Software, Service and Support for the Brooke Army Medical Center Nurse Call System

Location:

Texas, United States

Posted on:

Jan 25, 2026

Deadline:

Feb 6, 2026

Summary:

Sources sought for software, service, and support for the Brooke Army Medical Center Nurse Call System; respondents with relevant capabilities are encouraged to submit statements.

Get full access to this RFP

Settle helps teams find and win opportunities with AI through RFPs

THIS IS A SOURCES SOUGHT NOTICE (SSN) ONLY. The Mission and Installation Contracting Command – Fort Sam Houston (MICC–FSH) is requesting information from industry regarding software, service, and support of the Brooke Army Medical Center (BAMC) Nurse Call System in accordance with (IAW) the attached Performance Work Statement (PWS) draft. The U.S. Government intends to award a SOLE SOURCE contract for the required services; however, we are seeking vendors that may be able to provide this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice. In addition, we encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service–Disabled Veteran–Owned, Women– Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. Be advised that the U.S. Government is unable to set aside this requirement if two (2) or more small businesses do not respond with information to support a set–aside. The proposed Sole Source Firm–Fixed Price Contract will be awarded to Nations Advanced Communication & Cabling, Inc. dba Advanced Communications & Cabling to provide software, service, and support services on the BAMC Nurse Call System already in place. The statutory authority for the sole source procurement is 10 United States 41 U.S.C. 1901 as implemented by Federal Acquisition Regulation (FAR) Subpart 13.5 – Simplified Procedures for Certain Commercial Items. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Furthermore, the U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this SSS. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely at the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government–Wide Point of Entry (GPE) located at SAM.gov. Potential offerors are responsible for monitoring the GPE for additional information pertaining to this requirement. The anticipated North American Industry Classification System (NAICS) code is 511210 Software Publishers. The size standard for this NAICS code is $47M. If a different NAICS code would be better suited, please state in your response what NAICS is better suited for this requirement and why. This is a follow–on requirement with an anticipated five (5) year performance period. For your information, the contract information of the incumbent contractor is as follows: Contract Number: W9124J–21–C–0029. Extent of Competition: Sole Source. Contract Name/Info: Nations Advanced Communication & Cabling, Inc. dba Advanced Communications & Cabling. Contract Award Total: $1,859,869.00 (includes 52.217–8). Period of Performance: 30 SEP 2021 to 29 SEP 2026 (includes 52.217–8). RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities/ qualifications to support some or all of the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information. In response to this SSS, vendor responses are limited to five (5) written pages (PDF or MS Word Format) and should include: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the Mission and Installation Contracting Center (MICC) Advocate for Competition, Scott Kukes, at [email? redacted] or [ phno? redacted ] if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SSS. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Provide name of the firm, point of contact, phone number, email address, Unique Entity ID, CAGE code, identify business size (large business or a small business) and if applicable, a statement regarding small business status including small business type(s) /certifications(s) (e.g., SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code. 3. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors?

BG

Submit your next proposal, within 48 hours or less

Stay ahead with the latest advancement in proposal automation.

BG

Submit your next proposal, within 48 hours or less

Stay ahead with the latest advancement in proposal automation.

BG

Submit your next proposal, within 48 hours or less

Stay ahead with the latest advancement in proposal automation.