The Department of Veterans Affairs (VISN1) hereby announces its intent to enter into a sole source award with DATA INNOVATIONS LLC, 463 MOUNTAIN VIEW DR., STE 305, COLCHESTER, VT 05446-5952.
This notice is not a request for quotes, but rather a notice of intent to conduct a sole source procurement in accordance with FAR 13.106-1(b)(i); only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization).
The applicable North American Industry Classification System (NAICS) code is 513210, with a size standard of $41.5M.
The VA is seeking a one-year agreement for Data Innovations to provide software support, maintenance, and upgrade services for Instrument Manager, and statistical analysis software that are used in Pathology and Laboratory Medicine Service throughout VISN 1. Equipment has already been purchased and in use at each site. Data Innovations is the only middleware software approved for use in VA TRM (Technical reference Model) at VA laboratories. In addition, they are the manufacturer and sole provider of Instrument Manager Software and EP Evaluator Software that is used by all labs in VISN 1. Data Innovations provides the proprietary service and software upgrades unique to their own IT equipment and technology. No other vendor is capable of performing this service on the IT system already owned and in use in VISN 1 for the Pathology & Laboratory Medicine Service.
CLIN 0001
(1) EP Evaluator Professional Version - Base Network License
EE-P-NET-BASE
1 YR
CLIN 0002
(3) EP Evaluator Professional Version - Network License Additional User
EE-P-NET-ADD
1 YR
CLIN 0003
(1) Instrument Manager Maintenance and Support for Test - BEDFORD
CS-MAS-01-TEST
1 YR
CLIN 0004
(1) Instrument Manager Maintenance and Support - BEDFORD
CS-MAS-01
1 YR
CLIN 0005
(1) Instrument Manager Maintenance and Support for Test - WRJ
CS-MAS-01-TEST
1 YR
CLIN 0006
(1) Instrument Manager Maintenance and Support - WRJ
CS-MAS-01
1 YR
CLIN 0007
(1) Instrument Manager Maintenance and Support for Test W. ROXBURY
CS-MAS-01-TEST
1 YR
CLIN 0008
(1) Instrument Manager Maintenance and Support W. ROXBURY
CS-MAS-01
1 YR
CLIN 0009
(1) Instrument Manager Maintenance and Support for Test - MANCHESTER
CS-MAS-01-TEST
1 YR
CLIN 0010
(1) Instrument Manager Maintenance and Support - MANCHESTER
CS-MAS-01
1 YR
CLIN 0011
(1) Instrument Manager Maintenance and Support for Test - TOGUS
CS-MAS-01-TEST
1 YR
CLIN 0012
(1) Instrument Manager Maintenance and Support - TOGUS
CS-MAS-01
1 YR
CLIN 0013
(1) Instrument Manager Maintenance and Support for Test - PROVIDENCE
CS-MAS-01-TEST
1 YR
CLIN 0014
(1) Instrument Manager Maintenance and Support - PROVIDENCE
CS-MAS-01
1 YR
CLIN 0015
(1) Instrument Manager Maintenance and Support for Test W. HAVEN
CS-MAS-01-TEST
1 YR
CLIN 0016
(1) Instrument Manager Maintenance and Support W. HAVEN
CS-MAS-01
1 YR
CLIN 0017
(1) Instrument Manager Maintenance and Support for Test N. HAMPTON
CS-MAS-01-TEST
1 YR
CLIN 0018
(1) Instrument Manager Maintenance and Support N. HAMPTON
CS-MAS-01
1 YR
Interested parties may identify their interests and capabilities by responding to this requirement by the due date listed on this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed award upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided.