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
    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.
    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.
    Enterprise Support for Exist
    Active
    State, Department Of
    The U.S. Department of State, through the Foreign Service Institute's Office of the Historian, intends to negotiate a sole source contract with eXist Solutions GmbH for enterprise support related to the maintenance and development of applications integral to U.S. foreign policy documentation. The procurement aims to secure specialized services, including the management of proprietary technologies such as eXist and TEI Publisher, which are essential for the continuity and security of FSI/OH’s operations. The total funding for this initiative is approximately $538,447, and interested vendors may submit a capabilities statement by September 20, 2024, at 12:00 PM EST to Antonio Taylor at TaylorAM2@state.gov. This opportunity is being conducted under FAR Part 13, Simplified Acquisition Procedures, and is not open for competitive bidding.
    Intent to Sole Source to Terabase Corporation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command San Diego, intends to award a sole source contract to Terabase Corporation for the procurement of the LogiQuest Simultaneous User License with AEL/APL Data Add-on (PN LQGS-03). This procurement is essential for enhancing logistical capabilities on naval vessels, allowing personnel to independently manage part and configuration issues without external support, thereby streamlining military operations. The justification for this sole source procurement emphasizes the need for compatibility with existing systems and the avoidance of delays and duplication of costs, as the LogiQuest system offers unique functionalities not available in current government systems. Interested parties capable of meeting the requirements must submit their capability statements by September 23, 2024, at 11:00 AM PST to Chelsey Hernandez-Guevara at chelsey.l.hernandez-guevara.civ@us.navy.mil.
    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.
    Notice of Intent – Sole Source – Haivision Enterprise Media Platform
    Active
    State, Department Of
    The U.S. Department of State, through the American Consulate in Merida, Mexico, intends to award a sole-source contract to Superior Access Solutions Inc. for the Haivision enterprise media platform, which provides essential video encoding technology for low-latency video transmission over OpenNet to the U.S. Embassy and its associated consulates. This procurement is critical as Superior Access Solutions Inc. is the only authorized reseller for the State Department's video applications, ensuring compliance with federal regulations and the unique requirements of the U.S. Government. Interested parties are invited to submit capability statements within seven days of this notice, although the government is not obligated to procure any services, and all submissions will become government property without reimbursement for incurred costs. For further inquiries, interested vendors can contact Dennis Monschein at monscheindr@state.gov or Dalia Vargas at meridaprocurement@state.gov.
    CMM Operating System and Software Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking to award a firm fixed-price contract for a CMM Operating System and Software Upgrade to Hexagon Manufacturing Intelligence, Inc. This procurement aims to enhance the operational capabilities of the Oklahoma City Air Logistics Complex (OC-ALC) through the acquisition of specialized software and system upgrades. The contract, valued at $190,938, is being solicited under the authority of FAR 13.106-1(b)(1) and requires interested vendors to register in the System for Award Management (SAM) prior to submission. Interested parties should contact Tamika Burrough or Jennifer Azbill via email for further information, with electronic submissions expected through SAM.
    Parsons AceERS Software Product License Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for the renewal of the Parsons ACE Embedded Resource Scheduler (AceERS) software product license. The procurement involves the maintenance fee for six seat licenses and four additional seat licenses for the AceERS software, with a performance period from July 29, 2024, to July 28, 2025. This software is critical for managing embedded resources efficiently, and the contract will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000. Interested parties may express their capability to meet this requirement by contacting Yina Brooks or Alvin Williams via the provided email addresses, referencing Notice of Intent number “N0017324Q5825.”
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    Special Notice - Intent to Award Sole Source
    Active
    National Archives And Records Administration
    The National Archives and Records Administration (NARA) intends to award a sole source fixed-price contract to Diebold Nixdorf, Inc. for essential preventative maintenance and support services for the Charters Vaults and Integrated Automated Retraction Systems. This procurement aims to ensure the continuous operation and display of the Charters of Freedom, which are critical to NARA's mission, by providing quarterly maintenance, emergency services, and optional upgrades. The contract, structured for a base year with four option years, is justified under FAR Part 13 Simplified Acquisition Procedures due to the unique and proprietary nature of the systems involved. Interested parties must submit proposals by 12:00 p.m. on September 20, 2024, with the anticipated award date set for September 27, 2024. For further inquiries, contact Cynthia Jones at Cynthia.Jones@nara.gov or Sheila Drumheller at Sheila.Drumheller@nara.gov.