SOLICITATION NOTICE
D -- Notice of intent for sole source services on Sonosite Software and Maintenance
- Notice Date
- 1/24/2024 2:06:16 PM
- Notice Type
- Presolicitation
- NAICS
- 513199
—
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Solicitation Number
- 12012075
- Response Due
- 1/28/2024 6:00:00 AM
- Archive Date
- 01/29/2024
- Point of Contact
- Kimberly Bunn, Phone: 7579535740
- E-Mail Address
-
kimberly.p.bunn.civ@health.mil
(kimberly.p.bunn.civ@health.mil)
- Description
- The Government hereby submits a notice of intent to award a sole source Firm-Fixed-Price contract to FUJIFILM SONOSITE (FFSS) and Synchronicity for commercial-off-the-shelf (COTS) software services on the Sonosite Software and Maintenance. This purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The contract will consist of a base year and four option years; the period of performance for the base year is [2/1/2024]. FUJIFILM SONOSITE (FFSS) and Synchronicity is the only source available to provide software services on the Sonosite Software and Maintenance. FFSS is the sole source manufacturer, direct distribution channel for this solution in the U.S. SONOSITE Synchronicity is a point-of-care ultrasound reporting system that streamlines clinical workflow while delivering administrative efficiencies with flexible credentialing tools. As a workflow management solution, Synchronicity securely collects studies from all connected point-of-care ultrasound (POCUS) systems into a centralized location. The total estimated value is $121,250.00 for base and four option years. Responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government, would not be cost or time prohibitive, and would not hinder the mission objective of Naval Medical center Portsmouth . The determination not to compete this proposed contract action is solely within the discretion of the Government. Information received will normally be considered for the purposes of determining whether to conduct a competitive procurement. �The Government will not be responsible for any costs incurred by responding to this notice. This is not a request for quote or proposals. Questions or comments to this Notice of Intent should be directed to Contract Specialist, Kimberly Bunn at Kimberly.p.bunn.civ@health.mil. Please indicate in the subject of your email: Notice of Intent Submission 12012075. � � � � � � � � � � � � � � � � � � � � �� �The contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. The vendor shall be required to provide documentation from the manufacturer stating the vendor is an authorized service provider on the required equipment/system. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dc0552c8340c4767a4dd3f63ccc4c666/view)
- Place of Performance
- Address: Portsmouth, VA 23708, USA
- Zip Code: 23708
- Country: USA
- Zip Code: 23708
- Record
- SN06943611-F 20240126/240124230038 (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 |