Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2025 SAM #8599
SOLICITATION NOTICE

35 -- Harm Reduction Vending Machine Software and Maintenance

Notice Date
6/10/2025 7:00:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26125Q0586
 
Response Due
6/18/2025 11:00:00 AM
 
Archive Date
07/03/2025
 
Point of Contact
Leah Smith
 
E-Mail Address
leah.smith@va.gov
(leah.smith@va.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a notice of intent to sole source a contract under the authority of FAR 13.106-1(b)(2), only one source being available to meet the Government�s need. The contract is estimated for final completion by 07/31/2030. The North American Industrial Classification System (NAICS) code for this procurement is 541511, Custom Computer Programming Services with a small business size standard of $34 million. The FSC/PSC is 3550 � Vending and Coin Operated Machines. The Department of Veterans Affairs intends to solicit and base plus four option year contract, firm fixed price contract for Harm Reduction Vending Machine Software and Preventative Maintenance to VENDNOVATION LLC, 15335 NE 95TH ST, REDMOND, WA 98052-2517. There are no other sources that will satisfy agency requirements for the necessary items and services. Continued software and maintenance services for this requirement apply to existing machines owned by the Department of Veterans Affairs. Per the software manufacturer, this software is proprietary, and Original Equipment Manufacturer (OEM) maintenance is required to keep warranties valid on the devices. While the software is distributed by others in specific geographical areas, only VendNovation, the small business OEM for the vending machines, is able to provide the necessary continuation of software and services to meet this requirement. Any responsible source that feels it is capable in performing this requirement may submit a quote for the above listed items and describe and/or submit documentation to support your capabilities. The response will be considered by the agency. If you are not the Original Equipment Manufacturer (OEM), you must submit an authorized distributor letter signed by the OEM and/or proof from the OEM that equipment can be serviced and maintained without voiding current warranties. Responses should be submitted to Leah Smith at leah.smith@va.gov no later than Wednesday, June 18th, at 11:00 AM Pacific Time to be considered. The Government will not pay for information submitted. Any responses received will only be considered for the purposes of determining whether to conduct a competitive procurement in lieu of sole source contract described in this notice, and such determination shall be made at the sole discretion of the Government. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirement. If no responses are received, the government will proceed with the Sole Source acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/255ac77fdb0f412686f64f65f6cc746c/view)
 
Place of Performance
Address: San Francisco, CA 94121, USA
Zip Code: 94121
Country: USA
 
Record
SN07472121-F 20250612/250610230049 (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.