Inactive
Notice ID:47PL0120R0007_JA
Nature and/or Description of Action Being Approved: The proposed action being approved is only for the portion of Solicitation 47PL0120R0007 which is brand-name or peculiar to single manufacturers, in...
Nature and/or Description of Action Being Approved: The proposed action being approved is only for the portion of Solicitation 47PL0120R0007 which is brand-name or peculiar to single manufacturers, including unique equipment, software, and proprietary services in the award of a competitively solicited Construction task order pursuant to FAR Part 36 and Part 15. A specific list of types of hardware, software, and services is listed in Section 3 below. Said items and services will be utilized for the design and installation of a site-specific Intrusion Detection System for DHS/ICE offices that will be designed and constructed at the Henry M. Jackson Federal Building, located at 915 2nd Ave, Seattle, WA 98174. The proposed action is to include unique materials and proprietary services in the award of a competitive solicited task order under the existing Small Business set-aside Western Design-Build Construction Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts pursuant to FAR 16.505. A list of specific brand name/unique items and proprietary services are identified in Section 3 below. The Solicitation requires that prime contractor compete subcontracted work to the maximum extent possible, with the exception of the brand name/ unique items and proprietary services, which must be acquired through authorized vendors/service providers. The DHS/ICE requires Intrusion Detection Systems within Federal building space to be compatible with Federal Protective Service MegaCenter regional monitoring system in accordance with DHS Management Directive 121-01-010. As identified in Federal Protective Service Policy Letter FPS-03-016, dated 11/12/2003, the Federal Protective Service MegaCenter requires all of its clients utilize Underwriters Laboratory (UL) commercially listed panels from the following manufacturers: Honeywell (Ademco), Bosch (Radionics), or Digital Monitoring Products (DMP). Proprietary panels or panels that are not UL Compliant are not be accepted due to the inability for the MegaCenter to provide adequate support. This requirement has continued to the present as evidenced by the latest FPS MegaCenter Alarm Requirements (MAR) form (Last Revised: 3/1/2018) states, “There are many alarm panel manufacturers. Monitoring support of every brand of alarm panel is not financially viable. Therefore, FPS monitors a standardized list of panels that must be adhered to by all of our monitored clients. Without endorsement of any specific manufacturer, the MegaCenter is capable of monitoring UL commercially grade listed panels from the following manufacturers: Honeywell/Ademco, Bosch/Radionics, or Digital Monitoring Products (DMP). For internet monitored accounts, we are equipped to monitor Bosch/Radionics panels. All alarm systems must have a zone assigned to the alarm system Panel Tamper. Proprietary panels cannot be monitored or supported.” (emphasis added) The work will be performed under a GSA/PBS contractual action awarded on behalf of the DHS/ICE pursuant to 40 U.S.C.§592(b)(2) under an executed reimbursable work agreement, as the space where the work is to be performed is a leased space provided by the GSA. The work is to be included in Solicitation 47PL0120R0007, that will be competed pursuant to FAR 16.505 under the existing Small Business set-aside Western Design-Build Construction Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contracts (47PL0018D0002 ( M. J. Takisaki Inc.), 47PL0018D0004 (Macnak Construction, LLC), 47PL0018D0005 (RHD Enterprises, Inc.), 47PL0018D0006 (Saybr Contractors, Inc.), 47PL0018D0006 (RJS Construction, Inc.). Synopsis of the original solicitation was not required FAR Subsection 16.505(a)(1). However, with the inclusion of the brand name requirements, synopsis will be required or submission of the approved Justification to the above Contract holders pursuant to FAR Subsection 16.505. See attached approved Justification for additional details.