INTENT TO SOLE SOURCE - Lyrasis, Inc
ID: W911SD25QA008Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-WEST POINTWEST POINT, NY, 10996-1514, USA

NAICS

Web Search Portals and All Other Information Services (519290)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Feb 18, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 18, 2025, 12:00 AM UTC
  3. 3
    Due Feb 24, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is announcing an intent to sole source a contract to Lyrasis, Inc. for services related to web search portals and information services. This procurement is aimed at acquiring business application software under the NAICS code 519290, which is crucial for enhancing information access and management within military operations. The place of performance for this contract will be in West Point, New York, and interested parties can reach out to Leslie Duron at leslie.a.duron.civ@army.mil for further inquiries. Additional details regarding funding amounts and deadlines have not been specified in the provided information.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Notice of Intent to Sole Source - USAMRDC/DHA Marketing Tool Subscription
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity (USAMRAA), intends to issue a sole source contract to Global Action Alliance Inc for a Marketing Tool Subscription aimed at supporting the U.S. Army Medical Research and Development Command and the Defense Health Agency. This subscription will provide access to a commercial Artificial Intelligence tool designed to assist licensing professionals in identifying biotechnology and pharmaceutical companies that are suitable for licensing Department of Defense intellectual property, offering insights into patents, clinical trials, and company data. The procurement underscores the significance of technological advancements and partnerships in military medical research and development. Interested parties are encouraged to submit evidence of comparable services by the specified deadline; otherwise, the sole source award will proceed. For further inquiries, contact Skylar Wells at skylar.a.wells2.civ@health.mil.
Subscription Services
Buyer not available
The Defense Logistics Agency (DLA) is seeking capabilities statements from potential sources to provide enterprise subscription services for online access to a suite of databases. The primary objective of this procurement is to enhance accessibility to critical logistical data, including military and government documents, vendor catalog services, and procurement history, which are essential for streamlining DLA's logistics operations and ensuring compliance with government contracting requirements. The contract will cover a 12-month base period with potential extensions based on performance and funding, and interested parties can contact Felicia London at felicia.london@dla.mil or call 445-737-0765 for further information.
70--Westlaw on-line subscription
Buyer not available
Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The Naval Supply Systems Command, Fleet Logistics Center Jacksonville, intends to issue a sole source award to West Publishing Corporation for the procurement of a Westlaw On-line subscription for Fleet Readiness Center Southeast (FRCSE). Westlaw is a research tool that provides access to laws, statutes, regulations, court decisions, and agency decisions that impact the mission of FRCSE. The intended use of the subscription is for research in various practice areas including civilian personnel law, labor and employment law, fiscal/acquisition law, and ethics. The Westlaw software will be delivered to FRCSE five days after contract award. This procurement is for the annual subscription renewal period of July 1, 2019, through June 30, 2020, with four one-year option periods. The NAICS code for this work is 519130 Internet Publishing and Broadcasting and Web Search Portals, with a size standard of 1000 employees. This notice of intent is for information purposes only, and the Government intends to make a sole source award to West Publishing Corporation. Responses must provide clear and convincing evidence of the company's ability to satisfy the requirement.
Solicitation for All-In-One Subscription
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals from qualified small businesses for an All-In-One Subscription service to provide web-based subscriptions, publications, and periodicals essential for its Strategic Materials analysts. The contractor will be responsible for managing subscriptions, including order placement, payment to publishers, and ensuring seamless access to the required materials, which are critical for the management of the National Defense Stockpile. This procurement, valued at approximately $1.94 million, is set aside for small businesses and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation methodology. Interested vendors must submit their proposals by May 5, 2025, and direct any inquiries to Cecilia Arrington at cecilia.arrington@dla.mil or Ronald Fairley at ronald.fairley@dla.mil.
Intent to Sole Source Online Access to KNOVEL Collections by Elsevier
Buyer not available
The U.S. Army Corps of Engineers, Rock Island District, intends to procure online access to the KNOVEL collections provided by Elsevier Inc. on a sole source basis, as outlined in the Special Notice. This procurement is necessary to support various engineering and scientific fields, including but not limited to Biochemistry, Civil Engineering, and Environmental Engineering, which are critical for addressing contemporary challenges in technology and development. Interested small-business firms that believe they can meet the requirements are encouraged to submit a capability statement to the primary contact, Jake Anderson, at jake.t.anderson@usace.army.mil by November 22, 2024, at 12:00 PM CT. Please note that this notice is not a request for competitive quotes, and the government will not reimburse any costs associated with the submission of capability statements.
Defense Information Systems Network (DISN) Mission Support Office (MSO) Application Services and Ancillary Support
Buyer not available
The Defense Information Systems Agency (DISA) intends to negotiate a sole source contract with Synergetic Information Systems, Inc. for the provision of application services and ancillary support within the Defense Information Systems Network (DISN) Mission Support Office (MSO). This contract aims to ensure continuity of mission-critical services for various IT projects associated with the Department of Defense (DoD), particularly during a period of transition following a protest related to existing transport services. The operational period for the proposed contract is set from February 3, 2024, to May 2, 2025, and interested companies may express their capabilities within 15 days of this notice; however, a competitive solicitation will not be issued due to the sole-source nature of the requirement. For further inquiries, interested parties can contact Shamra Y. Joiner at shamra.y.joiner.civ@mail.mil or Jason Day at jason.j.day.civ@mail.mil.
Web Based Single-Access to Critical Engineering Standards and Technical References, known as Engineering Workbench ™
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, New Jersey, intends to negotiate a sole source contract with Accuris, Allium US Holding LLC for the provision of a web-based platform known as Engineering Workbench™, which offers single-access to critical engineering standards and technical references. This procurement aims to fulfill the unique requirements of both military and commercial applications, with Accuris being the only distributor capable of delivering the necessary solution. Interested parties are encouraged to respond within fifteen days of this notice, although the government does not intend to open the requirement to competitive proposals. For further inquiries, contact Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil or by phone at 732-323-4643.
Intent to Sole Source Brand Name: Best Hardware Lock Cylinders & Cores
Buyer not available
The Department of Defense, specifically the New York District of the Army Corps of Engineers, intends to solicit a sole source procurement for Best Hardware Lock Cylinders and Cores as part of a construction project for the modernization of Building 12 at Picatinny Arsenal, scheduled for FY25. This procurement aims to ensure compatibility and consistency with existing lock hardware standards at the facility, as Best is the established standard for non-electronic locks used at Picatinny Arsenal. Vendors interested in providing an equivalent product must submit supporting data within 15 business days of this announcement, as the contract will be awarded competitively unless no alternative sources are identified. For further inquiries, interested parties may contact Monica Coniglio at monica.n.coniglio@usace.army.mil or Matthew Lubiak at matthew.e.lubiak@usace.army.mil.
Notice of intent to award sole source
Buyer not available
Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
Notice of Intent to Award Sole Source - Redline Tower Maintenance
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Aberdeen Proving Ground, intends to award a sole-source contract for maintenance services of the Redline Communications Network to Future Technologies Venture, LLC, based in Suwanee, Georgia. This contract, which spans twelve months, includes two annual preventative maintenance visits, the replacement of transmission lines, connectors, and lightning arrestors, as well as critical emergency maintenance and the decommissioning of existing Redline equipment across six towers. The maintenance services are vital for ensuring the optimal performance of communication infrastructure, which is essential for military operations. Interested parties may submit capability statements by April 30, 2025, and should direct inquiries to Neil Mendiola at neil.s.mendiola.civ@army.mil or Lynette FairBanks de la Viega at lynette.j.fairbanksdelaviega.civ@army.mil.