Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2012 FBO #3855
SPECIAL NOTICE

Q -- CIVCO ACCULOC SOFTWARE MAINTENANCE RENEWAL

Notice Date
6/12/2012
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802nd Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
12TC0358P0215ACCULOC
 
Archive Date
6/30/2012
 
Point of Contact
Ollie M. Fuller, Phone: 210-671-6018, Stephen S. Kelly, Phone: 210-671-9916
 
E-Mail Address
ollie.fuller@us.af.mil, stephen.kelly.1@us.af.mil
(ollie.fuller@us.af.mil, stephen.kelly.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
12TC0358P0215 Location: Lackland AFB - 802nd Contracting Squadron Title: CIVCO ACCULOC SOFTWARE MAINTENANCE Description(s): NOT REQUIRED FAR 5.202a2 NOTICE OF INTENT TO AWARD- Civco Maintenance and Support (QTY: Base plus three Options) 12TC0358P0215 North American Industry Classification System Code 511210 Standard Industrial Code 7371 The 802d Contracting Squadron intends to issue a sole source firm fixed priced purchase order to Civco Medical Solutions, 1401 8th Street SE, Change City, IA 51041 for the renewal of Acculoc Software Maintenance and Support. Civco Medical Solutions is the only vendor that can provide the Acculoc Software maintenance and support required by the Government based on interoperability and capability concerns. The equipment must be purchased from the manufacturer/Developer. Period of Performance: Base Plus Three Option Years Base:18 Jun 2012-17 Jun 2013 OPTION 1 POP: 18 Jun 2013-17 Jun 2014 OPTION 2 POP: 18 Jun 2014-17 Jun 2015 OPTION 3 POP: 18 Jun 2015-17 Jun 2016 Justification: 1. Civco Medical Solutions is the proprietary owner of Acculoc software, which is integrated with the Windows XP system currently in place and required by the Wilford Hall Ambulatory Surgical Center as well as the Department of Veterans Affairs. They are the exclusive supplier and distributor of this product. 2. The statutory authority permitting other-than-full-and-open competition is 41 U.S.C., 253(c) (1): FAR 6.302-1 and FAR 13.106-1(b)(1). Only one responsible source and no other services will satisfy agency requirements. Interested persons may identify their interest and capability to respond to the requirement. This notice is not a request for competitive proposals. A determination by the Government not to compete this proposed contract will be based on responses to this notice and is solely within the discretion of the Government. Information received will be considered solely for informational purposes. 3. This procurement is not set-aside for small business and the intent of this procurement is to award based on Sole Source requirement. The proposed contract action is for commercial items which the Government intends to solicit and negotiate with only one source under authority of FAR subpart 27.4. The anticipated award date is 18 Jun 2012. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 Effective 18 May 2012 and DFARS Change Notice 20120522, effective 22 May 2012 apply to this procurement. The following FAR Clauses and provisions apply to this requirement: FAR Part 10 Market Research; FAR 52.211-17, Delivery of Excess Quantities; FAR52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluations-Commercial Items; FAR 52.212-3, Offerors Representation and Certification; FAR 52.212-4, Contract Terms and Conditions; FAR 52.212-5 (Dev) -Full text, Contract Terms and Conditions required to implement Statures or Executive orders-Commercial Items; FAR 52.247-34, FOB Destination; FAR 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil or www.arnet.gov ), FAR 52.252-6, Authorized Deviation in Clauses; FAR 252.204-7004, 52.217-8, Option to Extend Service; 52.217-9, Option to extend the terms of the contract; 52.232-18' Availability of Funds, Required CCR Registration; FAR 252.212-7001-9 Dev, Contract Terms and Conditions, 5352.201-9101, Ombudsman ; DFARS 252.232-7003, Electronic Submission of Payment Request; DFARS 252.204-7004 The Government intends to evaluate and award without discussions. on this procurement. The intent of this procurement is to award based on sole source requirement. Quotes are not being requested and written solicitation will not be used. Primary Point of Contact.: Ollie M. Fuller Secondary Point of Contact: Stephen S. Kelly Contracting Office Address: 1655 Selfridge Avenue Lackland AFB, Texas 78236-5253 United States Place of Contract Performance: 2200 Bergquist Dr. Suite 1 (Wilford Hall Ambulatory Surgical Center) Lackland AFB, Texas 78236 United States Solicitation External Reference: https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/12TC0007/listing.html Solicitation External Reference To Packages: https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/12TC0007/packages.html
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/12TC0358P0215ACCULOC/listing.html)
 
Place of Performance
Address: Wiford Hall Ambulatory Surgical Center, 2200 Berquist Drive, Lackland, AFB Texas 78236, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02773297-W 20120614/120612235254-1b8695d351b5b200d358aa494daa22bd (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 |
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.