📄 Extracted Text (12,070 words)
U.S. Department of Justice
Memorandum
Federal Bureau of Prisons
MCC New York
MCC .Vnv York ISO Park Row
New York NY 10007
September 6, 2018
MEMORANDUM FOR NM cting Facility Manager
FROM:
MCC New York
Finding Limitation
SUBJECT: Request to Exceed Work Order
orders
MWR 08158 - Replace Camera Rec
MCC New York
,
s Operations Manual PS4200.12
As described in the Facilitie eed the
uesting your approval to exc
Chapter 2, Page 4, I am req k
ding limitation for Minor Wor
$10,000.00 work request fun rep lac e (2) DVRs
is required to
Request (MWR) #8158. This MWR as well as
the encoders and decoders
for the NICE camera system, a rec order
, the server, purchase
rack mounts and power supply era s and
nnels, install 272 cam
redundancy license for 350 cha pro vide
tems. The vendor will also
upgrade software for said sys ators.
for operators and administr
4 hours of on-site training
uction
e not been ordered and constr
I certify that materials hav
on. MWR #8158.
work has not been performed
MWR Estimated Cost: $800,030
Funding Decision Unit: El
800
Estimated Staff Man Hours:
Estimated Start Date: Dec emb er 1, 2018
e: Feb ruary 9, 2019
Estimated Completion Dat
edule of Cost Input (SCI) and
I have included MWR #8158, Sch .
te (IGE) for your reference
Independent Government Estima
,
concerns regarding this matter
If you have any questions or
please contact me directly.
EFTA00141789
U.S. Department of Justice
Memorandum
Federal Bureau of Prisons
MCC Nix• ISvA MCC New York
ISO Park Row
New York NY IC1007
September 6, 2018
MEMORANDUM FOR S REGIONAL DIRECTOR
NORTHEAST REG:ON
FROM:
MCC New York
SUBJECT: Request to Exceed Work Request Funding Limitation
MWR #8158 - Replace Camera System
MCC New York
It has come to my attention that the work request referenced
above will require MCC New York to exceed the $10,000.00 work
request funding limitation. Therefore, I am submitting this
request for approval to exceed the funding limit policy. This
request is submitted in accordance with the guidelines set forth
in Facilities Operations Manual, PS4200.12, Chapter 2, Page 4.
The statement of work for this project is as follows: This MWR
is required to replace (2) DVRs for the NICE camera system, the
encoders and decoders as well as rack mounts and power supply,
the server, purchase a recorder redundancy license for 350
channels, install 272 cameras and upgrade software for said
systems. The vendor will also provide 4 hours of on-site
training for operators and administrators.
I certify that materials have not been ordered and construction
work has not been performed on the minor work request referenced
above.
Work Order Estimated Cost: $800,000
Funding by Decision Unit: El
Estimated Staff Man-Hours: 800
Estimated Start Date: December 1, 2018
Estimated Completion Date: February 9, 2019
EFTA00141790
for your reference. If
All supporting documentation is attached
regarding this
you have any further questions or concerns
matter, please contact me.
Attachkents: SCI, IGE
EFTA00141791
M2.5 - Schedule of Cost Input (SCI)
Date 8/24/2018 Request Initial
Institution MCC NEW YORK Category General Repairs
Project Title Replace Camera System
FY18 FY19 FY20
Object Gass POS WY $ x 1000 POS WY $ x 1000 POS WY $ x 1000
11.1 Full-Time Permanent
11.5 Other Personal Compensation
12.1 Personal Benefits: Civilian
21.0 Travel and Transportation of Persons
22.0 Transportation of Things
23.2 Rental Payments to Others
23.3 Communication, Utilities and Miscellaneous Charges
24.0 Printing and Reproduction
25.0 Other Contract Services 19 767.4
26.0 Supplies and Materials 32.6
31.0 Minor Equipment
32.0 Land Structures
Total 800.0 0.0 0.0
Total 800.0
Total in Dollars $800,000.00
Currently, MCC New York has two ninety six (96) channel DVR's which have failed repeatedly,
leaving critical areas of the institution without video coverage. There are no OEM replacement parts
Current available for purchase to repair the recorders. The current recorders use obsolete technology which
Conditions cannot be upgraded without upgrading equipment. They are unsupportable, unreliable, and have
exceeded their life expectancy. Cameras and recorders are an essential component which supports a
safe and secure environment for both inmates and staff.
We propose to hire a contractor to replace two existing ninety six (96) channel DVR's with a new
three hundred fifty (350) channel NVR systems configured at 40F, 15FPS to RAID 6 array for 14
days, provide a redundant recorder in a Plus (1) one configuration, replace the existing AMS server
and Decoder, install two hundred seventy two (272) cameras, and provide four (4) hours total of on-
site training for operators and administrators on the latest software package.
a. MCC New York, 150 Park Row, NY, NY
b. N/A
c. N/A
d. N/A
Proposal e. N/A
f. Quote
g. Contractor, In-House
h. Contractor: Communications ($767,421.25), In-House: Electrical (5325,78.75)
i. N/A
j. This project will comply with all FBOP Technical Design Guidelines, seismic zone requirements,
environmental compliance, Life Safety, NFPA, ADA-ABA, and Federal, State, and Local codes and
regulations as applicable to this project.j. Compliance has been addressed as applicable to this project,
inclusive of FBOP Technical Design Guidelines, seismic zone requirements, environmental compliance, Life
Safety, NFPA, ADA-ABA, and Federal, State, and Local codes and regulations.
k. N/A
FBOP TedmIcal Design Guidelines, seismic zone requirements, environmental compliance, life Safety, NFPA, ADA-ABA, and Federal, State, and Local codes and
regulations have been reviewed or II Alit services are required must all be addressed In the proposal section of this Justification.
Page 1
EFTA00141792
Independent Government Estimate (IGE
Institution: Project Title: Replace Camera System
MCC New York
Object Class
Category 25 (Contract) 26 (In-House) Man-Hours
1 General Requirements
2 Sitework
3 Concrete
4 Masonry
5 Metals
a. Structural
b. Miscellaneous
6 Wood & Plastic
7 Thermal & Moisture Protection
a. Insulation
8 Doors & Windows
9 finishes
a. Paint
b. Flooring
c. Ceiling
d. Other
10 Specialties
11 Equipment (See Attachment)
12 Furnishings
13 Special Construction
14 Conveying Systems
15 Mechanical
a. Plumbing
b. HVAC
16 Electrical
a. Primary
532,578.75 400.00
b. Secondary
C. Lighting
5767,421.25 400.00
d. Communications
5767,421.25 532.578.75 800.00
TOTALS: .— —
Grand Total
EFTA00141793
FBOP WC) Tech
Facility Minor Work Request 8158
NYM CM2
TO: FACILITY MANAGER
FROM: Facilities THAL::
(Entered by:) (DepartmeM) (Phone) (Dopartmont Head Slonsturo)
Slte: MYM Building: GEN Location: INST1TUT1O - THROUGHOUT THE Work Location:
Ifieumiturf
You are requested to perform the following work:
One ninety sts (96) channel RAID-con%ured DVR has failed repeatedly, leaving critical areas of the institution without recording capahlity.
App2cablo, ensure al safely procautona am toliewed, to include, but not Eniltod to 1LOCKOUT/TAGOUT AND CONFINED SPACE ENTRY'
Date Active: 4/2472018 Status: CMPLT Priority No: 1
TIMIS No.: 8158 Facility Manager:
You are authorized to perform the above work:
To Foreman: CM2• Comm Teich/H. I=
Skill: Communication en Signature for greater than S10,000
IF WORK ORDER WAS CREATED FROST A PM, ENTER PM WORK ORDER P:
list below aJ monolith used:
Description %MEM gOkl Unit Prick TA!lei
Grand Total:
If Ape:table, ensure that the equipment nee a MWI label affbcod In deaf view and tosato. MWI P.
❑ Asbestos Abatement Is required or has boon completed. Foreman's Total Hours: 3.00
❑ FTTARA process Is required. Crate Completed: 4/24/2018
Upon complcalon of work, complete town end return to the Facility Manager. Staff Signature
Completion Comments:
OEM, parts no longer produced by man sogato ocntuded manufacture. AC available bald dnvo are second hand or roman.
1
EFTA00141794
U.S. Department of.Iustice
Mend Bureau of Prisons
Ilitthmtgew. 2`IKLI
September 14, 2018
MEMORANDUM FOR FACILITIES ADMINISTRATOR
NORTHEAST REGION
FROM:
Facilities/ Operations
SUBJECT: Request4o Purchase Electronic Equipment
CCTV
Metropolitan Correctional Center (MCC) New York
This is in response to your request for a technical review of the
equipment listed below for MCC New York. As required by Facilities
Operations Manual, your request to purchase Electronic Equipment
that exceeds $25,000 has been reviewed and approved. For reference
purposes, this document is assigned as EEA 2018-0913-b.
350) Enterprise software upgrade for video channels from pre-Net 2
.0 to Net 3.1, NV-ENT-CHVUPG-PNET2 NET31 POS
1) Enterprise software package major version upgrade for site,
users and channels from NET 3.0 to Net3 .1, NV-ENT-MJVUPG
-NET2X NET 3.1
4) VisionHub Smart Video Recorder 9820, 2U with internal RAID6 +
Raidl BOTB net storage, NV-SVR9820-RIN 6-RIN1-BOTB
11) NiceVision Encorder/Decorder rack mont kit, supporting 4
NVE/NVD 1002 (for non-XT models) , 6 NVE/NVD 1002 Power Supply
(for non-XT models) , 5 NVE1008 and NVE2016 or 5 AED1016 Power
Supply , NV-ED-RMKIT
22) NiceVision H.264 Encoder supporting 16 cameras at 30/25fps in
4CIF resolution includes dual PS, NV-NVE-2016
22) NiceVision Decoder 5204 supporting up to 4 video outputs (10),
NV-NVD-5204
1) AMS Sever, SGT-AMS
EFTA00141795
17) Outdoor PTZ/1080P/X32/IP, Q6055-E
75) Corner/VANCAM/1.3MM, Q8414LVS
180) Indoor/Outdoor mini dome, 1080P, Q3515-LVE
Please note that additional approval is required through the
Information, Policy, and Public Affairs (IPPA) Division before
purchase.
If you have any questions please call me, or have your staff contact
Telecommunication Specialist, at
EFTA00141796
U.S. Department of Justice
Federal Bureau of Prisons
lEitaluturon. DC' 20534
September 20. 2018
MEMORANDUM FO REGIONAL DIRECTOR
NORTHEAST REGION
FROM:
assistant Director
for Administration
SUBJECT: Request to Exceed Work Request Funding Limit
Replace Camera System
Metropolitian Correctional Center (MCC) New York
This is an approval of your September 11, 2018, request to exceed
the spending limit of 550,000 on Work Request #8158, Replace Camera
System, at MCC New York. This work request is to replace the current
degraded camera system. The total cost of this work request is not
to exceed $800,000. Please note that additional approval is
required through the Information, Policy, and Public Affairs (IPPA)
Division.
If you have any questions, please call me or have your staff contact
Chief, Facilities Management Branch, at
cc: Facilities Administrator
EFTA00141797
U.S. Department of Justice
Federal Bureau of Prisons
Memorandum
MCC New York
September 11, 2019
MOD 0321-19 MOD 0002
MEMORANDUM FOR CONTRACTING
Reply TO
ATTN OF acuity Manager
SUBJECT: Modification Request
Vendor: Anixter
Fund Control Number: TP120240
RP Number: 1128-18
Total Amount of Current Purchase Order: $34,089.28
Requesting Amount (+/-): -$9,171.00
New Amount of Purchase Order: $24,918.28
Reason for Mod: Please remove line item 6 from modification 1 (S13,350.00) and
add line item LP from the attached quote ($4,179.00) to the purchase order.
The cost per unit of several items within the quote have changed resulting in
a significant difference in the purchase amounts. Please see attached quote.
Please modify line item(s):
Enter Enter
Enter Enter Service Current Enter Unit Change in New Dollar
Item No.: or Supply: Qty: Price: Qty (+1-): New Qty: Subtotal:
6 Supply 7500 $1.7800 -7500 0 -513,350.0000
1312 Supply 0 -10:5600S0.5572 7500 7500 54,179.0000
0 $0.0000
0 $0.0000
EFTA00141798
158NYM18FTP120240/P00002 Page 1 of 6
1. CONTRACT ID CODE
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT GS-07F-6060R
AMENDMENT/MODIFICATION NUMBER ) LIFECTIvt DATE 4. REGunirnOmauRCHASE REOMUTION NUMZEIt 5 PROJECT NUMBER (0
aspIrstaa
P00002 10212019 1128-18
6 ISSuE0 Br CODE 15BNYM T. ADMocSTERED By al other man mem cu CODE BNEF
Federal Bureau of Prisons (O) 718-420-4200 Federal Bureau of Prisons
MDC Brooklyn BRO/ NE Finance Center- FCI Fort Dix
P.O. Box 329001 AccountingNYM--(0bop.gov NE FINANCE CENTER
Brooklyn, NY 11232 BLDG 5756 HARTFORD ROAD
Ioint Base MAL N, 0864)
L NAME AND ADDRESS OF CONTRACTOR (Manbat area. county stars end ZP Cods) IA AIMADNENT OF SOOCITATON NumBER
OC)
ANDCER INC.
Dans Banda At
ANDCIER a. DATED (SEE i TEN ID
2301 PATRIOT BLVD
GLENVIEW, IL 60026.8020 10A ta0OiRCATION OF CONTRACT/ORDER
DUNS: 047583851 NUMBER
15BNYM18F7P 120240
We. DATED (SEE tins is)
X
Enna 1671617RS I nen trt rrawl)47iRiftiI 09/24/2018
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOUCITATIONS
O The above numbered soititalion is amended as set forth in Item 14. The hour and date specified for receipt of Offers s Warded. El is not aderzied.
Offers must ackruswledge receipt of this amendment prior to the hour and dies specified 41 the scacitabon or as amended, by one al the Sowing meet (a)
By comsat:tang hems 8 and IS. end return:we copies of dw amendment: (b) By ecknowledging receipt of MIS amendment on adi copy C4 the
offer submtted: or (c) By separate letter sr electronk communkadon welch ae...uaes a reference to the soeceavon and amendment numbers. FAILURE OF YOUR
ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOLRI AND DATE SPECIFIED MAY
RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such thanee may be made by letter or
electonk conumunIcatort provided each letter or etectront communication makes reference to the scacltation and this amendment end is received prior to the opening
hour and dale SpC01100.
12. ACCOUNTING MD APPROPRIATION DATA alraaAraca
SA-2018-02-FP021452PI -2699-20 18
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS.
IT MODIFIES THE CONTRACT/ORDER NUMBER AS DESCRIBED IN ITEM 14.
CHEO( ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (gratify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT
ORDER NUMBER IN ITEM 10.4.
B. THE ABOVE NUMBERED CONTRACTORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (spat as (Mangos In paying aka.
sisPropneHon dots. elc.) SET FORTH IN ITEM 14. PURSUANT TO THE Amortrry OF FAR 43.10304
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D. OTHER (Stiffly type of morMkeeon an authority)
X SEE BLOCK 14.
E. MORTAR: Cans 0 •,,o,. 0 • mono] h sign mis docionent end Warn opplas to the alai? taco.
14. OESCRUMON OF AMENOMENT/MOOIRCATION fOrosNred Dy L/CP aedlon reactres, inctstop imirJteesnrcontrect SAW, "Malt wage Matta,
MODIFICATION TO DECREASE FUNDS.
ORIGINAL PO s 34,089.28
DECREASE BY: 1-9,171.00
NEW AMOUNT: 524,918.28
NO OTHER CHANGES NEEDED AT THIS TIME.
Etas( a sutendad wen all lama aId conIdarre nee doorsanl NIetencad In ban OA or 10A. as harelotors charge:I rests sncliangad and n 6a lace rd ebot
ISA. NAME AND TITLE OF SIGNER (Fyn wpm) 1611. NAME AND TITLE OF CONTRACTING OFFICER Moo or print)
158. COMRACTOROF NOR 1SC. DATE SIGNED
(Skinaturo ofperson authaitred so sign)
PsviNaa S unseal*
EFTA00141799
15BNYM18FTP1202401P00002 Page 2 of 6
Table of Contents
HMS Dasrinti2n Page Number
1 Solicitation/Contract Form I
2 Commodity or Services Schedule. 3
3 Contract Clauses 5
52.232-18 Availability Of Funds (Apr 1984) 5
4 List of Attachments 6
EFTA00141800
15BNYM18FTP120240/P00002 Page 3 of 6
Section 2 - Commodity or Services Schedule
MCC New York FIBER
Quote# O002R0BV
GSA: GS-07F-606OR
SCHEDULE OF SUPPLIES/SERVICES
CONTINUATION SHEET
ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 MFR PART,/ CCH-OIU PrOVX)US: EA Previous Previous: $3.250.65
PART• 180626
Closet Connector Housing (CCH). Black Empty. One Rack Unit 15.030000 5218.7100 Chart): $0.00
High (1 RMU). Holds Two CCH
Connector Panels Change: 0.000000 Change: 50.0000 Current $3,250.85
Current: Current
15.000000 $216.7100
0002 MFR PART • VFL950 Previous: EA Previous: Previous: $959.96
Visual Fault Locator, 2.5 mm adapter
2.000000 $479.9800 Change: $0.00
Change: 0.000000 Change: $0.0000 Current 3959.96
Current 2.000000 Current:
$479.9800
0003 FCC-WIPES Prat/kiwi: EA Prevkus: Previous: $28.44
348034
Fiber Optic Cleaning Wipes,90 Wipes per Canister tint free 2.000000 $142200 Change: $0.00
Change: 0.000000 Change: $0.0000 Current: $28.44
Current: 2.000000 Current:
$14 2200
0004 MFR PART • 241201081000 Previous: BX Previous. Previous: $4,912.40
PART • CM 0042180N-7RB-02
Mull-Conductor.Enhanced Category 6 Nonbonded- 20.000000 5245.6200 Change: $0.00
Pair Cables 4-pek U/UTP OAR Reel-In-Box Black
Change: 0.000000 Change: $90000 Current: $4,912.40
Current: Current:
20.000000 5245.6200
0005 AX103253 Previous: FA Previous: Previous: $3,780.40
PART,/ 371650
CAT6• KeyConnect Patch Panel,24-port 1U, Black 20.9=000 $1899200 Change: $0.00
Change. 0.000000 Change: $0.0000 Current $3,780.40
Current: Current:
20.000000 $1890200
EFTA00141801
168NYMMTP120240/P00002 Page 4 of 6
0006 373-COR8.3-TBRA-12 Previous: FT Previous: Previous: $13.350.00
CORNING-C 012E8F-31131-Al
12-F 8.3/125 SMTB IN/OUT RISER1.011.010.75 DB/KM ARMORED 7.500.000000 $1.7800 Change: ($13.350.00)
FREEDM ONE
Change: Change: $0.0000 Current: $0.00
-7.500.000000 Current: $1.7800
went: 0.000000
0007 20201W Previous: EA Previous: Previous: $227.70
387791
Cable Connector,I-Plece.Cal 6. RJ45,0 28" Cable Outer Diameter 3.000000 575.9000 Change: $0 00
100 per jar
hange: 0.000000 Charge: 50.0000 Current $227.70
:anent: 3.000000 Current:
$75.9000
0008 100064C Previous: EA Previous: Previous: $186.50
408271
EZ-RJ PRO HD Crimp TooL(Cal5 a Cat6). Clamshell 2.000000 $932500 Change: $0.00
Change: 0.000000 Change: $0.0100 Current $186.50
Current: 2.000000 Current:
$932500
0009 MM02-BNTEC6-02 Previous: EA Previous: Previous: $2.676.00
BELDEN/ENT C601100002
CBL ASSY MOD 24-4PR SOLID CATS* IP5 BONDED T568A/B 400.000000 56.6900 Change: am
CMR 2FT BLACK
hangs: 0.000000 Change: $013000 Current $2,676.00
Current: Current: $6.6900
400.000000
0010 R51215-20 Previous: EA Previous: Previous. $1.385.80
246718
1U RackMount Power Strip,120)./.20A.820P 12 Outlets (6 Front- 20.000000 $692900 Change: $0.00
Facing, 6-Rear-Facing) 15 ft Cord
hangs: 0.000000 Change' $0.0000 Current $1,385.80
Current: Current:
20.000000 $69.2900
0011 207404 Previous: EA Previous' Previous: $1,498.40
CORNING-C CCH-CP12-19T
12 PORT PANEL ST SM LOADED USE WITH CCH ENCLOSURE 20.000000 $74.9200 Change: $0.00
hangs: 0.000000 Change: $0.0000 Current $1,498.40
Current Curtail:
20.000000 $74.9200
0012 FI-500 Previous: EA Previous: Previous: $1,833.03
810589
Fiber Optic Inspection System Includes a handheld 1.000000 $1.833.0300 Change: $0.00
color display auto-focus inspection scope and 4
lips for LC and SC style bulkheads and 1.25 and 2.50mm patch hype: 0.000000] Change: $0.0000 Current: $1,833.03
cords.
EFTA00141802
15BNYM18FTP120240/P00002 Page 5 of 6
Current: 1.000000 Current:
51,833.0300
0013 373- COR8.3-TBRD-12 Previous: EA Previous: Previous: $0.00
CORNING-C 012E8F-31131-29
12-F 8.3/125 TB IN/OUT RISER 1.0/0.75 DR/KM FREEDM ONE
0.000000 $0.0000 Change $4,179.00
Change: Change: S0.5572 Current. 54,179.00
7 500 000000 Current: $0.5572
Currant:
7.500.000000
PREVIOUS TOTAL 534.089.28
CHANGE ($9,171.00)
CURRENT TOTAL 524.918.28
FUNDING DETAILS:
ITEM FUNDING LINE OBLIGATED AMOUNT ACCOUNTING CODES
NO.
NIA 1 Previous: 534,089.28 SA-2018.02-FP021452Pi -2699-2018
Change: ($9,171.00)
Current: S24.918.28
PREVIOUS: $34.089.28
CHANGE: ($9,171.00)
CURRENT: $24.918 28
Small Business Set Aside
Section 3 - Contract Clauses
Clauses By Full Text
52.232-18 Availability Of Funds (Apr 1984)
Funds arc not presently available for this contract. The Government's obligation under this contract is contingent upon the availability
of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any
payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice
of such availability, to be continued in writing by the Contracting Officer.
(End of clause)
EFTA00141803
15BNYM18FTP120240/P00002 Page 6 of 6
Section 4 - List of Attachments
No Clauses
No Attachments
EFTA00141804
LIMITED-SOURCES JUSTIFICATION
IAW FAR 8.4 13.106-3
1. REQUIRING AGENCY: DOJ/Bureau of Prisons. MCC New York. 150 Park Row. New York. NY 10007
2. NATURE/DESCRIPTION OF ACTION: Limited Sources Justification in accordance with FAR 8.405-6(a)(1)(A) and
13 106-3(b)(3)(i). Urgent and Compelling Need
3. DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S: The Agency requires two (2)
Nicevision Professional Smart Video Recorder Digital Video Systems to be supplied and installed at MCC New York. This
requirement includes the provision of all equipment and labor for the replacement of existing DVR system with an
upgraded NVR system MCC New York has two ninety six (96) channel DVR's which have failed repeatedly, leaving
critical areas of the institution without video coverage. There are no OEM replacement parts available for purchase to
repair the recorders. The current recorders use obsolete technology that cannot be upgraded without upgrading the
equipment. The current equipment is unsupportable. unreliable. and has exceeded its life expectancy Cameras and
records are an essential component that support a safe and secure environment for both inmates and staff It is unusual
and compelling urgency to meet this requirement to maintain supervision of exit doors in the inmate housing areas.
safeguarding government property, and to avoid seriously bodily harm.
The estimated value of this requirement is 5696.108 99
4. AUTHORITY: Acquisition is conducted under the authority of the Multiple-Award Schedule Program - 41 U.S.C. 152(3).
In accordance with FAR 8 405-6(a)(1)(A) and 13.106-3(b)(3)0) an urgent and compelling need exists, and following the
procedures would result in unacceptable delays.
5. DEMONSTRATION THAT THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS OR THE NATURE OF
THE ACQUISITION REQUIRES USE OF THE AUTHORITY CITED: MCC New York is a Federal Prison and safety and
security is of the utmost importance. A proper functioning security system is vital to carrying out our mission. The
procurement of the NICE Vision upgrade will allow appropriate video storage. playback and still images capture. as well as
the ability to control the PTZ camera for security needs within a prison setting where video footage is reviewed routinely to
determine improper activity within the institution and is often used to support legal cases. Failure to have this capability
puts the institution at an extreme risk and liability Additionally. we lost recording capabilities in some areas which made
this an urgent and compelling need. Failure to make this award immediately would result in safety and security concerns
for staff and inmates and increase liability to the government.
SigNet Technologies. Inc, (SigNet) is the current provider of all Digital Video Recording Systems Maintenance Services for
the Bureau of Prisons (BOP). These services are procured under Blanket Purchase Agreement DJBP00700NASBPA113.
SigNet is also an approved distributor of NICE products and can provide the required supply of equipment and installation
of the upgraded system under the terms and conditions of Federal Supply Schedule GS-07F0322T
The recording system. required to be connected to the existing BOPNET (Bureau of Prisons Network) WAN system, must
follow strict IPV6 protocol standards. Currently. the NICE Whole System is approved for BOPNET and is maintained by
SigNet under the terms and conditions of GS-07F0322T. Any other system that has not been approved must be vetted
and evaluated prior to utilization. This process would take between six months to one year.
SigNet is ready to receive the delivery order for the supply and installation of the NICE recording system.
6. BEST VALUE: Pncing proposed is comparable to previous prices paid for similar requirements and is in line with the
government estimate provided by Bureaus facility staff. It is in the government's interest and in my determination, issuing
an order under the terms of GS-07F-0322T represents the best value for this requirement consistent with FAR 8 404(d)
7. A DESCRIPTION OF MARKET RESEARCH CONDUCTED AND THE RESULTS: A brief review of the contractor
listing for FSS 84. SIN 246 60 1 revealed SigNet holds a current FSS contract SigNet is a known contractor who has
established a record of satisfactory performance in servicing security systems across the Bureau. SigNet is capable of
meeting the requirement at a reasonable price and due to the urgency in obtaining this equipment. no other sources were
considered.
EFTA00141805
8. ANY OTHER FACT SUPPORTING THE JUSTIFICATION: In accordance with FAR8 405.6(a)(2)(iv). this Justification
will not be posted to the Government Point of Entry (GPE) due to security risks A public posting that MCC New York
currently has an unstable and often-inoperable video recording system, could potentially endanger inmates and staff
safety
9 ACTIONS TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE ANY SUBSEQUENT
ACQUISITIONS: This action is necessary due to existing security concerns of failing equipment that is essential to the
safety of staff and the inmate population incarcerated at MCC New York Future requirements of similar magnitude will be
ordered in accordance with the procedures at FAR 8 405.1(d) on a competitive basis as circumstances allow
TECHNICAL CERTIFICATION:
I hereby certify that trie supporting data provided by the technical and requirements personnel that for the basis for
rusufication is,corriviete and accurate to the best of my knowledge
? - /7 -
Date
MCC New York, NY
CONTRACTING OFFICER'S CERTIFICATION:
In accordance with FAR 8.405-6(d) and BPAP 8 405.6. I certify this justification is accurate and complete to the best of
knowledge and belief.
SUBMITTED BY:
n/n
ecialist Date
MCC New York, NY
Contracting Officer Date
Acquisition ffice
ENCE
( Ct iff
Date
MCC New York. NY
Chief Date
Field Acquisition Office
Date
Acting Procurement Executive
EFTA00141806
APPROVAL:
Date
NM. for Administration
Competition Advocate
EFTA00141807
MCC NEW YORK 158NYM18FTP120150 Page 1 of 15
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS I. REQUISITION NUMBER
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24 £ 30 1064-18
2. CONTRACT NO 3 AWARDIEPPECTIvE 4. CODER NUMBER 5. SOLICITATION NUMBER S. SOLICITATION ISSUE
DATE DATE
GS-07F-0322T 09/21/2018 15BNYM I 8FTP120150
A. NAME D. TELEPHONE mapaER (No WWIma) S. OFFER DUE DATE /LOOM
7. FOR SOUCITATION TIME
INFORMATION CALL:
A ISSUED ar CODE I SBNYM 10. THE ACQUISITION IS K UNRESTRICTED OR O SET ASDOE: %FOR
Federal Bureau of Prisons
O SlIMS„ Has IN rotor* or
MCC New York inert
ISVALLIBISNEWIPROWJA Kum 334512
ISO Park Row El tt itrgss"Au In owos
New York, NY 10007 SEA SIZE STANDARD, Employees
ID n I'l'V,ZEZISABLED
P.A.OWNID
:Alai in-Llintfil ❑ 41, 4
II. DELIVERY FOR FOB OESTINATVAI It OISCOUNT TERMS 1313 RATING
UNLESS FROCK IS WALED
13a. THIS CONTRACT IS A
SEE NET 30 RATED ORDER LINGER OPAS 4. METHOD OP SOLICITATION
SCHEDULE (15CFR 700) 0 RFQ In IFB ❑RFP
IS. DELIVER TO 000E 15BNYM It ADMINISTERED BY 000E I BNEF
Federal Bureau of Prisons Federal Bureau of Prisons
MCC New York NE Finance Center- FCI Fort Dix
150 Park Row i NE FINANCE CENTER
New York, NY 10007 BLDG 5756 HARTFORD ROAD
Joint Base MDL, NJ 08640
sit CCWTRACTOW cow lc i 578695 I FCOO!
ACUAY lin 8s6222 ma. PAYMENT WIU. BE MICE BY ROTE I BFTD
OFFEROR
Federal Bureau of Prisons ATTN: NYM ACCOUNT!
SIGNET TECHNOLOGIES. INC.
I2300 KILN COURT FCI Fort Dix PAYABLE
SUITE E P.O. Box 38
BELTSVILLE, MD 20705.1357 NER Finance Center - Acecot
ℹ️ Document Details
SHA-256
8a578cb89eb64eb1bbb56f218aacc178d284c3828d7ebc6943a777f42f76dd6d
Bates Number
EFTA00141789
Dataset
DataSet-9
Document Type
document
Pages
39
Comments 0