SPECIAL NOTICE
N -- Notice of Intent to Sole Source Integrated Security Technologies, Inc. Security Camera System Installation for Navy Environmental and Preventive Medicine Unit 6
- Notice Date
- 5/28/2024 10:04:51 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Solicitation Number
- HT941024N0077
- Response Due
- 6/4/2024 11:00:00 AM
- Archive Date
- 06/19/2024
- Point of Contact
- Jennifer Collins, CHA-ON Gordon, Phone: 9103647160
- E-Mail Address
-
jennifer.e.collins23.civ@health.mil, cha-on.p.gordon2.civ@health.mil
(jennifer.e.collins23.civ@health.mil, cha-on.p.gordon2.civ@health.mil)
- Description
- Notice of Intent to Sole Source HT941024N0077 THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE SERVICE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency Contracting Activity (DHACA), Western Healthcare Operations Contracting Division (WHOCD), intends to award a firm fixed price service contract to for contractor Integrated Security Technologies, Inc. (IST) to install previously purchased IST security camera system at Navy Environmental and Preventive Medicine Unit 6 (NEMPU-6), in accordance with the Federal Acquisition Regulation (FAR) 13.501(a) Sole Source acquisitions and FAR 13.106-1(b)(1)(i), only one source being available to meet the Government�s needs, to: Integrated Security Technologies, Inc. 94-1388 Moaniani ST., STE 204 Waipahu, Hawaii 96797-6604, United States The North American Industry Classification System (NAICS) code for this requirement is 811210 - Electric and Precision Equipment Repair and Maintenance; the business size standard is $34 million. The Product Service Code (PSC) is N063 - Installation of Equipment - Alarm, Signal, and Security Detection Systems. The objective of this sole source award is to purchase installation service for Integrated Security Technologies, Inc. (IST) security camera system for Navy Environmental and Preventive Medicine Unit 6 (NEPMU-6).� NEPMU-6 previously purchased security camera, active shooter, and intercom system from Integrated Security Technologies, Inc.� The supply purchase did not include installation.� The purpose of this contract is to purchase installation from supplier IST on sole source basis. Installation: Five percent (5%) of cable run from head end to device locations (3) remaining speakers (8) remaining strobe/siren devices (1) remaining panic button Head end devices (ACP, NVR, UPS, PoE switch) Workstation (CPU, monitors, keyboard) Intercom Master Station (1) Intercom Door Station (1) Arm/disarm keypad System configuration/programming/integration: Including reprogram existing main entrance card reader to release maglock and integrate with new ACS system. Provide system administrator and end user training upon completion and acceptance of the designated installation work. Provide a 1-year IST Warranty and Signature Service Plan as outlined in the original project documents. Utilize existing infrastructure (ie: conduit, cabling, panels, door hardware, etc) unless otherwise noted. This assumes the existing infrastructure is in good condition/uncompromised, free of defects, is properly installed in accordance with code, and compatible with devices to be installed. Period of Performance: 15 June 2024 through 14 June 2025 Integrated Security Technologies, Inc. is the only source that can meet the Government�s minimum requirements to provide installation of security camera system purchased from same source at Navy Environmental and Preventive Medicine Unit 6. This notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required installation service for NEPMU-6. Capability statements shall not exceed six (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on 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 or to proceed with a sole source purchase order. If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to Jennifer Collins at Jennifer.E.Collins23.civ@health.mil. The closing date for challenges is no later than 1100 Pacific Daylight Time, Tuesday, 4 June 2024. NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bac927c6ea6d4f099305e9f9d34eb8af/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN07077651-F 20240530/240529051339 (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 |