Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2023 SAM #7944
SPECIAL NOTICE

63 -- Intent to Sole Source Notice Morse Watchmans KeyWatcher

Notice Date
8/26/2023 8:46:08 AM
 
Notice Type
Special Notice
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123Q1055
 
Response Due
9/1/2023 7:00:00 AM
 
Archive Date
10/16/2023
 
Point of Contact
Divianna Mathurin, Contract Specialist, Phone: 914-325-3258
 
E-Mail Address
divianna.mathurin@va.gov
(divianna.mathurin@va.gov)
 
Awardee
null
 
Description
NOTICE OF THE INTENT TO SOLE SOURCE TO Morse Watchmans Inc., 2 Morse Road, Oxford, CT 06478, UNITED STATES. Response Due Date: September 01, 2023, by 10:00AM (EST) NOTICE OF THE INTENT TO SOLE SOURCE SYNOPSIS Network Contract Office 1, Procurement Office East on behalf of The Department of Veterans Affairs, Togus VA Medical Center, 1 VA Center, Augusta, ME 04330-6796 intends to award a firm-fixed contract with no options to Morse Watchmans Inc. to provide delivery, setup, and configuration (2) KeyWatcher Illuminated Key Cabinets and (1) KeyWatcher Touch Key Cabinet along with accessories. The proposed procurement is for products for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 41 U.S.C. 3304(a)(1). The North American Industry Classification System code (NAICS) for this requirement is 332510. All responsible sources that feel they should be considered qualified to provide the above-mentioned products may submit a response to this notice (by the response due date shown above) to Divianna.Mathurin@va.gov . The information provided shall include detailed (and relevant) documentation to allow the government to perform adequate market research and make a proper determination. A determination by the government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. Statement of Work Morse Watchman KeyWatcher Togus VA Medical Center INTRODUCTION/GENERAL SCOPE OF WORK: The Contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items and services necessary to perform the following: Install new Key Watcher The Contractor shall provide and install Morse Watchmans Key Watcher system. Key Watcher Solves the frustration of looking for lost keys. Secure, manage and track them with the KeyWatcher Touch. Modular and expandable design allows configuring exact components needed such as key, card modules or storage lockers for personal assets. Program and track users and keys with TrueTouch Software. Instant key removals and returns with unlimited notifications. KeyWatcher brings one touch control to the key watcher. The key register system provides an easier to use interface. These features enables the easy return of keys to any key watcher in the enterprise. Users can locate which key watcher touch a specific key is in or determine who has it out. This improves the key register system integration capabilities along with many other convenient features. 2. EQUIPMENT The following equipment shall be provided and installed by the Contractor in the space determined by the Government. All equipment installed by the Contractor shall be FDA approved for use, in new condition, and fully operational in accordance with manufacturer literature specifications. A minimum of two (2) copies of any associated operational and/or service manuals shall be provided for all equipment listed below as applicable. Three (3) Key watcher to include: The Contractor shall provide all tools and equipment necessary to properly and safely perform the services set forth within this statement of work. This shall include, but is not limited, to all Personal Protective Equipment (PPE) which may be required for the work to be completed in a safe manner. The Contractor shall provide any equipment necessary for proper infection control measures during installation. SALIENT CHARACTERISTICS The Contractor shall provide a fully functional system that meets the following characteristics: KeyWatcher Touch and KeyWatcher Illuminated: Features and Options Easily identify the correct keys Return keys to any location Rugged, functional design uses less wall space User interface controls various access devices Ergonomic design offers ease of use Backed by industry-leading warranties Alarm and access control integration capability USB connectivity Built-in Ethernet AC-powered with 48-hour backup batt Check site status from anywhere with an internet connection Get remote status of keys in, out and overdue »»By cabinet or site »»Supports multiple sites Add or modify user information View/cancel alarms on the system View the latest transactions in the sys AREAS TO BE SERVICED (one or all as necessary and appropriate to this contract) Department of Veterans Affairs Togus VA Medical Center 1 VA Center. Augusta, ME, 03104 INSTALLATION Project implementation meetings, if necessary, shall be coordinated with the COR. Installation and implementation dates are to be coordinated in advance with the Contractor and the COR. All employees of the Contractor and subcontractors shall comply with VA security management program and obtain the permission of the VA police, be identified by project and employer, and restricted from unauthorized access. All installation personnel shall be trained by the manufacturer on how to properly install the equipment. Resumes and certifications shall be submitted for review upon request by the Government. All installation personnel shall be trained by the manufacturer on safe and proper Personal Protective Equipment (PPE) usage and general infection control regulations and requirements relevant to the work outlined in the Scope of Work. 4. TRAINING The Contractor shall provide general overview technical training for Togus VAMC personnel as requested. Training shall include a technical overview of the mechanics, electronics, and general operations of the system. Training shall cover detailed instruction regarding the preventative maintenance, troubleshooting, and general maintenance of the equipment. 5. WARRANTY The contractor shall provide a one-year manufacturer s warranty on all parts and labor. The warranty shall include all travel and shipping costs associated with any warranty repair. 6. TASK FREQUENCY AND INSTRUCTIONS The work set forth in the Scope of Work shall be completed as required for appropriate completion. All work is to be scheduled in advance with the COR. Equipment delivery shall not precede installation by more than 20 days. Installation and implementation must be immediately followed by Togus VAMC user training including go live support. 7. SPECIAL WORK REQUIREMENTS The Contractor shall comply with any and all Infection Control Risk Assessment requirements deemed appropriate by the Togus VA Medical Center during all portions of the work set forth in the Scope of Work. The Contractor must comply with security, privacy, and safety issues in accordance to VA standards, policies, and directives set forth at all times while providing the work outlined in the Scope of Work. In order to maintain compatibility, the contractor must be able to obtain, install and configure Keywatcher proprietary components. Upon request of the Government, the contractor shall be able to show evidence of his ability, experience, and reliability by providing: 8. PROPERTY DAMAGE The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer. This is a brand-name requirement only. Records Management Language for Statement of Work (SOW): The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID: 36C241-23-AP-4399 Contracting Activity: Network Contracting Office 1, Regional Procurement Office East on behalf of the Department of Veterans Affairs, VISN 1, Togus VA Medical Center, 1 VA Center, Augusta, ME 04330-6796. Funding 402-23-3-4807-0139. Brief Description of Supplies/ Services required and the intended use/Estimated Amount: The Contracting Activity is looking to acquire delivery, setup, and configuration (2) KeyWatcher Illuminated Key Cabinets (1) KeyWatcher Touch Key Cabinet along with accessories manufactured and solely distributed by OEM Small Business MORSE WATCHMANS INC, 2 Morse Rd, Oxford, CT 06478 (UEI: JJNBJ1NFDY39). These supplies are intended to be used for secure key management and tracking in various facility locations. With the KeyWatcher, the team will be able to easily identify keys and return them to their rightful location, ultimately saving time and reducing the risk of lost or misplaced keys. The device's robust design also ensures it takes up minimal wall space. Other features and options include industry-leading warranties, USB connectivity, built-in Ethernet, and 48-hour backup battery in case of a power outage. The KeyWatcher also has alarm and access control integration capability, giving the team additional security and peace of mind. Estimated Amount _____________. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The procurement needed for Facilities Management Services for a Morse Watchman s KeyWatcher is a requirement that can only be met by one source due to the unique characteristics of the KeyWatcher Touch and KeyWatcher Illuminated models. These models are proprietary products, designed and manufactured by Morse Watchmans, which offer a range of features and options that no other company in the market can provide. Firstly, the KeyWatcher models feature an advanced system to easily identify the correct keys and return them to any location, ensuring efficiency in the management of keys for secure areas. Furthermore, the KeyWatcher models offer a rugged, functional design that utilizes less wall space, making them suitable for facilities with space limitations. Additionally, the KeyWatcher models have a user interface that enables the control of various access devices, thereby adding an extra layer of security. The ergonomic design of these models also offers ease of use, making it easy for employees to access secure areas while adhering to security protocols. The KeyWatcher models come equipped with back-up batteries that can provide up to 48-hours of continual use during power outages, ensuring the uninterrupted operation of the system. Moreover, they possess alarm and access control integration capabilities that can be interfaced with existing security systems used by the Togus Department of Veterans Affairs. Lastly, the KeyWatcher models are AC-powered and USB-connected, with Ethernet built-in. The models are also backed by industry-leading warranties, which make them a reliable and cost-effective solution for the Togus Department of Veterans Affairs. Given the aforementioned unique features and options, no other supplies or services can be used to meet our specific requirements. Therefore, the procurement of Facilities Management Services for a Morse Watchmans KeyWatcher can only be met through Morse Watchmans, the sole source that can provide the KeyWatcher Touch and KeyWatcher Illuminated models. Description of market research conducted and results or statement why it was not conducted: Market research tools such as, VetBiz, GSA Advantage, SBA-DSBS, and other search engines have been utilized. The Contracting Activity conducted its first search on VetCert using NAICS 332510 which generated 173 broad results, however none who are authorized to provide this glovebox. SBA DSBS search using UEI# JJNBJ1NFDY39 returned 1 profile, OEM SB Morse Watchmans who is the sole provide for this equipment. GSA search using keyword Morse Watchmans borne 0 matches. FPDS search using keyword KeyWatcher under Contracting Office 01 yielded 3 contract actions, one of which was for the same exact equipment to Manchester VAMC, however this particular procurement is for Togus, no previous purchases were found. VetBiz search using NAICS 332510 along with keyword Morse Watchman yielded 0 organizations. Last search was on NAC using keyword KeyWatcher , which produced 0 active items. All market research leads to OEM SB Morse Watchman s being the only provider for this equipment. OEM SB Morse Watchman s Account Executive Gavin Harte states that More Watchmans, Inc is the sole designer, manufacturer, and distributor of the Key Watcher Key Management System. Since this requirement is above $25,000, an intent to sole source notice 36C24123Q1055 was published on Contract Opportunities on 08/26/2023 with a closing date of 09/01/2023. The rule of two was not met. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0aa133edbb4c48ae89288bbea3f927dc/view)
 
Record
SN06808347-F 20230828/230826230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.