AWARD
58 -- NICE Inform Recorder
- Notice Date
- 9/18/2025 12:53:23 PM
- Notice Type
- Award Notice
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- FA930125P0070
- Archive Date
- 10/15/2025
- Point of Contact
- Stacey Stuart, Cinthia Arias, Phone: 6612773356
- E-Mail Address
-
stacey.stuart@us.af.mil, cinthia.arias@us.af.mil
(stacey.stuart@us.af.mil, cinthia.arias@us.af.mil)
- Award Number
- FA930125P0070
- Award Date
- 09/30/2025
- Awardee
- AT&T Enterprises, LLC Oakton VA 22124 USA
- Award Amount
- 124203.00
- Description
- NOTICE OF CONTRACT ACTION (NOCA) THIS IS A NOTICE OF CONTRACT ACTION (NOCA); THIS IS NOT A SOLICITATION FOR PROPOSALS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS NOCA OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS NOCA IS TO NOTIFY INDUSTRY OF THE USAF'S INTENT TO AWARD A SOLE SOURCE CONTRACT AND TO IDENTIFY POTENTIAL SOURCES CAPABLE OF MEETING THE REQUIREMENT. INTERESTED PARTIES ARE INVITED TO SUBMIT INFORMATION DEMONSTRATING THEIR CAPABILITIES. PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. The Air Force Material Command (AFMC), Directorate of Contracting, Edwards Air Force Base, California, intends to award a sole source, Firm-Fixed Price contract to AT&T ENTERPRISES (333 Commerce Street, Nashville, TN 37201) for integration of the existing NICE recorder system with the newly installed AT&T Vesta 9-1-1 telephone system at Edwards Air Force Base Fire & Emergency Services (EAFB F&ES). This contract action is being pursued on a sole source basis under the authority of 10 United States Code (USC) 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This determination is based on the following: Justification for Sole Source: EAFB F&ES requires seamless integration between its existing NICE recorder system and the newly implemented AT&T Vesta 9-1-1 telephone system. The NICE recorder system, as originally installed by AT&T, is pre-configured and networked for direct integration with the AT&T Vesta 9-1-1 platform. This existing integration is critical to ensuring uninterrupted recording of critical communication channels, including tower, security forces, MOC, ROC, and all fire telephone lines, in accordance with applicable regulations and operational requirements. The current Eventide recorder is only partially functional, recording a limited number of telephone lines and failing to record critical lines such as Crash and 9-1-1. Furthermore, EAFB F&ES already utilizes NICE Recording for all Motorola radio transmissions, creating a unified recording platform. Market research indicates that duplicating the NICE integration with an alternative recording solution would result in significantly higher overall costs for the Government. A cost analysis demonstrates that acquiring and integrating a new, compatible recording system, including the necessary software development, system testing, validation, training, and ongoing support, would substantially exceed the cost of leveraging the existing NICE integration expertise of AT&T. This approach also minimizes the risk of integration failures and system downtime, ensuring continuous recording of critical communications for public safety and emergency response. Therefore, a sole source procurement to AT&T is the most cost-effective and technically acceptable solution, aligning with the Government's best interest by achieving the required outcome at the lowest overall cost and minimizing operational risk. Industry Input: The North American Industry Classification System (NAICS) code for this procurement is 334290 (Other Communications Equipment Manufacturing) and the Product Service Code (PSC) is 8510 (Sound Recording and Reproducing Equipment). Any interested parties that believe they are capable of meeting the above requirements and can demonstrate a comparable or lower cost solution that provides seamless integration with the AT&T Vesta 9-1-1 telephone system are invited to submit a written response. Responses must include sufficient detail to allow the Government to evaluate your capabilities and cost proposal. Please include the following information: Company name and address Point of contact, including phone number and email address Business size classification (small business, large business, etc.) Technical capabilities and experience relevant to the requirement Cost estimate for providing a fully integrated recording solution, including all necessary software, hardware, installation, testing, training, and ongoing support Demonstrated experience integrating recording systems with the AT&T Vesta 9-1-1 platform (if applicable) Submission Instructions: Responses must be received no later than 5:00 P.M. Pacific Daylight Time on Wednesday 24 September 2025. Responses should be submitted electronically to: cinthia.arias@us.af.mil and stacey.stuart@us.af.mil . Telephone requests to be placed on a mailing list will not be honored.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/27c9f94afb0e42dbb560c344414f2ed5/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07595472-F 20250920/250918230045 (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 |