Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2016 FBO #5301
DOCUMENT

58 -- Digital Radio System Upgrade - Justification and Approval (J&A)

Notice Date
5/27/2016
 
Notice Type
Justification and Approval (J&A)
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Archive Date
7/2/2016
 
Point of Contact
Darryl Person
 
E-Mail Address
8-7020<br
 
Small Business Set-Aside
N/A
 
Award Number
VA246-16-P-5367
 
Award Date
6/2/2016
 
Description
DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>$150K) Acquisition Plan Action ID: 659-16-2-6843-0006 1.Contracting Activity: The Department of Veterans Affairs VISN 6 Network Contracting Office plans to contract by means other than full and open competition in response to procurement request for Radio System Upgrade and Expansion in support of the Salisbury Veterans Affairs Medical Center. 2. Nature and/or Description of the Action Being Processed: This requirement is to expand current Medical Center communications capabilities for VAMC Salisbury and adds HCC Charlotte and Kernersville, NC. An upgrade to multi-site capabilities is required to the existing system in order to accomplish this expansion. This expansion is required to comply with the initial Hazard Analysis finding conducted during HCC Pre-activation planning phase. This expansion project will provide back-up communications capabilities at each facility as well as provide communications between the HCC's, and the HCC's and VAMC Salisbury existing digital voice systems. Project will ensure direct communications on a daily basis at each location and will enhance Incident Command and Control functions during activation. Project will also provide redundant communications capabilities in the event of a single system failure. Project will provide direct, instant, and secure communication capabilities with leadership during emergency situations that require activation of Hospital Incident Command functions. The VISN 6 Network Contracting Office intends on awarding a sole source firm fixed price contract to Two-Way Radio of Carolina Inc. 3. Description of Supplies/Services Required to Meet the Agency's Needs: Equipment required to upgrade the existing system to multi-site includes a multi-site controller, networking equipment, multiservice router and digital repeater. VHF hand held radios shall integrate with current TDMA digital voice and data communication system that is housed at Salisbury VA Medical Center. The system shall provide reliable, efficient, radio functionality within the Salisbury VA Health Care System (SVAHCS) and shall connect the VA Medical Center Facilities together using IP Connectivity interference free VHF frequencies. Each radio shall be able to turn to each operational channel of another facility and maintain communications during normal operations or an emergency event. The radio system shall seamlessly connect all of the VAMC Facilities together utilizing IP connectivity. Select supervisors shall have the ability to maintain priority levels on their communications to ensure Command and Control during emergency events and will also have the ability to initiate an "All Call" to broadcast emergency traffic. The total estimated cost of this procurement is $ 185,435.00 4.Statutory Authority Permitting Other than Full and Open Competition: ( X ) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1; ( ) (2) Unusual and Compelling Urgency per FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per FAR 6.302-3; ( ) (4) International Agreement per FAR 6.302-4 ( ) (5) Authorized or Required by Statute FAR 6.302-5; ( ) (6) National Security per FAR 6.302-6; ( ) (7) Public Interest per FAR 6.302-7; 5.Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): a.Only One Responsible Source (FAR 6.302-1) In 2013, VAMC executed a competitive bid process and chose a Motorola solution to fulfill their Emergency and Operational communications requirements. This current requirement is an upgrade to the existing equipment and supports the system chosen in the competitive bid process of 2013 in all aspects of form, fit and function. Part 22, FB8 Frequencies have a 70 mile interference free contour making them ultimately interference free. All frequencies are controlled and licensed by the FCC and the FCC issued the rights to use them to Two-Way Radio of Carolina for a period of ten years with all rights of renewal in specific geographic areas. The two areas specified in this requirement are Area 18 for Kernersville and Area 23 for Salisbury and Charlotte. Two-Way Radio of Carolina is the licensee of the required frequencies for those areas. These rights were recently renewed for another ten years. These Part 22, FB8 licenses and rules of use and protection are public record, and they cannot be used by anyone without permission of the licensee, and are protected by the FCC enforcement division for these types infringements. Two-Way Radio of Carolina holds the license needed to provide the local Exclusive Private FB8 guaranteed Interference free VHF frequency service required to ensure the VAMC communications will maintain interference free communications during normal operations and emergency critical events. The Carolina Connect Wide Area System is required to provide coverage for personnel that are travelling between sites or off campus. Motorola Connect Plus is the system that the VA chose in 2013 and the method that the system uses to process the signals is the proprietary ownership of Motorola. The FB8 frequencies are a "must" for the Motorola trunking system when using a public safety level control channel. This upgrade to the existing investment uses proprietary signaling and trunking format which limits the source to one manufacturer. The Multi-Site expansion of the system requires clean, Hi-Powered VHF Exclusive Spectrum which is currently only available through Two-Way Radio of Carolina. b. Unusual and Compelling Urgency (FAR 6.302-2, 6.303-2(a)(9)(ii)) c. Industrial Mobilization; or Engineering, Developmental, or Research Capability (FAR 6.302-3) d. Authorized or Required by Statute (FAR 6.302-5) e. National Security (FAR 6.302-6) f. Public Interest (FAR 6.302-7) 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Additional sources were not sought. As this requirement is an upgrade and expansion to the existing system purchased in 2013 and installed and maintained by Two-Way Radio of Carolina, the knowledge and expertise held by the original vendor is paramount in avoiding any undue duplication costs or delays. Because this is an upgrade and expansion of an existing system and because of the proprietary nature of the trunking system, purchase of any other system would require the replacement of the existing usable system. Two-Way Radio holds the license for the frequencies needed to guaranteed Interference free VHF frequency service required to ensure the VAMC communications will maintain interference free communications. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: Contracting Officer has determined cost to be fair and reasonable based on the knowledge of the Contracting Officer Representative for this project as well, historical pricing data from the 2013 purchase of original system and comparison to similar projects. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Market Research findings included the 2013 contract that was awarded competitively - VA246-13-P-2337. Previous solicitation was for Motorola Brand Name Only, small business set-aside requiring offerors to be a Certified Motorola Premier Service Partner. SAM, small business and Experian were used to verify the status of Two-Way Radio of Carolina with acceptable results. The Federal Communications Commission website was accessed to verify the ownership of the frequencies. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: Motorola equipment is specified for compatibility with the existing Motorola system. Motorola radios specified will decrease training expense on new equipment and allow immediate interchangeable equipment in case of a radio failure. Emergency services radio communications require intricate knowledge of various jurisdictional (local/state/regional) requirements and expertise in addition to the technical aspects of installing, maintaining and programming/configuring the system. Motorola/Two-Way Radio of Carolinas were the original installers and the most qualified to complete this upgrade and expansion. 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: N/A 11.A Statement of the Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making subsequent acquisitions for the supplies or services required: As the primary equipment in the system becomes obsolete and requires replacement, competitive sourcing market research to determine other interested sources or suppliers of similar products in an open source environment will be conducted. If other sources or suppliers of similar open source products can be identified in the future without a substantial duplication of cost or gap in service, the Government can procure the equipment and services without proprietary source code. Future market forces will likely ensure a more competitive environment as the current equipment will eventually require technical refresh/upgrade beyond that provided in this particular acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/33e9b09e24263f6bf0f12747cdd87067)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA246-16-P-5367 VA246-16-P-5367_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2763940&FileName=-7843.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2763940&FileName=-7843.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04131592-W 20160529/160527233900-33e9b09e24263f6bf0f12747cdd87067 (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.