Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2016 FBO #5223
SPECIAL NOTICE

R -- Justification for Other than Full and Open Competition / Mircom Graphic Alarm Monitoring System - FHFB

Notice Date
3/10/2016
 
Notice Type
Special Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), GSA, PBS, Design & Construction Division (9P2PC), 50 UNITED NATIONS PLAZA, 1ST FL, San Francisco, California, 94102-4912, United States
 
ZIP Code
94102-4912
 
Solicitation Number
EQ9P2PC-16-5006
 
Point of Contact
Nikolaos Mitsiopoulos, Phone: 4155223160
 
E-Mail Address
nikolaos.mitsiopoulos@gsa.gov
(nikolaos.mitsiopoulos@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
1. IDENTIFICATION OF THE AGENCY AND THE CONTRACTING ACTIVITY GSA Region 09, Public Building Service, Acquisition Management Division, Projects Branch, San Francisco, California, is requesting authority to enter into a sole source procurement to replace one obsolete computer workstation, upgrade the existing Mircom Graphic Alarm Monitoring System software, procure a backup battery power, locate and field verify fire alarm sensors, and provide software programming, testing and inspection services for the Frank Hagel Federal Building (FHFB) located in Richmond, California. 2. NATURE AND/OR DESCRIPTION OF THE ACTION BEING APPROVED The FHFB is headquarters for the Social Security Administration (SSA) for the Western United States. All of SSA's applications and payments are processed through this building for a large part of the country. Any interruption to SSA of services caused by fire or any other reason will impact their ability to perform its mission. The existing fire alarm system at FHFB is a Mircom Graphic Alarm Monitoring System. The fire alarm system includes software, sensors, and computer workstations. The sensors are proprietary Mircom sensors which only work with Mircom software. The software is obsolete, and the workstations were destroyed due to a flood in the basement, where they are located. The Government's requirement is for advanced fire alarm management and warning software that provides building ready monitoring and management solutions. This would allow a user to monitor remote sites from multiple operator workstations located anywhere in the world. The upgrade will include upgrade of the software; purchase of two computer workstations; one computer rack; backup power; and field quantity and location verification of the existing Mircom alarm sensors on all six floors of the FHFB, which are presently estimated to be between 200 - 300. The upgraded software will automatically detect devices, such as smoke detectors and heat detectors, and would allow the user to easily place them onto a floor plan or map using a simple drag and drop function. Additionally, it compiles real time reports of alarms and events as they happen. If the software were not upgraded from Mircom, but instead new software was acquired through competition from any other vendor, all of the sensors would have to be changed to that company's devices. This would incur unnecessary and excessive costs to the government greater than any potential savings attained through changing the entire system. Therefore, a sole source award for Mircom software will be awarded to one of three official distributors in the region as it is in the best interest of the government. In addition to the software upgrade, the remaining items (two computer workstations, a new computer rack, and a new backup battery power system that will provide power during power outages) will also be addressed with the same contractor. This is to mitigate having multiple contractors on the same site, and maintain continuity on the system's knowledge and installation for the ease of training and documentation. 3. A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS (INCLUDING THE ESTIMATED VALUE) The scope of work will include upgrade of the Mircom software; purchase of two computer workstations; one new computer rack; and a new backup battery power system to provide power during power outages (there is no backup at this time), and field quantity and location verification of the existing 200-300 Mircom alarm sensors on all six floors of the FHFB. The performance period is 180 calendar days. The total anticipated cost of this work is approximately $400,000.00. 4. IDENTIFICATION OF STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION The statutory authority permitting other than full and open competition is 41 U.S.C. 3304 (a )(1) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1 entitled, "Only one responsible source and no other supplies or services will satisfy agency requirements." 5. A DEMONSTRATION THAT THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS OR THE NATURE OF THE ACQUISITION REQUIRES USE OF THE AUTHORITY CITED. It is in the government's best interest to enter into a sole source procurement to obtain and have installed the Mircom Graphic upgraded software for the Alarm Monitoring System at the FHFB located in Richmond, California. There are presently 200-300 Mircom fire alarm sensors, such as smoke detectors and heat detectors throughout the FHFB. The exact number is subject to field verification for quantity and respective locations. These devices can only be read by the Mircom software. If any other software is installed in the work station, these devices will all have to be replaced in order to be compatible with a new non-Mircom software. The replacement of these devices and changing to a new non-Mircom software compatibility would entail excessive costs and will unduly delay upgrading the Fire Alarm System. There are 3 authorized Mircom System local service providers in this region with the training, knowledge and expertise to successfully complete the work required. 6. A DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS IS PRACTICABLE, INCLUDING WHETHER A NOTICE WAS OR WILL BE PUBLICIZED GSA has determined through telephone market survey and research that there are only three authorized dealers of the Mircom system in this region. All three authorized dealers will be solicited. 7. A DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE There was a new Mircom proprietary fire alarm panel installed in late 2014 under an emergent situation, at a cost of approximately $200,000.00. This panel is expected to have a life cycle of 15 to 20 years operational life. Procuring a new non-Mircom software system would require replacement of this panel, and incur additional project costs. It is advised to sole source the Mircom software system to mitigate this anticipated additional cost. The anticipated costs to the Government has been addressed by APSI's (construction manager) independent government estimate of the scope, along with catalog pricing, and documentation from building staff's procurement of the Mircom fire alarm panel. The contractor's proposals will be reviewed and analyzed by the GSA Project Manager, Ming-Yang Tan, in validation of these cost estimates. By soliciting numerous authorized dealers, the costs of the intermediate agents, or middleman, will be reduced by competition. The RFP will be issued to the three authorized vendors. A cost and price analysis of their proposals will be conducted. The Contracting Officer will conduct price analysis which will include limited analysis of some of the separate cost elements such as labor and materials that make up the contractors price proposals. This analysis will further ensure and determine that the contractor's costs are allowable and directly related to the work requirement. The analysis will also ensure that the costs are ultimately fair and reasonable. Thus, the contracting officer anticipates that the cost to the Government will be fair and reasonable. 8. A DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED The Contracting Officer contacted Mircom and was advised that Mircom does not directly contract with the private industry and the government, however they have authorized vendors to provide and install their products. GSA has determined that there are three authorized vendors in the Mircom system. All three authorized dealers will be issued a request for proposal. A market survey was conducted to see if these three vendors were on the GSA Schedule (they were not). These three vendors are all small businesses and they have adequate financial resources to support performance as documented in SAM.GOV. These three vendors have a satisfactory record of integrity and business ethics and are not debarred or suspended from eligibility for award of Federal contracts in the list of excluded parties as per 2/4/16 List of Parties Excluded from Federal Procurement and Non-Procurement Programs. In accordance with FAR 19.301-1, there is adequate support that the three vendors represent in good faith that they meet the definition of a small business concern applicable to the RFP and have been determined to be responsive and capable to perform the work. The Contracting Officer researched the Past Performance Information Retrieval System (PPIRS) database and the Federal Awardee Performance and Integrity Information System (FAPIIS) database on 2/10/2016 and there were no assessment reports for the three vendors. 9. ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION None. 10. A LISTING OF THE SOURCES, IF ANY, THAT EXPRESSED, IN WRITING, AN INTEREST IN THE ACQUISITION None. Authorized Dealers of the Mircom System were confirmed telephonically for the local area and resulted with the following three vendors: 1.Low Voltage Specialty 1331 Southwind Drive Yuba City, CA 95991-4438 2.BBJ Electric 2200 Jerrold Avenue San Francisco, CA 94124 3.Spartan Engineering, Inc. 510 Parrott Street San Jose, CA 95112-4124 11. A STATEMENT OF ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES REQUIRED No additional acquisitions are anticipated as the scope includes training of the building support staff, and Mircom's supporting documents will suffice in maintaining the system for the next decade. Though the software will remain a Mircom proprietary software after upgrades, future software upgrades are not anticipated and warranted, as this upgrade will allow the building maintenance staff to make adjustments to reflect any future changes to the fire alarm system.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/EQ9P2PC-16-5006/listing.html)
 
Place of Performance
Address: Frank Hagel Federal Building, 1221 Nevin Avenue, Richmond, California, United States
 
Record
SN04045943-W 20160312/160310234913-81437646b8ce4e4bc7902dc053ccbf10 (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.