Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2024 SAM #8212
SPECIAL NOTICE

58 -- Notice of Intent to Sole Source - D-Fend Solutions, Inc.

Notice Date
5/20/2024 6:51:11 AM
 
Notice Type
Special Notice
 
Contracting Office
U. S. SECRET SERVICE WASHINGTON DC 20223 USA
 
ZIP Code
20223
 
Solicitation Number
FY24-0069
 
Response Due
5/22/2024 11:00:00 AM
 
Archive Date
06/06/2024
 
Point of Contact
Melissa Chabot, Phone: 2024065491, Jade Gaston
 
E-Mail Address
melissa.chabot@usss.dhs.gov, Jade.gaston@usss.dhs.gov
(melissa.chabot@usss.dhs.gov, Jade.gaston@usss.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a NOTICE OF INTENT for a sole source procurement in accordance with FAR 6.302-1. The United States Secret Service (USSS) intends to issue a firm fixed price contract to D-Fend Solutions, Inc. (CAGE Code 8NB15) for the acquisition of EnforceAir 2 Drone Detection System. D-Fend Solutions, Inc. is the only firm capable of providing the requested products. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties who believe they can meet the requirements may submit, in writing, complete information describing their ability to provide the services/supplies as detailed above. Responses may be sent via e-mail to Melissa Chabot at melissa.chabot@usss.dhs.gov. Information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Submission of information does not guarantee this requirement to become a competitive procurement. Based on this requirement, the Government intends to solicit and negotiate with one source under the authority of FAR 13.501. A determination by the Government not to compete this proposed requirement on a full and open competitive basis upon receipt of responses to this notice is solely within the discretion of the Government. No formal solicitation package is available. A determination will be made by the Government to not open the requirement to full and open competition, based on response to this notice, and is solely within the discretion of the Government. All submissions shall be submitted to the Government by no later than 22 May 2024 at 2:00 PM EST. After which time, a Sole Source contract with D-Fend Solutions, Inc. is intended to be issued. Late submissions of interest will not be considered for this procurement but may be considered for future procurements. Sole Source Justification 1. Agency and Contracting Activity. The Department of Homeland Security, U.S. Secret Service (USSS), Procurement Division, on behalf of the proposes to enter into a sole source contract for the acquisition of drone detection system and maintenance services. 2. Nature and/or description of the action being approved. The USSS intends to award a sole source contract utilizing Simplified Acquisition Procedures for Certain Commercial Products and Commercial Services without seeking competition for drone detection system and maintenance services. 3. Description of Supplies/Services. The contractor will provide a complete, bundled D-Fend EnforceAir2 systems with a 1-year (12-month) maintenance/warranty. The first-year warranty is included in the bundle price and is not priced as a separate line item. The approval level requirements only apply to that portion per 13.501(a)(2). D-Fend EnforceAir2 is a counter-drone takeover technology, allowing the USSS to maintain full control of drone incidents in the environment. EnforceAir delivers advanced capabilities to overcome rogue drone challenges across deployments and sectors. D-Fend�s cyber takeover capabilities provide end-to-end detection and mitigation for situational awareness and operational continuity. 4. Identification of the authority. 41 U.S.C. 1901, using SAP up to $7.5M as authorized by FAR 13.500(a) and implemented by FAR 13.501(a). 41 U.S.C. 1903, using SAP up to $15M for contingency operations as authorized by FAR 13.500(c) and implemented by FAR 13.501(a). 5. Demonstration that the proposed contractor�s unique qualifications or the nature of the acquisition requires use of the authority cited. Other: Only one source is capable. There is an emergent need to provide a solution to defend against launched UAS at our protected sites, regardless of any TFR in place. EnforceAir is the only counter-drone solution identified that combines cyber capabilities of taking control and landing the most advanced and widely spread commercial drones and high-risk custom-made drones. Specifically, it is the only cyber counter UAS System able to take control over There are no other available options in the open market, as this technology is proprietary. D-Fend Solutions provided a sole source memo stating they are the sole developer, manufacturer, and provided of the EnforceAir System and related maintenance eservices and software in North America. 6. 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 as required by FAR Subpart 5.2 and, if not, which exception under FAR 5.202 applies. This Justification for Other than Full and Open Competition will be posted in SAM.gov in accordance with the Federal Acquisition Regulation. The statutory authority pennitting other than full and open competition is 41 USC 3304(a)(l)) implemented by the FAR Subpart 6.302-1 entitled ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements."" 7. Determination by the contracting officer that the anticipated cost to the Govemment will be fair and reasonable. The contracting officer detennines that the anticipated price(s) will be fair and reasonable based on prior acquisition history as well as conference witl1 financial planning stakeholders. 8. Description of market reserch. The Program Office (PMO) used various market research techniques in accordance with FAR 10.002(b)(2) to detemine if there are any other commercial products/services available to meet the Government's needs. The PMO reviewed catalogs and other generally available product literature published by manufacturers via the internet to identify any other manufacturers that would be able to provide a product similar to the D-FEND solutions products, as well as the D-FEND Solutions system maintenance and repair services. The market research showed that there are no other vendors capable of providing the required product nor other companies capable of perfonning the maintenance and repairs at the level of quality required by the USSS. Additionally, the PMO contacted knowledgeable individuals in the Govenunent; the D-Fend Solutions system is cmTently utilized by the USSS and has proven to be more robust than its counte1parts in regard to detecting more advanced custom-made drones. 9. Any other facts supporting the justification. NA 10. A listing o f the sources, i f any that expessed, in writing, an interest in the acquisition. No sources. 11. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition fot� supplies or services required. This technology was primarily used by the military previously and is considered an emerging commercial technology. Market research showed that the commercial marketplace is extremely limited for the procurement of this equipment and its related maintenance and repair. The commercial marketplace will be continuously monitored to identify potential vendors that may be able to provide the required services and maintenance as drone usage becomes more and more prevalent.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0733698c8c644fcfa0fb83fdc3e309ea/view)
 
Place of Performance
Address: Palm Beach, FL 33480, USA
Zip Code: 33480
Country: USA
 
Record
SN07069840-F 20240522/240520230050 (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.