Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2020 SAM #6856
SPECIAL NOTICE

99 -- Hardware and ancillary software refresh for the Innovian Anesthesia Recording and Monitoring Device (ARMD) system in support on behalf of the Department of Air Force

Notice Date
9/4/2020 10:57:22 AM
 
Notice Type
Special Notice
 
Contracting Office
NAVAL MEDICAL LOGISTICS COMMAND FORT DETRICK MD 21702-9203 USA
 
ZIP Code
21702-9203
 
Solicitation Number
N6264520RNC01
 
Response Due
9/19/2020 11:00:00 AM
 
Archive Date
09/20/2020
 
Point of Contact
Nicholas J. Carroll, Phone: 3016199361
 
E-Mail Address
nicholas.j.carroll15.civ@mail.mil
(nicholas.j.carroll15.civ@mail.mil)
 
Description
Notice of Intent to Sole Source The Naval Medical Logistics Command (NMLC) intends to negotiate a sole source contract under the authority of 41 U.S.C. 1901 with Draeger, Inc. (Draeger), 3135 Quarry Road, Telford, PA 18969-1042, for the provision of hardware and ancillary software refresh for the Innovian Anesthesia Recording and Monitoring Device (ARMD) system in support on behalf of the Department of Air Force. ARMD is inclusive of all hardware, firmware, and software, to include non-clinical Draeger software installed on MTF workstations. �The contractor shall provide all workstations, servers, ancillary items, tools, materials, personnel, supervision, vehicles, and transportation necessary to provide ARMD hardware and software, inclusive of complying with all Risk Management Framework (RMF) processes. Draeger is the sole original designer and creator of the Innovian ARMD system, which is a FDA 510(k) cleared Class 1 medical device. Draeger holds all copyrights to the software and no other entity has the right to reengineer, modify, or provide technical support for, or enhancements to this system. Draeger licensed the software for use by the DoD in September 2008. Since then, it has invested heavily in the engineering efforts required to make the system (software, workstations, and servers) compliant with DoD cybersecurity requirements. The current system hardware and ancillary software (organic operating systems) need to be replaced due to the servers and MDS-IT workstations reaching end-of-life.� Without Draeger�s hardware and ancillary software refresh, the Government will experience application performance problems with the Innovian ARMD system across multiple data systems and at all locations, ultimately limiting user access to critical patient care information and the loss of patient data. In addition, in order to operate the ARMD system, it must maintain its Authority to Operate (ATO). The ARMD system has a DoD Information Assurance Certification and Accreditation Process (DIACAP) Authority to Operate (ATO) on all Service networks. Maintaining an ATO for each DoD Service requires a partnership directly with the contractor to ensure the authority remains current. The current ATO must be renewed using the DoD�s new Risk Management Framework (RMF) process. Additionally, any other source would require access to Draeger�s proprietary data in order to successfully provide sustainment services for the Innovian software and hardware. This data is owned by Draeger and not available to the Government. Accordingly, Draeger is the only qualified source for this sustainment contract. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information, or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source contract. Capability statements are due by 2:00 PM Local Time, 19 September 2020. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: E-MAIL: nicholas.j.carroll15.civ@mail.mil IN SUBJECT LINE REFERENCE: �ARMD Refresh � USAFA�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/871a6678f1564b50a08114abb8f4a080/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05787679-F 20200906/200904230148 (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.