SPECIAL NOTICE
D -- Software Maintenance - SOW
- Notice Date
- 1/27/2017
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W91ZLK-17-T-0028
- Archive Date
- 2/18/2017
- Point of Contact
- Olga M. Hairston, Phone: 4438614718
- E-Mail Address
-
olga.m.hairston.civ@mail.mil
(olga.m.hairston.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Army Contracting Command, Tenant Contracting Division, Aberdeen Proving Ground intends to issue a sole source, Firm-Fixed Prict contract, under Federal Acquisition Regulation (FAR) Part 13, Simplified Acquistion Procedures to Chemware., Inc. 900 Ridgefield DR STE 1500 Raleigh, NC 27609-8514. NAICS Code is 511210 and Business Size standard is $ 38.5M. The contractor shall provide the following software services: (1) Software Maintenance Renewal for the ChemWare Horizon Laboratory Information Management System Qty: 1 (2) Third Party Licensing Fees Qty: 1 The US Army Public Health Command (USAPHC) requires the purchase of an Annual Maintenance Renewal Agreement and required services for technical support for the existing mission critical Laboratory Information Management System (LIMS). ChemWare is the sole manufacturing company and authorized Service Company for required software maintenance agreement. The system manages, tracks and reports the daily analytical activities of the USAPHC and is designed specifically for all laboratory sample processing, data repository and management statistic information for the Laboratory Sciences. The ChemWare Horizon LIMS is already in place at the Public Health Center (provisional), Lab Sciences and ChemWare is the only company that can provide the annual maintenance agreement support for their own product given the proprietary rights in place. No other manufacturer is authorized. The North American Industry Classification System (NAICS) for this requirement is 511210 and the size standard is $ 38.5M. There are no solicitation documents; however, contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. Vendors who are not registered in System For Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by going on via the web to https://ww.sam.gov. Responses must be received no later than 10:00 a.m., Eastern Daylight Time, 3 February 2017. Responses should be submitted electronically to olga.m.hairston.civ@mail.mil This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received by the response date stated above. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. TELEPHONE REQUEST WILL NOT BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/362aa25ca5132a5831529c44d2e5e831)
- Record
- SN04383852-W 20170129/170127234525-362aa25ca5132a5831529c44d2e5e831 (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 |