MODIFICATION
59 -- Notice of Intent to Sole Source - SCOUT Proprietary Software Maintenance
- Notice Date
- 6/16/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- MICC - Fort Gordon, Directorate of Contracting, 419 B Street, Bldg 29718, 3rd Floor, Fort Gordon, GA 30905-5719
- ZIP Code
- 30905-5719
- Solicitation Number
- 0010525503
- Archive Date
- 6/16/2015
- Point of Contact
- Dana Justice, 706-791-1806
- E-Mail Address
-
MICC - Fort Gordon
(dana.n.justice.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Mission and Installation Contracting Command, Fort Gordon, GA intends to award a sole-source contract to HPC-COM LLC for renewal of existing proprietary SCOUT license maintenance service contract to support the United States Army Criminal Investigation laboratory (USACIL) staff collaboration and automation of administrative work flow processes at Forest Park, GA. HPC-COM is the designer and owner of SCOUT Suspense Tracker. USACIL has installed SCOUT Suspense Tracker as an automated workflow system to manage, assign, report status and gain control of all administrative tasks. SCOUT Suspense Tracker has been customized to handle a variety of USACIL unique management workflows including staff action reviews, visitor requests, performance reviews, training status, awards, and document requiring signatures. HPC-COM is the sole source capable of providing licensed maintenance to their proprietary software without creating impact on fielded systems, sponsor schedules, project schedules, operations and operational readiness that would be caused by a break in service. The NAICS code for this requirement 541519. A determination not to compete this requirement was made pursuant to 10 USC 2304(c)(1), Only one responsible Source. The Government intends to procure this sole source requirement under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS and a solicitation will not be issued. Interested concerns must show clear and convincing evidence that competition of this requirement would be advantageous to the Government. If no affirmative written responses are received via email by 19 June 2014 at 1000 am EST, award will be made without further notice. Email responses should be submitted to dana.n.justice.civ@mail.mil. Oral communications are not acceptable in response to this notice. A determination by the government not to compete this proposed requirement is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Affirmative written responses must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; 3) Small Business Size/Certification (to include 8(a), HUBZone, SDVOSB, etc.); and 4) Item/Service Specifications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5f94e3e631984585c25e60bd983e76ad)
- Record
- SN03396530-W 20140618/140616235124-5f94e3e631984585c25e60bd983e76ad (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |