Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2015 FBO #5034
SPECIAL NOTICE

R -- Notice of Intent to Award Sole Source to LabAnswers - sole source

Notice Date
9/3/2015
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG-TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
0010760015
 
Archive Date
9/29/2015
 
Point of Contact
Samantha Lee Shultz, Phone: 4438614725
 
E-Mail Address
samantha.l.cartwright.civ@mail.mil
(samantha.l.cartwright.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The attachment is a sole source justification indicating why the Government is required to negotiate solely with LabAnswers Government, a small business certified 8(a) vendor for this procurement effort. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION for SIMPLIFIED ACQUISITIONS VALUED BELOW $150K ☐ FAR 13.106-1(b)(1)(i) Soliciting from a single source☐ FAR 13.106-1(b)(1)(ii) Brand name specification PURCHASE REQUEST NUMBER: 0010760015 DESCRIPTION OF ACTION: ☐ New Requirement ☐ Modification ESTIMATED VALUE (inclusive of options): $ FUND TYPE: YEAR: 1. NAME OF PROPOSED SOLE SOURCE CONTRACTOR / BRAND NAME MANUFACTURER: LabAnswer Government, LLC., 2277 Plaza Dr. STE 275, Sugar Land, TX 77479-6703 (Cage Code: 5HSG2) 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE: The objective of this effort is to provide technical and programmatic expertise and support to the eLIMS Project Core Team at the Public Health Center (PHC) to develop project management plans, lead the team in the implementation of the eLIMS throughout the PHC regional labs and provide system life cycle management support to the eLIMS Project Core Team (PCT). The Contractor shall function as the Project Manager and provide the PCT with a deep knowledge of the selected enterprise StarLIMS product, capabilities, approaches, and limitations as well as a comprehensive understanding of the implementation needs for such a large scale implementation. 3. UNIQUE SALIENT CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: The eLIMS project initiative has partnered the APHC and the LabAnswer contractor as the systems integrator. The critical skillset of the LabAnswer staff in relation to the StarLIMS laboratory information management is vital to the success of the project in the timeline required by the Government. 4. REASON WHY CONTRACTOR IS THE ONLY SOURCE CAPABLE OF MEETING MISSION REQUIREMENTS; SPECIFICALLY, THE REASON NO OTHER SOURCE CAN MEET THE UNIQUE CAPABILITIES IN SECTION 3: This contract will bridge the time between a previous contract with LabAnswer for System integration and the new contract for final deployment of the regional eLIMS. Failure to award to LabAnswer would require significant financial rework on the part of the government and significantly delay the Go-Live dates for subsequent regional deployments. Is this a follow-on contract? yes☐ no☐ If yes, provide contract number: W91ZLK-12-F-0150 This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT using Federal Acquisition Regulation FAR Part 13 (open market under SAT). The Army Contracting Command - Aberdeen Proving Ground, Tennant Division, 6001 Combat Drive, APG, MD 21005 has a requirement to procure the following items: CLIN 0001 HyperCare CLIN 0002 Enterprise Support CLIN 0003 Project Management CLIN 0004 Scoping CLIN 0005 Starlims CLIN 0006 Travel The Government intends to award a Firm-Fixed Price (FFP) sole source order/contract to LabAnswer Government, LLC. Please see the attachment labeled, "Sole Source Justification for Special Notice" for further details as to why this action is being negotiated solely with LabAnswer Government. The associated North America Industry Classification System (NAICS) Code is 541519 and the Business Size Standard is $25.0M. This is NOT a Request For Quote (RFQ). The purpose of this posting is to notify the general public of the Government's intention to negotiate solely with LabAnswer Government, LLC (Cage Code: 5HSG2). All responses received within ten (10) days after date of publication of this notice will be considered by the Government. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Interested persons may identify their interest and capability to respond to the requirement no later than 2:00 PM Eastern Standard Time (EST), Monday, September 14, 2015. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. For questions concerning this Notice of Intent, contact Ms. Samantha L. Cartwright via email at Samantha.l.cartwright.civ@mail.mil. Posting date of this requirement is September 03, 2015. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d9c118e2dbcac3b4d8f714df117039b2)
 
Place of Performance
Address: Work on this task shall take place at Government offices at Aberdeen Proving Grounds, Maryland; other continental United States locations and OCONUS locations where PHC laboratories are located. Work will also be performed at the Contractors location when appropriate., United States
 
Record
SN03871521-W 20150905/150904000838-d9c118e2dbcac3b4d8f714df117039b2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.