Special Notice For Sole Source ProQuest
ID: N0018924QG351Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Libraries and Archives (519210)
Timeline
    Description

    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, intends to award a Sole Source Purchase Order to ProQuest for Library Web Database Services. This procurement will utilize Simplified Acquisition Procedures under FAR Part 13 and will be conducted as Other Than Full and Open Competition, as permitted by FAR 6.302-1. The services are critical for supporting the Navy's library and archival needs, ensuring access to essential information resources. The anticipated award date for this contract is September 16, 2024, and any challenges to this sole source must be submitted in writing to Sarah Schultz at sarah.p.schultz.civ@us.navy.mil for consideration.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    SOLE SOURCE NOTICE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Controlled Environment Systems LLC for specialized services. This procurement is being conducted under FAR 6.302-1, which allows for sole source contracts when only one source is deemed capable of fulfilling the requirements. The services sought are critical for the maintenance and repair of commercial and industrial machinery and equipment, ensuring operational readiness and efficiency. Interested parties may challenge this sole source determination by submitting written information to Nichole Stevens at nichole.stevens@navy.mil, as the Government will consider such challenges in deciding whether to compete the requirement.
    Notice of intent to award sole source
    Active
    Dept Of Defense
    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.
    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.
    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.
    70--Splunk Enterprise renewal
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    SUBSCRIPTION - PROQUEST Major Dailies
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Headquarters, is seeking to procure a sole source subscription to ProQuest U.S. Major Dailies from Clarivate for the period of September 30, 2024, to September 29, 2025, with an option for one additional year. This subscription will provide authorized USACE personnel access to comprehensive historical and current content from five major U.S. newspapers: The New York Times, Washington Post, Los Angeles Times, Chicago Tribune, and The Wall Street Journal, thereby reducing the need for multiple individual subscriptions. The initiative is crucial for ensuring that library patrons have access to essential media resources while maintaining compliance with copyright protections and reporting requirements. Interested parties must submit responses by September 28, 2024, to Erroll T. Foster at erroll.t.foster@usace.army.mil, with questions due by September 20, 2024.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Active
    Dept Of Defense
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    SUBSCRIPTION - PROQUEST CONGRESSIONAL HEARINGS DIGITAL COLLECTIONS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the HQ/HECSA Library, intends to award a sole-source contract to ProQuest LLC for the acquisition of the Congressional Hearings Digital Collections A-J and Unpublished Hearings Collections A-C. This procurement aims to enhance access to a comprehensive archive of U.S. legislative materials, providing USACE personnel with perpetual access to critical documents spanning from 1824 to 2003, while also ensuring the delivery of usage data and contractor labor reporting. The importance of this service lies in its unique ability to offer a complete and searchable collection of congressional publications, which is essential for federal staff research and legislative analysis. Interested parties must express their interest and capability by September 28, 2024, and can contact Parker Condit at parker.condit@usace.army.mil or 703-428-7147 for further information.
    PowerSchool Intersect Solution License Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, intends to award a sole source contract to PowerSchool Group LLC for the renewal of the Intersect Solutions subscription, a web-based college planning and engagement platform. This procurement aims to enhance the college readiness and engagement of high school students by integrating the college planning processes of students, parents, and guidance counselors into a cohesive database. The contract, valued at $335,375, will run from September 30, 2024, to September 29, 2025, with an anticipated award date of September 29, 2024. Interested parties must submit responses by September 23, 2024, and are required to register in the System for Award Management (SAM) for eligibility. For further inquiries, contact Cody Ellis at cody.c.ellis.civ@us.navy.mil or call 757-443-3801.
    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.