Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2025 SAM #8518
SPECIAL NOTICE

70 -- Medical Data Aggregation and Collection Application Software

Notice Date
3/21/2025 6:59:49 AM
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
DHA ENTERPRISE MED SUPPORT EMS-CD FORT SAM HOUSTON TX 78234 USA
 
ZIP Code
78234
 
Solicitation Number
PANDHA25P0000_010703
 
Response Due
3/28/2025 3:00:00 PM
 
Archive Date
03/29/2025
 
Point of Contact
Faye Shepheard, Deinor Bolanos
 
E-Mail Address
faye.r.shepherd.ctr@health.mil, deinor.a.bolanos.civ@mail.mil
(faye.r.shepherd.ctr@health.mil, deinor.a.bolanos.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SPECIAL NOTICE OF INTENT This is a Notice of Intent to award a Sole Source Firm Fixed Price Requirement. This Notice is under the Authority of Federal Acquisition Regulation (FAR) Part 13.501, only one responsible source and no other supplies or service will satisfy agency requirements. NAICS Code 541519, Business Size Standard is $35M. The Defense Health Agency (DHA), Fort Sam Houston, TX intends to issue a sole source award to SpinSys-Dine, LLC, 8840 E. Chaparral Road, Suite 145, Scottsdale, AZ 85250, for Medical Data Aggregation and Collection Application (MDACA) Software (SW) and maintenance Renewal, Enterprise Intelligence and Data Solutions (EIDS). The award will be executed as a sole source to ensure the readiness requirements are met. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals currently. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Any submittals will not be returned to the responder. The SpinSys SMDACA software (SW) provides EIDS with open-source data transfer technology used for transfers with external sources. The MDACA SW has been the mechanism for data capture between Composite Health Care System (CHCS), Essentris and Defense Occupational and Environmental Health Readiness System (DOEHRS) data sets within the Military Information Platform (MIP) for more than 10 years. In addition to data collection, MDACA SW provides additional tools such as: Big Data Virtualization (BDV), Cloud Storage Explorer (CSE), Data Flow and SQL Proxy. All of which have become critical elements in the processing and unmasking of data entering the MIP. The MDACA SW can quickly identify and provide resolutions for issues that may arise in the MIP such as SQL Proxy. The MDACA SW provides various other critical elements and is essential in supporting the EIDS to resolve large developmental discrepancies with a single solution. Currently, there is no product available on the market that can meet the variety of solutions this product provides for the DHA. The SpinSys MDACA SW is currently on the Department of Defense Information Network Approved Products List which means it is compliant with the Unified Capabilities Requirements 2013 document and the DoD Instruction 8100.04. This signifies that MDACA SW is accredited, has received the required Authority to Operate (ATO), has gone through the vigorous DHA Cyber Security Risk assessments, and satisfies the DHA Risk Management Framework. SpinSys-Din�, LLC. is the only source authorized to provide the updates, upgrades and technical assistance required to support MDACA SW and they also retain all proprietary rights. SpinSys-Din�, LLC is the only source that can satisfy this requirement for the DHA. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. All interested sources may submit a capability statement that identifies business size, along with authorized letter from the manufacturer with detailed information and convincing evidence that clearly demonstrates the authority to provide Data Aggregation and Collection Application Software as outlined above. Reponses to this notice can be sent to the Contracting Officer Mr. Deinor A. Bolanos at email deinor.a.bolanos.ctr@health.mil or Contract Specialist addressed to Ms. Faye R. Shepherd at email (faye.r.shepherd.ctr@health.mil).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ce5504879e64471c9cff19ecdafe3dbe/view)
 
Place of Performance
Address: Scottsdale, AZ 85250, USA
Zip Code: 85250
Country: USA
 
Record
SN07380676-F 20250323/250321230043 (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.