The RFP Database
New business relationships start here

PSMaint2019


Pennsylvania, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

  The proposed North American Industry Classification Systems (NAICS) code is:
334118 - Computer Terminal and Other Computer Peripheral Equipment Manufacturing


DISCLAIMER: This Potential Sources Sought (PSS) notice is issued as market research and is intended for information and planning purposes only and does not constitute an RFP or commitment by the Government. It does not constitute a solicitation (Request for Proposal or Request for Quotation) nor a promise to issue a solicitation in the future. The information provided in response to this PSS is for discussion purposes only and any potential strategy that may be developed from these discussions would be subject of a separate, future announcement.

The information received in response to this PSS may be utilized by the Defense Logistics Agency (DLA) in developing an acquisition strategy, and requirements documents (i.e. Statement of Objectives, Performance Work Statement, or Purchase Description). DLA requires that only non-proprietary information be submitted in response to this PSS. DLA shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted.

DLA Troop Support-Medical in Philadelphia anticipates possible award to purchase maintenance for PowerScribe 360 systems at multiple Army Bases both Contiguous United States (CONUS) and Outside Continguous United States (OCONUS). Vendor shall provide maintenance through B2B connections or via through on-site engineering support for the Nuance/Powerscribe voice dictation systems throughout the AMEDD. Vendor will support the system's connections, configurations, hardware and proprietary databases at each site accordingly.  Support ensure that the AMEDD can continue to use the software per the licenisng agreement and alos ensures that future software upgrades are provided at no additional costs to the government.

The Government plans to procure the maintenance as a commercial item through fixed price award(s).  The only sources known are Nuance Communications Inc. (manufacturer) and Carahsoft Technology Corporation (only know PowerScribe 360 Authorized distributor).

Minimum requirements:
-Vendor shall have access to the DISA/MEDCOM business to business gateways that allow for remote access.

-Vendor must have already established understanding of Nuance PowerScribe 360 database architecture, proprietary storage mechanisms and system configurations.

-Vendor must provide hardware/software support than can extend beyond the normal service life of the hardware currently installed throughout the AMEDD.

-If the vendor is not Nuance, must have relationship to subcontract Nuance as Nuance has the ATO required to work on the established B2B gateways for PowerScribe 360 verified within DHA.

Based on responses to this Sources Sought, it is anticipated that, at some future date, solicitation(s) may be issued to purse opportunities to award. A pre-solicitation may be published in FedBizOpps prior to the release of any solicitation generated from the information gathered in response to this notice.  Note responsding to this notice will not preclude participation in any future solicitation.

SMALL BUSINESS PARTICIPATION: The Government is interested in all businesses, to include Small Businesses, Small Disadvantage Businesses, 8(a)s, Service-Disabled Veteran-Ownded Small Businesses, Hubzone Businesses and Women-Owned Small Businesses.  The Government reequests that interested parties respond to this notice as a manufacturere or as as distributor.

RESPONSES: Please provide the following information for your company:

Company Name/Address

Cage Code

DUNS number

Point of Contact

Phone Number

Email Address

Web Page URL

Size of Business relative to NAICS Code (Small Business Size Standard Employees or less)

Whether a U.S. or Foreign Owned Entity

Indicate whether your interest is as a manufacturer or as a distributor

SUBMISSION OF INFORMATION: Responses to this PSS must be readable by Microsoft Office or Adobe

software. Responses to this PSS shall be unclassified and should not exceed 20 pages in length (counting title

pages, Table of Contents and Acronym lists). Prior to the response date, if necessary, potential respondents may

request clarifications by email. Significant ETCC responses to a potential respondent's request for clarification will

be posted to FedBizOpps under this Sources Sought. ETCC may provide feedback to respondents regarding their

response to this PSS.

All interested parties are invited to submit a response to this PSS on or before June 11, 2018, 9:00 AM EST.

Please note: emails containing zip files such as .zip, xlsx, docx, or other macro enable extensions may not be

deliverd to the intended recipient. All responses and questions to the PSS must be transmitted electronically via

email to Mr. Timothy Joyce at timothy.joyce@dla.mil and Mr. Sean McColgan at sean.mccolgan@dla.mil.

NOTE: When submitting a response, provide information that shows that your company can meet the minimum


SUBMISSION OF INFORMATION: Responses to this PSS must be readable by Microsoft Office or Adobe software. Responses to this PSS shall be unclassified and should not exceed 20 pages in length (counting title pages, Table of Contents and Acronym lists). Prior to the response date, if necessary, potential respondents may request clarifications by email. Significant ETCC responses to a potential respondent's request for clarification will be posted to FedBizOpps under this Sources Sought. ETCC may provide feedback to respondents regarding their response to this PSS.

All interested parties are invited to submit a response to this PSS on or before February 11, 2019, 9:00 AM, Eastern Time. Please note: emails containing file types such as:  .zip, .xlsx, docx, or other macro-enabled extensions, may not be delivered to the intended recipient. All responses and questions under this PSS must be transmitted electronically via email to Mr. Timothy Joyce at timothy.joyce@dla.mil and Mr. Sean McColgan at sean.mccolgan@dla.mil.




Timothy B. Joyce, Contract Specialist, Phone 2157372858, Email timothy.joyce@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP