA Advantage and SAM were queried for sources as well as Avid to discover any authorized technicians or distributors. IAW FAR 5.201, this sole source notice will (or will not, [state exception] be posted on the Government-wide Point of Entry (FedBizOpps). (7) The contracting officer has determined that the anticipated price to the Government will be fair and reasonable based on comparison of similar services from GSA schedules and other open market sources. (8) Description of market research: A search of GSA schedules and open market sources yielded similar services with comparable pricing, however no service is able to satisfy this specific requirement to maintain Monaco's system. (9) Other supporting facts: Since Monaco is the only holder of the specifications of replacement parts, software updates, and technical orders to be able to provide technical support, there is no other source capable of providing the requirement. (10) Interested Sources: Several GSA schedules were found for similar services, however none are compatible with the Monaco system. (11) Actions to prevent barriers that may lead to restricted consideration in the future: Procure a non-proprietary fire alarm/detection system that has specifications not unique to one manufacturer or brand. (12) This justification is accurate and complete to the best of my knowledge and belief. Address questions to SSgt Johnny Scott, Contract Specialist, at (843) 963-5197, fax (843) 963-5183, email johnny.scott@us.af.mil or Tamara Kostos, Contracting Officer, Phone (843) 963-5158, email tamara.kostos@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M32E4233A001/listing.html)
 
Place of Performance
Address: Joint Base Charleston, Air Base, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN03495893-W 20140906/140904235547-b4d5f8585dac4a90e583acd5b0472274 (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.