Notice of Intent to Sole Source under SAT
ID: 19AQMM24N0070Type: Special Notice
Overview

Buyer

STATE, DEPARTMENT OFUS

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of State intends to award a sole source purchase order to AUTOLOGIC LLC for the upgrade of hardware and software associated with the Process Integration system currently maintained by the company. This procurement is essential for enhancing the operational capabilities of the existing system, ensuring it remains effective and up-to-date. The estimated value of this contract is $245,000, with an anticipated award date of September 30, 2024, and a performance period of six months. Interested parties may submit a capability statement by the notice closing date and can request a copy of the solicitation by contacting Sarah Duncan at duncans1@state.gov or Nichole Gross at GrossNS@state.gov.

    Point(s) of Contact
    Sarah Duncan
    duncans1@state.gov
    Nichole Gross
    GrossNS@state.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent to Sole Source - Covidence Oculus 5 Equipment
    Active
    State, Department Of
    The Department of State (DOS) intends to award a sole source contract for Covidence Oculus 5 equipment to GANS & PUGH ASSOCIATES INC, as part of its efforts to enhance technical surveillance capabilities within the Bureau of Diplomatic Security. This procurement aims to acquire specialized equipment integral to the Computer Investigations and Forensics Division, which supports criminal investigations through advanced technical surveillance tools. The detailed inventory includes various components such as cameras, lenses, concealment jigs, and operational software, all tailored for effective surveillance operations. Interested parties may submit written responses to Sara Marron at MarronSM2@state.gov by September 17, 2024, at 1:00 PM ET, to demonstrate their capability to meet the requirements outlined in this notice.
    AUTOCAD SOFTWARE SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole-source contract to DLT Solutions, LLC for technical support and annual software maintenance of Autodesk software products. This procurement includes multiple annual subscriptions and support services, as DLT Solutions, LLC is the exclusive provider of Autodesk software support under the Department of Defense ESI program. The acquisition will be conducted under Simplified Acquisition Procedures and Commercial Items regulations, and while this is not an open solicitation for competitive quotes, interested parties are encouraged to submit capability statements to the designated contact, Melissa Hoffman, at melissa.hoffman4.civ@army.mil by the specified deadline. The procurement aims to streamline the process while ensuring compliance with federal regulations.
    PureLifi Data Transmission Over Light Hardware - Notice of Intent to Sole Source
    Active
    State, Department Of
    The Department of State's Office of Acquisition Management intends to award a sole source contract to Meadowgate Technologies, LLC (DBA Vibrint) for the procurement of PureLiFi products, which are essential for enhancing data transmission capabilities using light technology. This acquisition aims to support the Bureau of Diplomatic Security's Directorate of Cyber and Technology Security by providing high-speed data connections in environments where radio frequency (RF) usage is restricted, thereby reducing risks associated with eavesdropping and interference. The hardware will be deployed in three distinct groups: for domestic officer demonstrations, for use in high-threat overseas locations, and for temporary setups requiring rapid deployment. Interested parties must submit their qualifications by September 17, 2024, to Lily Fangio at fangios@state.gov or Sara Marron at marronsm2@state.gov, with the understanding that the Government retains discretion over the procurement process and is not obligated to respond to inquiries.
    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.
    DH01--Data Innovations Instrument Management Interfacing System Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to sole source a contract for the Data Innovations Instrument Manager software, which is critical for integrating laboratory analyzers with the VistA system at the Erie VA Medical Center. This procurement aims to secure additional license connections and ongoing maintenance and support for the software, ensuring compliance with VA standards and enhancing laboratory operations. The contract will be negotiated with Data Innovations, LLC, under FAR 13.106-1, and interested vendors must submit a one-page capability statement by September 17, 2024, to the Contract Specialist, Christa L. Stine, at christa.stine@va.gov. This opportunity emphasizes the importance of compliance, security, and the structured procurement process to improve services for veterans.
    NAWCAD WOLF - Intent to Sole Source for Unique Identification Management System Software & License Renewals in support of AN/UPX-29 ISEA.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure the A2B Tracking UC! Web™ Core ITAR Software-as-a-Service from A2B Tracking Solutions, Inc., on a sole-source basis. This procurement involves the acquisition of two software licenses, maintenance support, and necessary hardware components to enhance the Unique Identification Management System for military asset management. The selected solution will facilitate data exchange within various procurement modules, ensuring compliance with military standards and operational efficiency. Proposals are due by September 16, 2024, and interested vendors must be authorized distributors of A2B Tracking Solutions, registered in the System for Award Management (SAM), and provide comprehensive technical and pricing information for evaluation. For further inquiries, contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil or call 240-808-9150.
    Notice of Intent D-24-NO-0086
    Active
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source firm fixed price purchase order to Callyo for the renewal of proprietary licenses essential for the operation of specialized technology used by undercover agents. This technology is critical for safely recording transactions and ensuring personnel safety, and it meets stringent federal safety and storage requirements without necessitating software on cellular devices. The estimated cost for this procurement is $42,000, covering a performance period from October 1, 2024, to September 30, 2025. Interested vendors may submit capability statements by September 17, 2024, at 10:00 AM Eastern Time, to Teresa Roshau-Delgado at teresa.a.roshaudelgado@dea.gov.
    Rockwell Automation Software / Allen-Bradley Hardware components for ECMP 555 IWP upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for Rockwell Automation Software and Allen-Bradley Hardware components necessary for the upgrade of the Building 1770 Industrial Waste Processor control system. The procurement specifically requires brand name components, including controllers, input/output modules, and software licenses, which are critical for maintaining operational efficiency and effective ordnance support capabilities. Interested vendors must demonstrate their capability to meet the government's requirements by submitting their responses by September 23, 2024, at 10 AM (EST), and must be registered in the System for Award Management (SAM). For further inquiries, interested parties can contact Lawrence J. Connell at lawrence.j.connell.civ@us.navy.mil.
    PURCHASE OF MODELING SOFTWARE LICENSES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the purchase of modeling software licenses from COMSOL. This procurement is aimed at fulfilling specific software licensing requirements essential for the laboratory's research and development activities. The software is critical for various applications within the IT and telecom sectors, particularly in application development. Interested parties are encouraged to express their capabilities within 15 calendar days of this notice, and any inquiries should be directed to Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a threshold not exceeding $250,000.
    Notice of Intent to Award a Sole Source
    Active
    Energy, Department Of
    The Department of Energy's Idaho Operations Office intends to issue a sole source contract to General Dynamics Mission Systems, Inc. for the acquisition of ten National Security Agency (NSA) approved Certified Type 1 Communications Security (COMSEC) / Controlled Cryptographic Items (CCI) Encryption devices, specifically Sectéra vIPer Universal Secure Phones, along with a one-year warranty extension. This procurement is critical for enhancing secure communication capabilities within the Idaho National Laboratory, ensuring compliance with stringent NSA encryption standards necessary for classified network operations. The total funding for this acquisition amounts to $37,800, with delivery expected within 90 days. Interested parties may submit capability statements to Rebecca Hansen at hansenrb@id.doe.gov within three calendar days of this notice for consideration.