Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2025 SAM #8564
SOURCES SOUGHT

70 -- NOTICE OF INTENT TO AWARD SOLE SOURCE to Conexus Inc., for the Plexus Vision IS Radio Frequency Identification-based Asset Tracking System.

Notice Date
5/6/2025 5:47:12 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
FA5000 673 CONS LGC JBER AK 99506-2501 USA
 
ZIP Code
99506-2501
 
Solicitation Number
GFY2501
 
Response Due
5/22/2025 12:00:00 PM
 
Archive Date
05/23/2025
 
Point of Contact
John F. Gosh, Phone: 9075525605, Jason P. Topick, Phone: 9075525570
 
E-Mail Address
john.gosh@us.af.mil, jason.topick.1@us.af.mil
(john.gosh@us.af.mil, jason.topick.1@us.af.mil)
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE to Conexus Inc., for the Plexus Vision IS Radio Frequency Identification-based Asset Tracking System. THIS IS NOT A REQUEST FOR QUOTE OR SOLICITATION FOR AN OFFER The United States Air Force, 673d Contracting Squadron at Joint Base Elmendorf-Richardson (JBER), Alaska, hereby submits a notice of intent to award a sole source firm fixed, single-source contract Conexus Inc, (Unique Entity ID: VD6UN5WCCWQ6), 5250 S Commerce DR STE 160, Salt Lake City, Utah 84107., under the authority of FAR 13.501(a)(2)(ii). Market research indicates that only Conexus Inc., the manufacturer, developed and owns all proprietary rights to the Plexus Vision IS (Plexus) Radio Frequency Identification (RFID)-based Asset Tracking System (ATS) that includes real-time or Wi-Fi asset tracking capability can provide the required proprietary software, unique troubleshooting capability, and system trained technicians necessary for system preventative maintenance and software updates. Conexus Incorporated is the creator of the software and manufacturer of the Plexus product from which the Plexus Tracking services and products can be obtained and is the only source capable of providing the services required at the level of quality as the supplies or services are unique and highly specialized. Conexus Incorporated is the sole distributor of hardware products used in conjunction with the Plexus IS Asset Tracking System as the hardware and software are configured in a proprietary manner. Devices are hardened in accordance with Conexus' Authority to Operate (ATO) and modified to work with Plexus software. The Plexus Asset Tracking System provides measurable benefits, is the only Asset Tracking System that interfaces to the System of Record (SOR) for the Defense Health Agency (DHA) medical assets the Defense Medical Logistics Standard Support (DMLSS), aligns with the stated goals of DHA, and has demonstrable return on investment. Conexus Inc's Plexus Vision IS RFID-based ATS is the only RFID-based ATS with DHA's authority to operate with the DMLSS network and interface with DHA's SOR for medical assets. (System certification documents are registered in the Enterprise Mission Assurance Support Service (eMASS) under reference ID #3792). The Conexus system maintains the ability to be hosted, and client/server based on a DoD Installation, all software and hardware components comply with Defense Information Systems Agency (DISA) Security Technical Implementation Guides (STIGS) and utilize ports and protocols approved for use on DoD Networks. Therefore, Conexus Incorporated is the only source capable of providing the supplies or services required. This procurement will be made under FAR Par 12 Acquisition of Commercial Products and Commercial Services and Simplified Acquisition Procedures as authorized by FAR 13.106-1(b)(i). Authority found at FAR 6.302-1 - 10 USC 2304(c)(1), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements is adhered to. The anticipated award date is 15 June 2025. This is a notice of the intent to award a single source contract. It is published for informational purposes only and not as a request for competitive proposals or quotations. Therefore, no solicitation document exists for this requirement. No responses to the notice of intent to sole source are anticipated, however, all capability statements received within 14 calendars days after date of publication of this notice will be reviewed by the government and considered. Statements must be received NLT 11:00AM AKST 22 May 2025. If your firm desires to submit a capability statement, it should demonstrate the vendor's experience specific to this procurement and your DHA authority to operate on the DMLSS network and interface with DHA's SOR for medical assets your ability to operate, it MUST include the vendors eMASS reference ID number for their authority to operate. The statement shall also include business size; ability to perform work and any other information indicating a legitimate ability to meet the government's specific requirements. Statement should not exceed 5 pages in length. Written inquiries may be directed to the Contract Specialist John Gosh via email at john.gosh@us.af.mil and Jason P. Topick via email at jason.topick.1@us.af.mil. Oral communications are not accepted. Be advised that all correspondence sent via e-mail shall contain a subject line that reads �Notice of Intent SS � to Conexus Inc for Plexus RFID-based ATS�. Note that e-mail filters at Joint Base Elmendorf-Richardson (JBER) are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe, or .zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at JBER. If sending attachments within e-mail, ensure only .PDF, .doc, docx, xls, or .xsls documents are sent. The e-mail filter may delete any other form of attachments. A determination by the government not to compete this anticipated contract based upon 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. Submitted information will be protected in accordance with DoDD 5400.11, Department of Defense Privacy Program, and DoD 5400.11-R, Department of Defense Privacy Program, and no feedback will be provided regarding submissions or the total number of submissions received.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b3340e52fe084414b148266fb5124048/view)
 
Place of Performance
Address: JBER, AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN07433399-F 20250508/250506230057 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.