Notice of Intent to Sole Source to IMPLAN
ID: 89243324NFE000170Type: Special Notice
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFNATIONAL ENERGY TECHNOLOGY LABORATORYMORGANTOWN, WV, 26507, USA

NAICS

Computer and Computer Peripheral Equipment and Software Merchant Wholesalers (423430)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    Notice of Intent to Sole Source to IMPLAN

    The Department of Energy (DOE), National Energy Technology Laboratory (NETL), intends to award a purchase order on a sole source basis to IMPLAN for the purchase of a 12-month subscription to the National Package. IMPLAN is the exclusive developer, manufacturer, and sole distributor of the integrated software used at NETL for conducting economic impact assessment needs. No other vendor can provide this type of service.

    The service being procured is a 12-month subscription to the National Package provided by IMPLAN. This subscription includes integrated software used for conducting economic impact assessment needs. The subscription will be used by the Department of Energy's National Energy Technology Laboratory (NETL) in Morgantown, West Virginia.

    Interested parties who believe they can meet the NETL requirement may identify themselves and provide evidence of their capability to fulfill the requirement. Responses must be submitted in writing to Shannon.Lynch@netl.doe.gov by 13:00 PM ED on 08/08/2024.

    Please note that this notice of intent is not a request for quote/proposal. The Government will determine whether to conduct a competitive procurement based on the responses received.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    66--Notice of Intent to Sole Source (1) Oxford Instruments P10 – 1” 12Mhz Overburde
    Active
    Energy, Department Of
    The Department of Energy's National Energy Technology Laboratory (NETL) intends to award a sole source contract for the procurement of an Oxford Instruments P10 – 1” 12Mhz Overburden Pressure Cell. This specialized equipment is essential for integration with NETL’s existing Oxford GeoSpec 12/53 NMR Rock Core Analyzer, enabling the evaluation of petrophysical features and multi-phase fluid flow in geological samples under controlled pressures and temperatures. The proprietary nature of the GeoSpec NMR P10 Overburden Cell means that Oxford Instruments America, Inc. is the only known source capable of fulfilling this requirement. Interested parties who believe they can meet the specifications must submit their evidence of capability to Rebekah Parks at rebekah.parks@netl.doe.gov by 1:00 PM ET on September 20, 2024.
    NOTICE OF INTENT TO AWARD SOLE SOURCE
    Active
    Energy, Department Of
    The U.S. Department of Energy (DOE), through its Carlsbad Field Office (CBFO), intends to award a sole source contract to DevonWay Inc. for the provision of oversight management systems that support operations at the Waste Isolation Pilot Plant (WIPP). This procurement is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements, specifically for an integrated oversight management database that enhances communication between DOE field and headquarters. Interested parties who believe they can meet these requirements are encouraged to submit a capability statement by September 23, 2024, although this announcement does not constitute an invitation for proposals. For further inquiries, interested vendors may contact Michael Johnson or Vanessa Lechon via email.
    Intent to Sole Source--Westlaw
    Active
    Energy, Department Of
    The U.S. Department of Energy (DOE) intends to exercise a sole source extension of a purchase order to Westlaw for online legal research services, ensuring continuity of critical legal support during a competitive procurement process. This extension is necessary to prevent disruption in access to essential legal resources, which are vital for ongoing litigation and legal matters within the DOE. The performance period for this award is set from October 1, 2024, through March 31, 2025, including a three-month base period and an option for an additional three months. Interested parties who believe they can fulfill these requirements are invited to submit a capability statement to Kelley Vandecoevering at kelley.vandecoevering@hq.doe.gov within 15 days of this notice.
    Notice of Intent Sole Source: Developing an Innovation Methodology for Measuring the Value & Scientific Return on Investment (ROI) of Leadership Computing
    Active
    Energy, Department Of
    The Department of Energy's National Nuclear Security Administration (NNSA) is seeking to award a sole-source contract to Hyperion Research Holdings, LLC for the development of an innovative methodology to measure the value and scientific return on investment (ROI) of leadership computing. The objective of this contract is to produce a comprehensive report that outlines a framework for assessing the broad value of investments in leadership computing, focusing on five key categories: advancing science, advancing engineering, economic growth, saving lives, and national security. This initiative is crucial for demonstrating the impact of large-scale advanced computing on scientific research and national interests. The anticipated contract, which will be a Firm-Fixed Price (FFP) type with an 18-month base period, is expected to be awarded around September 30, 2024. Interested parties can direct inquiries to Contract Specialist Danielle Tapp at danielle.tapp@nnsa.doe.gov or Contracting Officer Kwanita Brown at kwanita.brown@nnsa.doe.gov.
    Intent to Sole Source RS Means Software
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract with The Gordian Group, Inc. for the licensing of RS Means Software. This software is essential for enhancing the accuracy and efficiency of the NIH's construction cost estimation processes, providing reliable and up-to-date cost data critical for project planning and budgeting. The acquisition of RS Means is vital for ensuring precise estimates that reflect current market trends, thereby reducing the risk of cost overruns and improving overall project management. Interested parties that believe they can meet these requirements must respond within five days of the notice, providing necessary company information, as the contract is set to be awarded as a firm-fixed-price purchase order for a one-year period, from September 23, 2024, to September 22, 2025. For further inquiries, contact Amanda Tilton at amanda.tilton@nih.gov or call 301-594-5711.
    76--Subscription to Nucleonics, Inside NRC, and Nuclear Fuel
    Active
    None
    Special Notice: U.S. Department of Energy (DOE) intends to award a sole source contract to Platts for a subscription to Nucleonics, Inside NRC, and Nuclear Fuel publications. These publications provide valuable information related to nuclear energy and the activities of the Nuclear Regulatory Commission (NRC). The contract consists of one base year. This notice is not a request for competitive proposals. If other firms disagree with the sole source contract, they can submit a capability statement and pricing information by April 19, 2013. The DOE will determine whether to compete the contract based on the responses received.
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter
    Active
    Commerce, Department Of
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with PerkinElmer of Shelton, CT for the procurement of Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter. This contract will cover a base year plus four option years for NIST's Physical Measurement Laboratory (PML). The Preventative Maintenance Services are crucial for the continued operation of the gamma well counter, which is the cardinal instrument in NIST's Radioactivity Group. The Radioactivity Group develops and improves metrological techniques for radionuclide standardization and carries out various programs related to environmental measurements, nuclear medicine, radiological instrumentation for security, and radionuclide metrology. The gamma well counter plays a critical role in maintaining low-level secondary radioactivity standards and ensuring the integrity of long-term data acquisitions for radio nuclidic half-life determinations. PerkinElmer is the sole manufacturer and technician authorized to provide the required preventative maintenance services for the instrument. They possess the proprietary knowledge and parts necessary for successful maintenance. No other vendors are capable of providing the required services, and only authorized PerkinElmer technicians can maintain the existing warranty of the system during maintenance. The North American Industry Classification System (NAICS) code for this acquisition is 811219, with a size standard of $20.5 million dollars. The Government will consider responses received by November 6, 2015, to determine whether to conduct a competitive procurement. However, this notice of intent is not a request for competitive quotations, and no solicitation package will be issued. In summary, NIST intends to procure Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter to ensure the continued operation and performance of the instrument, which is vital for maintaining radioactivity standards and supporting various research programs. PerkinElmer is the sole provider capable of delivering the required services and maintaining the existing warranty.
    Notice of Intent to Sole Source - CamWorks Software
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center at Holloman AFB in New Mexico, intends to award a sole source purchase order to GoEngineer LLC for the procurement of CamWorks Software for the 846th Test Squadron. This software is critical for specific operational needs, and after thorough market research, GoEngineer LLC was identified as the only vendor capable of meeting the required specifications. The procurement falls under NAICS code 513210, with a small business size standard of $47 million, and the anticipated award date is September 27, 2024. Interested vendors may submit capability statements or proposals by September 20, 2024, to the contracting officer, Mr. Brett Moore, at brett.moore.6@us.af.mil.
    H--Notice of Intent to Sole Source: Montel Rack Syste
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Reclamation, is planning to award a sole source contract to Shelf Image, Inc. for the repair services of the Montel Rack System. This procurement falls under the NAICS Code 811310, which pertains to commercial and industrial machinery and equipment repair and maintenance, highlighting the specialized nature of the services required. The government has determined that only one responsible source can meet its needs, and the anticipated award date is September 20, 2024, with services expected to be completed within 10 days of the start date. Interested parties who believe they can fulfill the requirements must submit a capability statement by 5:00 PM EST on September 17, 2024, to Megan Swift at mswift@usbr.gov.
    70--Westlaw on-line subscription
    Active
    Dept Of Defense
    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.