Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 09, 2022 SAM #7618
SPECIAL NOTICE

70 -- Pilot Program to Accelerate the Procurement and Fielding of Innovative Technologies (APFIT) RATE Roll-out, Expansion and Enhancement to an operational environment services support

Notice Date
10/7/2022 12:27:13 PM
 
Notice Type
Special Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
 
ZIP Code
203011000
 
Solicitation Number
JJ1007202201355
 
Response Due
10/17/2022 8:00:00 AM
 
Point of Contact
Jeanelle Joseph, Kealon Wallace
 
E-Mail Address
jeanelle.joseph.civ@mail.mil, kealon.d.wallace.civ@mail.mil
(jeanelle.joseph.civ@mail.mil, kealon.d.wallace.civ@mail.mil)
 
Description
The Department of Defense (DoD), Washington Headquarters Services, Acquisition Directorate (WHS/AD) intends to award a sole source, Firm-Fixed Price (FFP) contract to Philips Electronics Nederland B.V., High Tech Campus 52, Eindhoven, Noord-Brabant 5656 AG NLD, UIE: LH38DNZBZ3S5, CAGE Code: H0002, in order to perform all aspects related to the Pilot Program to Accelerate the Procurement and Fielding of Innovative Technologies (APFIT) RATE Roll-out, Expansion and Enhancement to an operational environment services support, including technical, administrative, and professional services.� In collaboration with the Government, Philips Electronics has been developing an artificial intelligence-based early warning system for infectious diseases. The system prototype is an application of Philip�s RATE technology as part of the DoD�s rapid response to the COVID-19 outbreak to contain its spread. Philip�s previous application provided accelerated research for COVID-19 detection among a dozen different cohorts in clinical trials, using wearable technologies such as watches and rings that can capture vital sign and biomarker information. As such, Philip is the only responsible source capable of migrating the active users to a production system without preventing any potential adverse impact to the mission of Defense Innovation Unit (DIU), which would occur in the event of interruption or disruption of the work presently being performed. This procurement will be issued in accordance with Federal Acquisition Regulation (FAR) clause 6.302-1 �Only one responsible source and no other supplies or services will satisfy agency requirements.� The primary North American Industry Classification System (NAICS) code utilized for this procurement is 518210, Data Processing, Hosting, and Related Services, with a Small Business Size Standard of $35 Million annual sales. The anticipated period of performance will be for one 12-month base period. This notice of intent is NOT a request for proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c6782b1b76594c009d4e86e0ad26e476/view)
 
Place of Performance
Address: Mountain View, CA 94043, USA
Zip Code: 94043
Country: USA
 
Record
SN06489462-F 20221009/221007230113 (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.