Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2024 SAM #8250
SPECIAL NOTICE

99 -- NOTICE OF INTENT TO SOLE SOURCE AND SYNOPSIS - RALS Software License at BJACH

Notice Date
6/27/2024 11:02:06 AM
 
Notice Type
Special Notice
 
Contracting Office
W40M USA HCA JBSA FT SAM HOUSTON TX 78234-4504 USA
 
ZIP Code
78234-4504
 
Response Due
7/3/2024 11:00:00 AM
 
Archive Date
07/18/2024
 
Point of Contact
Chris Finkenstadt, Albert Lee
 
E-Mail Address
john.c.finkenstadt2.civ@health.mil, albert.a.lee.civ@health.mil
(john.c.finkenstadt2.civ@health.mil, albert.a.lee.civ@health.mil)
 
Description
NOTICE OF INTENT TO SOLE SOURCE�AND SYNOPSIS The U.S. Government, Medical Readiness Contracting Office - West, JBSA - Fort Sam Houston, Texas intends to award a service contract to provide RALS Software Licenses at Bayne Jones Army Community Hospital (BJACH), Fort Johnson, Louisiana. Period of Period is from 01 October 2024 to 30 September 2029, inclusive of all option periods. FAR Clause 52.217-8 does apply. The proposed contract number will be awarded on a sole source Firm-Fixed Price (FFP) action to: ABBOTT RAPID DIAGNOSTICS INFORMATICS, INC CAGE Code: 1RAP7 2000 Holiday DR Charlottesville, Virginia 22901-2899, United States Synopsis Description of Services:� The contractor shall provide RALS Software Licenses for the Information Technology (IT) connectivity solution for the test results of Point of Care (POC) NOVA Glucose Analyzers entry into the MHS Genesis/Cerner at Bayne Jones Army Community Hospital. The IT solution must meet the requirements as stated IAW the Performance Work Statement (PWS): System must be Risk Management Framework (RMF) approved, all functionality delivered on one screen, vendor neutral interfaces to all Glucose POC Devices, single LIS interface, bi-directional connectivity to all devices, all results on a single shared server, and approved ATO before contract is awarded. The Contractor shall perform to the standards of IAW the Performance Work Statement (PWS). The North American Industrial Classification System (NAICS) Code that best fits this requirement is� 541512, Custom System Design Services. The NAICS code selected best fits PSC DA10 � IT And Telecom - Business Application/Application Development Software As A Service.� Small Business Size Standard:� $34,000,000.00. This sole source requirement is issued under the statutory authority of FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT). Please see attached Single Source Justification for further details. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.� The Government intends to acquire a commercial item using FAR Part 12 and intends to procure from only one source under the authority of FAR 13.106-1(b)(1), that the circumstances of this contract action deem only a sole source is reasonably available to fulfill the stated requirement. The notice of intent is not a request for competitive proposals. This sole source synopsis is for informational purposes only. NOTE: INTERESTED VENDORS, PLEASE RESPOND TO THIS NOTICE NO LATER THAN 1300 HOURS CST ON OR BEFORE 03 JULY 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7f717932bef3441ab199567de24bb21f/view)
 
Place of Performance
Address: Fort Johnson, LA 71459, USA
Zip Code: 71459
Country: USA
 
Record
SN07110208-F 20240629/240627230116 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.