Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2015 FBO #4991
SPECIAL NOTICE

63 -- DMS Systems Repair and Maintenance

Notice Date
7/22/2015
 
Notice Type
Special Notice
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Agricultural Research Service - Northeast Area
 
ZIP Code
00000
 
Solicitation Number
AG-349B-S-15-5674
 
Archive Date
8/13/2015
 
Point of Contact
TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
 
E-Mail Address
tim.smearman@ars.usda.gov
(tim.smearman@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
The USDA, Agricultural Research Service intends to negotiate solely with Control Systems, Incorporated, Hagerstown, MD under the authority of FAR 6.302-1, to provide Preventative and Remedial Maintenance, Two Hour Mandatory Emergency Repair Response, Non-Emergency Repair, Technical Support, Data Programming, Software Upgrades, Equipment Upgrades, Service, and Manufacturer parts for the Appalachian Fruit Research Station Direct Management Systems for Security, Controls, Monitoring, and Dialer Systems located at the USDA, Agricultural Research Service, in Kearneysville, WV. The Contractor shall be capable to service, test, repair, calibrate and provide the necessary manufacture parts and vital components for the following equipment and software programs to include the following Systems: Invensys Building Automation System (I/A), T.A.C. Integration Data Software, Struxure Software, Schneider Control Equipment, RACO Verbatim Remote Alarm Dialing System (Series VSS). Written substantive statements addressing the mandatory response time capability, personnel qualifications and hourly rates sufficient to determine the capability to meet the entire requirement must be submitted to the identified point of contact not later than the response date specified in this notice. No telephone inquires will be accepted. This is a notice of intent, not a request for proposal, and no contract will be awarded based on substantive statements received in response to this notice, but will be used to determine if a comparable source is more advantageous to the Government. A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of Government. Justification for other than full and open competition. 1. USDA, Agriculture Research Service, Appalachian Fruit Research Station 2. This action is to obtain two hour mandatory emergency repair service response and non-emergency repair service response for the Appalachian Fruit Research Station Direct Management Systems for Security, Controls, Monitoring, and Dialer Systems to include repair, preventative, remedial maintenance, technical support, data programming, software upgrades, equipment upgrades, manufacturer parts. 3. The preventative and remedial maintenance required is for the systems utilized to support critical research and includes Invensys Building Automation System (I/A), T.A.C. Integration Data Software, Struxure Software, Schneider Control Equipment, RACO Verbatim Remote Alarm Dialing System (Series VSS). 4. 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The supplies required by the agency are available from only one responsible source and no other type of services will satisfy the Agency requirements. 5. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements, FAR 6.302-1(a)(2)) When the supplies or services required by the agency are available from only one responsible source, or for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for. The named vendor is the authorized service provider, provides qualified trained service technicians for the identified systems, and is capable of providing emergency response within the mandatory two hour response time. 6. A Federal Business Opportunities synopsis is published in an attempt to identify other possible vendors capable of providing qualified technicians, obtaining manufacturer parts, and providing emergency repair within the required response time in order to keep the critical systems operational. The USDA ARS does not anticipate other qualified sources; however, should any responses be received, they will be evaluated to determine if they can meet future needs of the Government. 7. Anticipated costs are expected to be fair and reasonable to the Government based on published price lists and historical procurement information. 8. Market research was conducted appropriate to the circumstances of this requirement with no other sources being identified as capable of satisfying agency requirement. 9. Identified vendor has capability to provide mandatory two hour emergency response, is the authorized representative and maintains qualified trained staff and service personnel with skills and experience necessary for proper application and maintenance of control devices and software specified. Reference FAR 13.106(b)(1) - For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. 10. No other sources have been identified. 11. An announcement of intent is being posted in order to determine if another source is more advantageous to the Government. 12. Data and representations included in this justification and which form a basis for this justification are complete and accurate. I certify that this justification is accurate and complete to the best of my knowledge. /s/ Timothy Smearman Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b1114aa0f7ccd4dc195639a623ce772d)
 
Place of Performance
Address: 2217 Wiltshire Road, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN03806885-W 20150724/150723000306-b1114aa0f7ccd4dc195639a623ce772d (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.