Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2024 SAM #8261
SOLICITATION NOTICE

70 -- NOTICE OF INTENT TO SOLE SOURCE- Digital Dental Imaging (DDI) Systems

Notice Date
7/8/2024 9:32:22 AM
 
Notice Type
Presolicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
GSA/FAS/GSS/QSCBD/ASSISTED CONTRACTING BRANCH B Washington DC 20006 USA
 
ZIP Code
20006
 
Solicitation Number
47QSWC24K0089
 
Response Due
7/15/2024 3:00:00 PM
 
Archive Date
07/30/2024
 
Point of Contact
Heather Pankow, Phone: 8175852708, Calvin Blue, Phone: 2102846114
 
E-Mail Address
heather.pankow@gsa.gov, calvin.blue@gsa.gov
(heather.pankow@gsa.gov, calvin.blue@gsa.gov)
 
Description
NOTICE OF INTENT TO SOLE SOURCE: This notice is being published in accordance with Federal Acquisition Regulation (FAR) Subpart 5.101 requiring dissemination of information for proposed contract actions. This is a notice of intent to award a sole source contract and is not a request for competitive quotes/proposals. The General Services Administration�s Large Special Order Program (LSOP) is issuing this Notice of Intent (NOI) to inform industry contractors of the Government's intent to execute a Sole Source contract under FAR Part 13.501, specifically FAR Subpart 13.501(a) Sole source (including brand name) acquisitions. This procurement is being conducted IAW FAR Part 13.5 � Test Program for Certain Commercial Items. Acquisitions conducted under simplified acquisition procedures are exempt from the requirements in FAR 6, thus the requirement for full and open competition does not apply IAW FAR 13.501(a)(1). This notice satisfies posting requirements at FAR Part 5.101. The intended contractor is BUSINESS ENABLED ACQUISITION & TECHNOLOGY, INC.�located at 802 E Quincy ST. San Antonio, Texas 78215-1451, United States. Place of Performance: Various U.S. Naval Vessels. The U.S. Navy Fleet has a requirement to install Digital Dental Imaging (DDI) Systems on six (6) U.S. Navy Ships. DDI consists of servers and dental operatory computers loaded with the proprietary and U.S. Navy Bureau of Medicine and Surgery authorized Apteryx Software. Each ship requires the server and operatory computers loaded with the Brand Name Only and U.S. Navy Bureau of Medicine and Surgery authorized Apteryx Software. This software and its site licenses are existing on current systems already aboard these Naval vessels.�BUSINESS ENABLED ACQUISITION & TECHNOLOGY, INC �is the only Planet DDS approved installer qualified to install the required DDI systems onboard US Navy ships.�BUSINESS ENABLED ACQUISITION & TECHNOLOGY, INC is the only approved installer able to provide the required equipment for DDI. The Apteryx software licenses that are included with the equipment install are already issued to each listed US Navy Ship. The software install is at no cost to the government but does require labor for loading of the software, testing the system and conducting familiarization training with dental department staff. Providing a software other than Apteryx would not be advantageous to the government. This includes transferring existing data from the existing system to the new system. The North American Industry Classification System (NAICS) for this requirement is 334111 - Electronic Computer Manufacturing. The Federal Supply Class (FSC) is 7B20 - IT and Telecom - High Performance Compute (Hardware and Perpetual License Software). The Small Business Administration (SBA) size for this sector is 1250 employees. This notice of intent is neither a formal solicitation, nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made based on unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government to not compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via email to Heather Pankow or Calvin Blue at heather.pankow@gsa.gov or calvin.blue@gsa.gov with the following information referenced in the subject line, 47QSWC24K0089 � DDI Equipment and Support. All interested parties who are responsible, certified, and capable may identify their interest and may submit a capabilities statement no later than 5:00PM Central Standard Time (CST) on 07 July 2024 to the above listed contacts. The interested parties bear full responsibility to ensure complete transmission and timely receipt.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6a0e2f94b8df4e69a9d66f73910c3015/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN07120231-F 20240710/240708230116 (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.