Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 02, 2020 SAM #6668
SPECIAL NOTICE

D -- VistA Imaging Hardware Support Services

Notice Date
2/29/2020 12:34:49 PM
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
DIVISION OF ACQUISITIONS POLICY HQ ROCKVILLE MD 20857 USA
 
ZIP Code
20857
 
Solicitation Number
75H70420R00003
 
Response Due
3/13/2020 1:00:00 PM
 
Archive Date
03/28/2020
 
Point of Contact
Brendon Moran, Contract Specialist, Kenneth Truesdale, Chief Contracting Officer - DAP
 
E-Mail Address
brendon.moran@ihs.gov, kenneth.truesdale@ihs.gov
(brendon.moran@ihs.gov, kenneth.truesdale@ihs.gov)
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE Project Title: VistA Imaging Hardware Support Services � Announcement No.: 75H70420R00003 The purpose and function of the Indian Health Service (IHS) is to provide comprehensive health care services to American Indians and Alaska Natives (AI/AN) through the IHS hospital and clinic system. The IHS requires certified and dedicated VistA Imaging infrastructure support services. The IHS hereby submits a notice of intent to award a sole source contract to PERSPECTA ENTERPRISE SOLUTIONS LLC (DUNS: 077817617) for the agency�s certified and dedicated VistA Imaging infrastructure support services requirement. The VistA Imaging software was written by the United States Department of Veterans Affairs and certified by the Federal Drug Administration (FDA) as a medical device. This FDA certification encompasses both the VistA Imaging application and the hardware/software configurations that make up the VistA Imaging operating environment.� This software is used in IHS hospitals and clinics throughout the United States of America. Hewlett-Packard (HP) is the only vendor approved to sell the VistA Imaging equipment tier 1 FDA approved hardware configuration. To our knowledge, PERSPECTA ENTERPRISE SOLUTIONS LLC, which provides a support center and testing laboratory, is the only vendor approved by HP to provide support services. Utilization of an approved vendor ensures that the product�s warranty is maintained. The applicable NAICS code is 541549, Other Computer Related Services. The Small Business Size Standard is $30 million dollars. The period of performance for this effort will be a 4-month base period with a 4-month Option Period, for a maximum 8-month period of performance.� This sole source contracting action is being pursued under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. *See the attached Performance Work Statement document for additional requirement information. This notice is for informational purposes only, and is not a request for a proposal/quotation. Responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government, would not be cost or time prohibitive, and would not hinder the mission objective of the Indian Health Service. In addition, information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice does not obligate the Government to award a contract or otherwise pay for information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the requirement, and may lead to the development of a solicitation. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received, nor to provide feedback to respondents with respect to any information submitted. Any solicitation resulting from the analysis of information obtained will be announced to the public on www.beta.sam.gov in accordance with FAR Part 5. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Questions or comments to this Notice of Intent should be directed to the Contract Specialist, Brendon Moran, at brendon.moran@ihs.gov via e-mail only (phone calls/voice mail messages regarding questions will not be accepted and will not receive a response). Please indicate in the subject of your email: Notice of Intent Question Submission, 75H70420R00003.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/93ded38f2a5d49d1986e367f02d09323/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05576294-F 20200302/200229230304 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.