Opportunity
SAM #NOISSLabtrac
Sole Source Procurement of Labtrac Enterprise Software for Air Force Dental Laboratory
Buyer
FA2517 21 CONS BLDG 350
Posted
April 03, 2026
Respond By
April 17, 2026
Identifier
NOISSLabtrac
NAICS
513210
This procurement opportunity involves the Department of the Air Force at Peterson Space Force Base seeking to acquire specialized dental laboratory software. - Government Buyer: - Department of the Air Force - 21st Contracting Squadron (21 CONS/PKA), Operational Contracting Squadron - Peterson Space Force Base (SFB), Colorado - OEM and Vendor: - Inventrix (sole source, OEM and vendor) - Products/Services Requested: - Labtrac Enterprise Software - No specific part number or quantity provided - Required for the 21st Medical Group Air Force Area Dental Laboratory - Unique or Notable Requirements: - Software must meet Defense Health Agency (DHA) standards - Sole source justification: Only Inventrix's Labtrac Enterprise Software will satisfy the requirement - Commercial item acquisition under simplified procedures (RFO Part 12) - Place of Performance and Delivery: - Peterson Space Force Base, Colorado - 21st Medical Group Air Force Area Dental Laboratory - NAICS Code: - 513210 (Software Publishers)
Description
The 21 CONS/PKA, Operational Contracting Squadron, Peterson Space Force Base (SFB), Colorado received a Sole Source justification for the purchase of Labtrac Enterprise Software from Inventrix for the 21st Medical Group. This procurement is for the acquisition of a sole source commercial item using simplified procedures in accordance with Revolutionary FAR Overhaul (RFO) Part 12. The requirement is in support of the 21st Medical Group Air Force Area Dental Laboratory at Peterson, SFB and ensures they have the necessary software in accordance with (IAW) Defense Health Agency (DHA) requirements. Deviation from the requirements would result in non-compliance to DHA standards.
The North American Industrial Classification System (NAICS) number is 513210, Software Publishers and the business size standard is $47M.
Only one responsible source and no other item will satisfy the Air Force requirement.
This synopsis is for informational purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time.
The Government does not intend to pay for any information provided under this Notice of Intent. Contractors must have a current registration with the System for Award Management (SAM) at http://sam.gov/.
The Government intends to award a Firm Fixed Price purchase order IAW RFO Part 12. Questions should be addressed to the Contract Specialist, Ms. Cayce Moses at cayce.moses@spaceforce.mil or the Contracting Officer, SSgt Kaylie Anderson at kaylie.anderson@spaceforce.mil.