The 99th Contracting Squadron intends to award a single source purchase order to ACF Technologies, Inc. located at 64 Peachtree Rd. Ste. 201, Ashville, NC 28803 under the authority of FAR 13.106-1(b) Soliciting From A Single Source. The 99MDG Mike O’ Callaghan Military Medical Center requires the Q-Flow hardware and software manufactured by ACF Technologies.
This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes technical data and cost information, sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required hardware and software. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the closing date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. 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 be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a single source purchase order.
The following is a statement of the contractor’s unique qualifications and why the nature of this acquisition requires the use of the authority cited above: Q-Flow through ACF Technologies is the only application for patient queuing and notification with an Authorization to Operate/Connect (ATO/ATC) on the DHA (Defense Health Agency) network, Med-COI. In addition, the 99MDG has spent almost $80,000 on Q- Flow hardware, software, installation and training, to date. To procure another system from any other source would result in a duplication of cost not expected to be recovered through competition.
Responses are due by 10:00 am Pacific Daylight Time, 31 August 2020. Responses shall be submitted by email ONLY as a Microsoft Word or Adobe PDF attachment to the following address(es): [email protected].