SOURCES SOUGHT
70 -- Software, Service and Support for the Brooke Army Medical Center Nurse Call System
- Notice Date
- 1/22/2026 2:46:55 PM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-26-R-NCSY
- Response Due
- 2/6/2026 2:00:00 PM
- Archive Date
- 05/06/2026
- Point of Contact
- LaTasha Cardwell, Phone: 5209447208, Stephen Fuller, Phone: 5207145158
- E-Mail Address
-
latasha.s.cardwell2.civ@army.mil, stephen.b.fuller4.civ@army.mil
(latasha.s.cardwell2.civ@army.mil, stephen.b.fuller4.civ@army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- THIS IS A SOURCES SOUGHT NOTICE (SSN) ONLY. The Mission and Installation Contracting Command - Fort Sam Houston (MICC-FSH) is requesting information from industry regarding software, service, and support of the Brooke Army Medical Center (BAMC) Nurse Call System in accordance with (IAW) the attached Performance Work Statement (PWS) draft. The U.S. Government intends to award a SOLE SOURCE contract for the required services; however, we are seeking vendors that may be able to provide this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice. In addition, we encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women- Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. Be advised that the U.S. Government is unable to set aside this requirement if two (2) or more small businesses do not respond with information to support a set-aside. The proposed Sole Source Firm-Fixed Price Contract will be awarded to Nations Advanced Communication & Cabling, Inc. dba Advanced Communications & Cabling to provide software, service, and support services on the BAMC Nurse Call System already in place. The statutory authority for the sole source procurement is 10 United States 41 U.S.C. 1901 as implemented by Federal Acquisition Regulation (FAR) Subpart 13.5 � Simplified Procedures for Certain Commercial Items. 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. This notice does not commit the U.S. Government to contract for any supply or service. Furthermore, the U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this SSS. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely at the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE) located at SAM.gov. Potential offerors are responsible for monitoring the GPE for additional information pertaining to this requirement. The anticipated North American Industry Classification System (NAICS) code is 511210 Software Publishers. The size standard for this NAICS code is $47M. If a different NAICS code would be better suited, please state in your response what NAICS is better suited for this requirement and why. This is a follow-on requirement with an anticipated five (5) year performance period. For your information, the contract information of the incumbent contractor is as follows: Contract Number: W9124J-21-C-0029 Extent of Competition: Sole Source Contract Name/Info: Nations Advanced Communication & Cabling, Inc. dba Advanced Communications & Cabling Contract Award Total: $1,859,869.00 (includes 52.217-8) Period of Performance: 30 SEP 2021 to 29 SEP 2026 (includes 52.217-8) RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities/ qualifications to support some or all of the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information. In response to this SSS, vendor responses are limited to five (5) written pages (PDF or MS Word Format) and should include: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the Mission and Installation Contracting Center (MICC) Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SSS. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Provide name of the firm, point of contact, phone number, email address, Unique Entity ID, CAGE code, identify business size (large business or a small business) and if applicable, a statement regarding small business status including small business type(s) /certifications(s) (e.g., SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code. 3. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: See FAR 52.219-14(e)(1) Limitations on Subcontracting (Oct 2022) (DEVIATION 2021-O0008). If your firm is interested in competing for this requirement as a prime contractor and you plan to subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work and what percentage of work they will be performing, if available. ""Similarly situated entity"" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first- tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside. In addition, the Contractor agrees in performance of a contract for services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. 4. Please provide information in sufficient detail regarding any relevant previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Provide information to help determine if the service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing and catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquire the identified services. Questions for this sources sought notice shall be submitted on or before P.M. CDT on 27 JAN 2026. Government response will be provided within seven (7) business days after receipt of all questions. All questions MUST be in writing. Verbal questions will not be accepted. Responses to this sources sought notice shall be submitted on or before 12:00 P.M. CDT on 6 FEB 2026 via email to LaTasha Cardwell, Contract Specialist at latasha.s.cardwell2.civ@army.mil and Stephen Fuller, Contracting Officer at stephen.b.fuller4.civ@army.mil. No telephonic responses will be accepted. Correspondence and responses shall reference W9124J-26 R-NCSY in the subject line. Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm�s potential to fulfil our requirements as depicted in the draft PWS. Respondents will not be notified of the results of the evaluation. The Government will not return any information submitted in response to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b6f07e67a8594ff3bb912a671da2fd0f/view)
- Place of Performance
- Address: JBSA Ft Sam Houston, TX 78234, USA
- Zip Code: 78234
- Country: USA
- Zip Code: 78234
- Record
- SN07694805-F 20260124/260122230046 (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 |