Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SPECIAL NOTICE

D -- Notice of Intent to Sole Source DOFEMS Maintenance

Notice Date
4/7/2021 10:21:23 AM
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NAVAL MEDICAL LOGISTICS COMMAND FORT DETRICK MD 21702-9203 USA
 
ZIP Code
21702-9203
 
Response Due
4/22/2021 11:00:00 AM
 
Archive Date
05/07/2021
 
Point of Contact
Kathryn L. Brown
 
E-Mail Address
kathryn.s.brown12.civ@mail.mil
(kathryn.s.brown12.civ@mail.mil)
 
Description
The Naval Medical Logistics Command (NMLC) intends to issue a sole source contract for maintenance services in accordance with FAR Part 13.501(a) to Optical Lab Software Solutions, Inc. (OLSS), 13515 N. Stemmons Fwy, Dallas, TX 75234-5765. OLSS is the manufacturer and sole distributer and service provider for the Defense Optical Fabrication Enterprise Management System (DOFEMS) at Naval Ophthalmic and Training Support Activity (NOSTRA), Yorktown, VA and 9 other Navy labs located in the Continental United States (CONUS) and Outside the Continental United States (OCONUS). � Extended support shall be provided inclusive of troubleshooting, database support, reports, metrics, and operating system. Optical Lab Software Solutions, Inc. is the original equipment manufacturer (OEM) of the system and no other known entity is qualified to service the system. Given the proprietary nature of the software and the operating system, Optical Lab Software Solutions Inc. is the only known vendor with rights to change the software code and the necessary knowledge, experience and staff to maintain services currently provided. The estimated award date is 24 July 2021.� This notice of intent is not a request for competitive proposals. �Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and price information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. �Capability statements shall not exceed 5 (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 will not be considered as an affirmative response or acceptance of the capability statement. �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 contract. Capability statements are due by 2:00 PM Local Time, 22 April 2021. �Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following addresses:� kathryn.s.brown12.civ@mail.mil and heather.m.skimson.civ@mail.mil.� Please note, a Justification for Other Than Full and Open Competition will be posted within 14 days of award. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bdf76d9d41cb4e3c882872ff776a3639/view)
 
Place of Performance
Address: Yorktown, VA, USA
Country: USA
 
Record
SN05964558-F 20210409/210407230111 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.