Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2025 SAM #8535
SPECIAL NOTICE

70 -- Advanced 3D Imaging system

Notice Date
4/7/2025 8:51:56 AM
 
Notice Type
Special Notice
 
NAICS
513210 —
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
HT9425-25-NOI-JC01
 
Response Due
4/21/2025 9:00:00 AM
 
Archive Date
05/06/2025
 
Point of Contact
Jessee Chege, Phone: 3016197148, Bart Vint, Phone: 3016193689
 
E-Mail Address
jessee.t.chege.civ@health.mil, barton.j.vint.civ@health.mil
(jessee.t.chege.civ@health.mil, barton.j.vint.civ@health.mil)
 
Description
This is a Notice of Intent (NOI) to Sole Source award on the basis of other than full and open competition in accordance with the Federal Acquisition Regulation (FAR) 6.302-1. This is not a Request for Quotes or Proposals. No contract award will be made on the basis of the responses to this notice. The purpose of this notice is to allow interested parties to assert and explain their capability to satisfy the requirement described. The U.S. Army Medical Research Acquisition Activity (USAMRAA) located at 808 Schrieder Street, Fort Detrick, MD on behalf of the Defense Health Agency (DHA) Picture Archiving and Communication Systems (PACS) Program Management Office (PMO), J-6 intends to award a sole source Firm Fixed Price contract to Terarecon INC. for support to provide a solution and services necessary for DHA to transition from local and Hub Picture Archiving and Communication System (PACS) solution(s) to a single enterprise Advanced 3D solution with an integrated application Graphical User Interface to the current PACS vendors ( as well as a future enterprise PACS vendor as prescribed on the attached Performance Work Statement (PWS). The applicable North American Industry Classification System (NAICS) code for this requirement is 513210 Software Publishers. The Product Service Code (PSC) is 7B20, IT and Telecom�High Performance Computer (Hardware and Perpetual License Software). Any sources that believe they are eligible and capable of providing these services must respond in writing. Responses must be supported with clear and convincing evidence articulating the ability to provide the services 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 fifteen (15) days after the publication of this notice, the contract will be awarded without further remarks. This notice is provided solely as information to the marketplace. Responses should appear on company letterhead and includes affirmation of active registration in the System of Award Management (SAM), your qualifications and any other applicable data or information. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, woman-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged. Your response to this Notice of Intent, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Jessee Chege, in either Microsoft Word or Portable Document Format (PDF), via email to jessee.t.chege.civ@health.mil no later than (NLT) 12:00 p.m. ET on 21 April 2025 and reference this Notice ID number in the subject line of your e-mail and on all enclosed documents. All data received in response to this Notice of Intent that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Responses to this notice will be used to determine the availability of this type of product and/or service. All responsible sources may respond to this notice and all responses will be considered by the agency.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6c7e3943348e46d0b3dfb7676fb448a2/view)
 
Place of Performance
Address: Falls Church, VA 22042, USA
Zip Code: 22042
Country: USA
 
Record
SN07399322-F 20250409/250407230048 (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.