SPECIAL NOTICE
D -- Notice of Intent to Sole Source - MRMC eIT PMO Product Accountability System
- Notice Date
- 7/11/2018
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWHR0080
- Archive Date
- 8/11/2018
- Point of Contact
- Douglas A. Medcalf,
- E-Mail Address
-
douglas.a.medcalf.civ@mail.mil
(douglas.a.medcalf.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to Sole Source The United States Army Medical Research Acquisitions Activity (USAMRAA), on behalf of the U.S. Army Medical Research and Materiel Command (USAMRMC), is issuing this notice of Intent to Award Sole Source. This is not a request for proposals. This notice does not represent a commitment by the government to pay for costs incurred from the preparation and/or submission of data in response to this notice. The Government has a requirement for a Product Accountability System (PAS) to track product inventory and stability testing time points and results. The United States Army Medical Research Acquisition Activity (USAMRAA) intends to issue a Firm Fixed-Price sole source contract under the authority of FAR 13.501(a)(1)(i) on or about 15 August 2018 to Labvantage Solutions, Inc. on behalf of the USAMRMC Enterprise Information Technology Program Management Office (eIT PMO). The Government has performed extensive market research and has not found a commercial off-the-shelf (COTS) solution that meets the Government's needs. The Government's market research has indicated that there are no other commercially available items that can meet the Government's needs without additional development costs and delays. A request for information was posted in August 2017 and the Government received four responses, none of which met the requirements without additional delays and/or development costs. The Government also performed an analysis of alternatives (AoA) in February 2018 which did not provide any other viable options. A request for proposal will be issued on a sole source basis. The North American Industry Classification System (NAICS) code for this requirement is 541511 and the small business size standard is $27.5 Million. Any sources that believe they are eligible to provide these services must respond in writing. Responses must be supported with clear and convincing evidence articulating the ability to provide the items outlined above. A request for documentation will not be considered an affirmative response. Information received will be considered solely for the purposes of determining whether a competitive procurement is in the best interest of the Government. If no written responses are received by the date listed below, which reflects sixteen (16) days after the publication of this notice, the contract will be awarded without further remark. This notice is provided solely as information to the marketplace. CONTACT INFORMATION: Questions may be submitted to Mr. Doug Medcalf at douglas.a.medcalf.civ@mail.mil no later than 4:00PM EST on Friday, 27 July 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWHR0080/listing.html)
- Record
- SN04986556-W 20180713/180711230841-8c6bdcaebbb834b7bf3b5a081a40bcf7 (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 |