Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2021 SAM #7167
SOURCES SOUGHT

70 -- Freezerworks Specimen Sample Management Software

Notice Date
7/14/2021 4:59:51 PM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
FA8650 USAF AFMC AFRL PZL RAK RXK WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Solicitation Number
FA2396-21-Q-9999
 
Response Due
7/21/2021 2:00:00 PM
 
Archive Date
08/05/2021
 
Point of Contact
James Batchelor, Phone: 9377135644
 
E-Mail Address
james.batchelor.2@us.af.mil
(james.batchelor.2@us.af.mil)
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE The United States Air Force (the Government) intends to issue a Firm-Fixed-Price delivery order to a single source, Dataworks Development Inc., under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 26 July 2021.� The period of performance (PoP) shall be from 1 Aug 2021 through 31 July 2026.� FSC:� 7B20 NAICS:� 511210 Size Standard:� $41.5 M Software Name:� Freezerworks Ascent Edition Software Supplier name:� Dataworks Development Inc. Product description: �Freezerworks Ascent Edition software is specimen sample management software utilized by the USAF School of Aerospace Medicine Epidemiology Lab. ���������������������� Product characteristics an equal item must meet to be considered: This effort is for continuing licensing of Freezerworks Ascent Edition software. Equal sample software must have the following capabilities: The software needs to track samples and aliquot lineage for efficient tracking of various types of laboratory specimens. The location information needs to not only track these specimens to the freezer but track them down to a specific cryogenically frozen storage tray in that freezer. This type of tracking system provides a much more sample centric operation versus a freezer centric database and speeds up the search and locate process when a sample needs to be removed for myriad reasons to include testing and shipping. The software also needs to allow for specific access for specific users so only a user with a specific need to know has access to certain sample varieties. The software must also provide a complete and secure audit trail in accordance with College of American Pathologists requirements. This notice of intent is not a request for competitive quotations.� However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government.� The Government will consider responses received within 5 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement. If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603.� If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply.� A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the Government.� �� Contractors should be aware of the following information: 1.� Contractors must include the following information: ���� a.� Points of contact, addresses, email addresses, phone numbers. ���� b.� Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above. ���� c.� Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone. ���� d. Company CAGE Code or DUNS Number. 2.� In your response, you must address how your product meets the product characteristics specified above 3.� Submitted information shall be UNCLASSIFIED. 4.� Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to James Batchelor james.batchelor.2@us.af.mil and Stephen Wenclewicz at stephen.wenclewica@us.af.mil no later than 21 July 2020, 5 PM EST.� Any questions should be directed to James Batchelor through email.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/429de9eee9de4972b7946b42b3eaf0c2/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN06061980-F 20210716/210715201653 (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.