Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 11, 2026 SAM #8812
SPECIAL NOTICE

D -- Special Notice - Installation & Technical Support for MIPACS Dental Solution

Notice Date
1/9/2026 3:39:30 PM
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25626Q0298
 
Response Due
1/15/2026 8:00:00 AM
 
Archive Date
03/16/2026
 
Point of Contact
Rhonda Gibson, Contract Specialist, Phone: 713-291-1515
 
E-Mail Address
rhonda.gibson2@va.gov
(rhonda.gibson2@va.gov)
 
Awardee
null
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE I. The Network Contracting Office (NCO) 16, located at Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, TX 77030, intends to solicit and award a Sole Source, Firm-Fixed-Price to one Large Business source, APRYSE SOFTWARE CORP. Located at 2399 Blake St Ste 125, Denver CO 80205-2138. This will be for Overton Brooks VA medical Center 510 East Stoner Ave, Shreveport, LA 71101. APRYSE SOFTWARE CORP. is the Original Equipment Manufacturer (OEM) for government equipment. MiPACS Annual Maintenance and Support Renewal CUTN No. Description Est. Qty Unit 0001 MiPACS Dental Enterprise - Server 1 0002 MiPACS Dental Enterprise - VIEWERS 25 0003 MIPACS PROJECT MANAGEMENT 2 0004 MEDICOR IMAGING ONSITE VISIT 3 0005 MEDICOR IMAGING REMOVE INSTALLATION 2 0006 MIPACS CUSTOM DATA CONVERSION 1 0007 MiPACS Dental Enterprise - Annual Maintenance Base Year and Option Year 1-4 Support and Maintenance 5 YR II. The North American Industry Classification (NAICS) code for this acquisition is 541511, Custom Computer Programming Services. The size standard is $34.0 Mil. III. This purchase will be made under the authority of 41 U.S.C. ยง 1901 and is implemented in accordance with Federal Acquisition Regulation (FAR) 13.106-1(b)(2), for restricting competition since only one responsible source is available. IV. The estimated award date is Jan 23, 2026. V. Please note, this is not a request for competitive quotes/proposals and is being posted for informational purposes only. Telephone inquiries will not be accepted. If no responses are received, the Contracting Office will proceed with the sole source negotiation with. APRYSE SOFTWARE CORP. Interested contractors shall provide the following information as an attachment to your response: 1. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. Contractors shall provide their point(s) of contact name, address, telephone number, and email address, and the company's business size, and SAM Unique Entity Identification Number. 2. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. Is your company considered small under the NAICS code: 541511? 3. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? Yes ___No ___ If yes, please identify which companies you are considering a Joint Venture and the ownership of each company. 4. Do you have an existing BPA s, GSA or VA, Federal Supply Schedule contract to procure the product being requested, please include the contract details in your response. 5. Do you (Contractor) manufacture the product itself or a distributor of the items being researched above? 6. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM). 7. Do you (Contractor) supply a product manufactured by another domestic small business, if it is a nonmanufacturer? 8. Do you (Contractor) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule? 9. Is your (Contractor) Buy American Certificate completed in SAM? Please provide evidence with response. 10. Is your (Contractor) Trade Agreement Certificate completed in SAM? Please provide evidence with response. 11. Information for the product being requested, is it manufactured outside the US-Domestic non-available? 12. Information for the product being requested, is it a foreign manufactured end product under the trade agreement? 13. What is your schedule of delivery after receipt of order for the product? VI. Interested parties shall identify their interests and capability in response to this notice within Ten calendar days of the publication of this notice. Any response to this notice shall show clear and convincing evidence that competition would be advantageous to the Government. VII. Questions regarding this notice should be sent to Contracting Specialist Rhonda Gibson no later than Jan 13, 2026, by 10:00am (CST) at rhond.gibson2@va.gov. Please fill out all questions. See attached Draft SOW
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ed4a44b587a9480ea5e413e51a553f46/view)
 
Record
SN07682598-F 20260111/260109230032 (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.