Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2015 FBO #5138
SPECIAL NOTICE

70 -- Mammography Software - J&A

Notice Date
12/16/2015
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-16-T-0026
 
Archive Date
1/12/2016
 
Point of Contact
Doris G. Jeffers, Phone: 7193334683, Jerry B. Smith, Phone: 719338267
 
E-Mail Address
doris.jeffers@us.af.mil, jerry.smith.25@us.af.mil
(doris.jeffers@us.af.mil, jerry.smith.25@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Location, Characteristics, Quantity J&A for Mammography Reporting Software NOTICE OF INTENT FOR SOLE SOURCE: The 10CONS/LGCB, Operational Contracting Office, US Air Force Academy received a Sole Source justification for the purchase of software for a DoD centralized patient reporting and tracking system to Mammography Reporting System Inc., 19000 33 rd Ave West, Suite 130, Lynnwood, WA 98036. This procurement is for the acquisition of a sole source commercial item using procedures in accordance with FAR Part 13.501(a). The North American Industrial Classification System (NAICS) number is 511210 and the business size standard is $38,500,000.00. Only one responsible source and no other item will satisfy the Air Force Medical Operations Agency (AFMOA) requirement. Mammography Reporting System Inc. is the only approved provider of the centralized patient report and tracking system software. Mammography Reporting System software is a proprietary program. This program is developed, sold, trained and supported by MRS Inc. MRS Inc. has no third party vendors authorized to develop, customize, support, sell or train the Mammography Reporting System program. This request is issued for the Air Force Medical Operations Agency (AFMOA) for 27 Air Force Medical Treatment facilities that support Mammography, both in the U.S. and abroad. Mammography Reporting System Inc. (MRS) is the only known source that meets the AFMOA requirements. Contract period of performance is 1 January 2016 thru 31 December 2016 with four one year option periods. This synopsis is for informational purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time. Any offerors believing they can provide the required DoD centralized patient reporting and tracking system software may provide evidence for consideration. Evidence must support the offeror's claim they can provide this service and must have completed DoD Information Assurance Certification and Accreditation Process (DIACAP) to obtain an Authority to Operate/Authority to Connect(ATO/ATC). All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a competitive procurement can be conducted. A determination not to compete this proposed procurement based on response to this notice is solely within the discretion of the Government. Responses must be received NLT 8:00 a.m. Mountain Standard Time (MST) on 28 December 2015. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration with the System for Award Management (SAM) at http://sam.gov/. The Government intends to award a Firm Fixed Price contract processed IAW FAR 12 and 13. Questions should be addressed to the Primary POC Doris Jeffers, Contract Specialist, and (719) 333- 4683 or sent via e-mail to doris.jeffers@us.af.mil. Alternate POC is Jerry Smith, Contracting Officer, (719) 333- 8267, jerry.smith.25@us.af.mil. 5352.201-9101 OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-16-T-0026/listing.html)
 
Place of Performance
Address: See attachment 2, United States
 
Record
SN03971365-W 20151218/151216234713-370af2da35f78568eadd7c6a4b96b5b9 (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.