Federal Bid

Last Updated on 04 Sep 2014 at 8 AM
Solicitation
Frederick Maryland

PickPoint Remote Dispensing System Windows 7 Upgrade

Solicitation ID N6890114RCW0036
Posted Date 05 Aug 2014 at 3 PM
Archive Date 04 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Frederick Maryland United states 21702
DEPARTMENT OF THE NAVY
NAVAL MEDICAL LOGISTICS COMMAND
NOTICE OF INTENT

The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.1) with Maxor NPSC dba PickPoint, 3149 Skyway Court, Fremont, CA 94539, 800 636-1288 as the only responsible source that can provide PickPoint Remote Dispensing System (RDS) Windows 7 Upgrades and simultaneous End of Life hardware refresh. This upgrade is for the Navy Medicine Information Systems Support Activity (NAVMISSA) to meet the requirements of multiple commands.

The vendor team will procure Dell hardware, configure Microsoft operating systems and physically deploy such to each of 13 military treatment facilities/Navy hospitals in place and operational PickPoint systems. This effort will require the vendor to acquire hardware, configure DIACAP compliant images, enable WIN7 and prepare each site for transition. The vendor will visit each site, deploying the hardware and software within the new refreshed Dell systems. The vendor will configure and test these systems at each site prior to departure. The objective is a WIN7 compliant PickPoint system with a corresponding end of life refresh of the IT backbone of the system. The acquisition shall consist of a hardware and software upgrade/refresh form XP to WIN7 and subsequent End of Life hardware replacement facilitating this operating system transition.

Vendor 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. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.

Based on the above information, the only technically acceptable vendor is Maxor NPSC dba PickPoint.

This acquisition is being conducted under FAR Part 12 and 13. Provisions and clauses in effect through Federal Acquisition Circular 2005-76 are incorporated. This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 541511 with a Small Business Size Standard of $27.5. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by closing of this notification of this synopsis will be considered by the Government. 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

Capability statements (formats for submission: PDF, MS Word, or MS Excel) should be sent to Andrew Hampton at [email protected]. Closing date for capability statements is no later than 3:00 PM EST on 20 Aug 2014. No phone calls will be accepted.

Bid Protests Not Available

Similar Past Bids

Linthicum heights Maryland 23 Jul 2021 at 5 AM
Location Unknown 12 Jan 2017 at 4 PM
Location Unknown 09 Apr 2025 at 6 PM
Tucson Arizona 12 May 2014 at 11 PM

Similar Opportunities

New jersey 21 Jul 2025 at 11 PM