Description
Intent to sole source Notice. NOTICE OF INTENT TO SOLE SOURCE This notice is being published in accordance with Federal Acquisition Regulation (FAR) Subpart 5.101 requiring dissemination
of information for proposed contract actions. This is a notice of intent to award a sole source contract and is not a request for competitive quotes/proposals. The Department of Veterans
Affairs, Network Contracting Office (NCO) 07, located at Ralph H. Johnson VAMC, 109 Bee Street, Charleston, SC is issuing this Notice of Intent (NOI) to inform industry contractors of the
Government s intent to execute a Sole Source Firm Fixed Price Contract under VAAR SUBPART 819.7007, Sole Source award to a certified Service Disable Veterans Owned Business, Only One
Available Source due to proprietary software. This notice satisfies the posting requirements at FAR Part 5.101. The intended Contractor is Standard Communications Inc located at 5402
Leeds Manor Road, Hume, VA 22639-1758. Place of Performance is Ralph H. Johnson VAMC, 109 Bee Street, Charleston, SC. The Ralph H. Johnson VAMC request that the Contractor shall provide
services for the Department of Veterans Affairs (VA) for Spok Platform Migration services for the Ralph H. Johnson VAMC. The contractor shall provide all labor, hardware, and software to
migrate the existing Spok Solution, to include Spok Messenger, Spok Operator Consoles, Spok PIM, Spok Web on Call, Spok to MUSC interface, Spok PC Consoles (qty 11), and Voice with a
Smile, and all applicable interfaces to the latest Spok Care Connect platform at the facility. The contractor shall ensure the continued operation of all current interfaces between Spok
and Ralph H. Johnson VA Medical Center s (RHJVAMC) Communication Event Alarm Response System (CEARS), which includes Enterprise/Responder5 (R5), Vocera, Cisco, Spacelabs, EMG system, and
CPRS/VistA. Standard Communication is the manufacture of the Spok software, there are no other authorize resellers for this software and products. The North American Industry
Classification System (NAICS) for this requirement is (Software Installation) 541519. The Federal Supply Class (FSC) is DF10 (IT AND Telecom IT Management as a Service. The Small Business
Administration (SBA) size standard for this sector is $9.5M, 1,500 Employees. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No
solicitation document is available and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice.
Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational
purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not
to compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via e-mail to Earnest Ellison,
Earnest.Ellison@va.gov with the following information referenced in the subject line, 36C24724Q0050 SPOK Migration Platform Ralph H. Johnson VAMC. All interested parties who are
responsible, certified, and capable may identify their interest and may submit a capabilities statement no later than 3:00 PM Eastern Standard Time (EST) on 20 October 2023 to Earnest
Ellison, Earnest.Ellison@va.gov . The interested parties bear full responsibility to ensure complete transmission and timely receipt.