Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SPECIAL NOTICE

99 -- Notice of Intent for Security & Law Enforcement Peak Performance System

Notice Date
1/11/2017
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-17-T-0002
 
Archive Date
1/28/2017
 
Point of Contact
Antoinette Allen, Phone: 2134523234, Tracey Daggy, Phone: (213) 452-3239
 
E-Mail Address
antoinette.c.allen@usace.army.mil, tracey.i.daggy@usace.army.mil
(antoinette.c.allen@usace.army.mil, tracey.i.daggy@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A NOTICE OF INTENT ONLY AND NOT A REQUEST FOR COMPETITIVE PROPOSAL. The U.S Army Corps of Engineers intends to award a sole source contract to the following: Peak Performance Solutions provides (Criminal Justice Information Services (CJIS)) for audit and trainig programs. SoleSource Justification OneSource/BrandName 1. Intended use of the supply of service The equipment and services procured will be used in support of a security and contractor screening and visitor access control program in support of Presidential Directive HSPD-12 and (HSPD-12, HQDA EXORD 033-15, DTM 09-12) provided by DoD headquarters.. System is in compliance with Criminal Justice Information Services (CJIS) standards and use of District's existingOriginating Agency Identifier (ORI), which connect to the FBI's National Crime Information Center (NCIC) III database. 2. The critical or unique characteristics of the supply or service which aremandatory for the intended use. The solution procured has several unique characteristics thatmake it unique in the industry. - The solution incorporates several patented technologies and processes which are key components to the solution and cannotbe procured from any other vendor. Reason why only the selected "one source" or "brand name" can furnish the requirements to the exclusion of all other sources. Per FAR reference 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. The chosen contractor due to their unique position as the patent holder, or as the only licensee of the patented products/processes incorporated as part of the integrated solution. Basis for determination of a fair and reasonable price: This acquisition is being procured for the first time here in the Los Angeles District, therefore procurement history is not a factor for determining fair and reasonable, however a determination of a fair and reasonable price was based on a Market Research Analysis prepared along with Commercial Service of contractors who have the capabilities to meet specific requirements documented in the SOO. The cost of this Service will be less than 125K. Please provide a written statement of capabilities and a technical description of your company's product{s) to capabilites and technical specifications necessary to support requirements. Point of contact is Antoinette Allen,Purchasing Agent or Tracey Daggy, Contracting Officer. Capabilities responses and inquiries will only be accepted electronically by email at: antoinette.c.allen@usace.army.mil or tracey.i.daggy@usace.army.mil. Capability responses should include capabilityies and technical specifications, your point of contact info (name,phone number, email), and pricing info. Please provide.All interested parties must submit their responses to:antoinette.c.allen@usace.army.mil or tracey.i.daggy@usace.army.mil no later than 10:00 A.M(PST) on 13 Jan 201 2017.Capability responses sent to any other email address will not be accepted. This notice of intent shall not be construed as a Request for Quote or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this sources sought or otherwise pay for information requested. Proprietary information is not being solicited; however, if it is submitted, it should be appropriately marked. Respondents will not be notified of the results of this surveyor results of information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-17-T-0002/listing.html)
 
Place of Performance
Address: U. S. Army Corps of Engineers, Los Angeles District, Los Angeles, California, 90017, United States
Zip Code: 90017
 
Record
SN04368493-W 20170113/170111233856-09a4482c851d0627edf3cd3487a03fe3 (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.