SPECIAL NOTICE
99 -- NOTICE OF INTENT TO AWARD SOLE SOURCE
- Notice Date
- 12/27/2012
- 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
- 12TC004613P0006A
- Archive Date
- 1/18/2013
- 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
- NOTICE OF INTENT TO AWARD SOLE SOURCE 12TC004613P0006A The 802d Contracting Squadron, Lackland Air Force Base intends to award a sole source Firm Fixed Contract to Nuance Communications, 3984 Pepsi Cola Drive, Melbourne, Florida 32934 for the renewal acquisition of maintenance and services on the Dictaphone Transcription System The proposed contract action is for a commercial service for which the Government intends to award to one source. This notice of intent is not a request for competitive proposals. However, the government will consider all proposals of approved alternate systems, received within five business days after date of publication of this notice. The Government will not be responsible for any cost incurred in preparation of request for quotation. The justification for this sole source procurement is that Nuance is the only source that can provide this service for WHASC due to the installation of the Nuance Dictaphone System. The statutory authority permitting other-than-full-and-open competition is 41 U.S.C., 253(c) (1): FAR 6.302-1. Only one responsible source and no other services will satisfy agency requirements. This notice is not a request for competitive proposals. DEPARTMENT OF THE AIR FORCE AIR EDUCATION AND TRAINING COMMAND LIMITED SOURCES JUSTIFICATION AND APPROVAL Dictaphone Transcription Hardware, Software and Maintenance Services I. AGENCY AND CONTRACTING ACTIVITY: This document constitutes justification and approval for limited sources for the acquisition described herein, under the authority of FAR Part 6. It is executed on behalf of 59 MDSG/TW7/MLRS, Wilford Hall Ambulatory Surgical Center (WHASC), Lackland AFB, TX 78236-5300 by the 802nd Contracting Squadron. II. NATURE OF ACTION: Request for acquisition by limited sources for Dictaphone Transcription Hardware, Software and Maintenance Renewal for WHASC for specific software (Brand Name) through Nuance Communication, 1 Wayside Road, Burlington, MA 01803-4609. III. DESCRIPTION OF REQUIREMENT: The WHASC Systems Department currently utilizes Dictaphone System by Nuance Communications in its current location. This department's software is up for annual maintenance renewal. Due to the nature of the existing hardware and software, maintenance supplied by other vendors would not be compatible with the existing system. It could create improper functioning of software and hardware. When the equipment functions improperly it could cost the government additional funds for repair. WHASC currently utilizes Nuance Communications Dictaphone equipment for transcription services. IV. STATUTARY AUTHORITY: The statutory authority permitting other than full and open competition is Section 201 of 40 U.S.C. 501, the Federal Property and Administrative Services Acts of 1949, as implemented in FAR 6.302-1. V. DESCRIPTION OF MARKET RESEARCH TO ENSURE OFFERS ARE SOLICITED FROM SOURCES AS PRACTICABLE: Nuance Communications is currently the only company that can provide this service, simply because of the hardware, which is a Nuance Product, only serviced by Nuance Communications (proprietary). Subscription available for annual maintenance. Market Research was conducted by reviewing the Federal Supply Schedules (FSS), advertisements from the Google search engine, and GSA E-buy. No other vendor has retail sales rights due to copyright issues. VI. DETERMINATION OF BEST VALUE: Nuance Communications is currently the only known company that has On-Line Database renewal service for the Dictaphone Transcription Service. VII. OTHER FACTS SUPPORTING THIS JUSTIFICATION: To use another source for Dictaphone Services, would involve total change-out of the current system (software and hardware); creating additional expense. VIII. Future Action to Ensure Competition: Will issue sources sought as needed as other requirements are identified. IX. Contracting Officer Certification: The contents of this justification are accurate and complete to the best of the knowledge and belief of the Contracting Officer. X. Technical/Requirement Certification: The supporting data that forms the basis of this justification has been certified to be complete and accurate by the appropriate management level of the technical/requirement organization. (See Approval Page) A determination by the Government not to compete this proposed contract is based on and is solely within the discretion of the Government. Information received will be considered solely for informational purposes. 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 12 Jan 2013. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-63 dated 10 Dec 2012 and DFARS Change Notice 20121116 dated 16 Nov 2012. Standard Industrial Code 7035, North American Industry Classification System Code 511210 and Size Standard of $25 Million apply to this procurement. 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. Points of Contact: OLLIE M. FULLER STEPHEN S. KELLY Contract Specialist Contracting Officer 210-671-6018, DSN 473-6018 210-671-9916 DSN 473-9916 Fax: 210-671-0674 DSN 473-0674 stephen.kelley.1@us.af.mil Ollie.fuller@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/12TC004613P0006A/listing.html)
- Place of Performance
- Address: WILFORD HALL AMBULATORY SURGICAL CENTER, 2200 BERQUIST DRIVE, LACKLAND AFB, TEXAS 78236, SAN ANTONIO, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN02956223-W 20121229/121227234106-bf410edb683aa538c14bf2b79fac9ce5 (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 |