Notice of Intent to Sole Source Notice for Complete Library Plus Online Subscription
ID: REQ1147894Type: Special Notice
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUS

NAICS

Software Publishers (513210)

PSC

PHOTO/MAP/PRINT/PUBLICATION- OTHER (T099)
Timeline
    Description

    The United States Department of Agriculture (USDA), through the National Agricultural Library (NAL), intends to procure a subscription for the RSMeans Online Complete Plus software, which is essential for generating construction cost estimates and validating pricing. This software provides access to a comprehensive database that includes over 85,000 unit prices, 25,000 building assemblies, and 42,000 facilities repair and remodeling costs, facilitating effective budgeting for various construction projects. The procurement falls under NAICS code 513210 for Software Publishers and is categorized with the Product Service Code T099 for miscellaneous publications, with a subscription period extending from May 2025 to May 2028. Interested vendors are invited to submit supporting documentation to Contracts Specialist David Jordan at david.jordan@usda.gov by March 18, 2025, as this notice serves as an informational announcement and does not constitute a request for proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of Agriculture (USDA), through the National Agricultural Library (NAL), intends to procure a subscription for the RSMeans Online Complete Plus software. This software is vital for generating construction cost estimates, validating pricing, and comparing local costs with national averages. The RSMeans database includes comprehensive data on unit prices, building assemblies, and facilities maintenance costs, enabling effective budgeting for various construction projects. This procurement notice is categorized under the NAICS code 513210, which pertains to Software Publishers, and the Product Service Code T099 for miscellaneous publications. The subscription period spans multiple years, with options extending from May 2025 to May 2028. The notice serves as an informational announcement and does not constitute a request for proposals. Interested vendors may submit documentation supporting their ability to provide these services to the designated Contracts Specialist, David Jordan, by March 18, 2025. The government reserves the right to determine whether to proceed with a competitive procurement based on the responses received, with oral communications not being accepted. This notice reflects a potential sole source acquisition process.
    Similar Opportunities
    Sources Sought for Construction Cost Data Software Online Subscription
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential vendors for a five-year subscription to construction cost data software. The software must provide comprehensive and up-to-date cost data for various construction projects, including residential, commercial, and industrial types, with features such as estimating tools, customizable reporting, collaboration capabilities, and integration with other project management tools. This procurement is crucial for ensuring accurate cost assessments in construction projects at Edwards Air Force Base, CA. Interested vendors are required to submit their company details, experience, software functionalities, and pricing information by March 18, 2025. For inquiries, vendors may contact Christopher Barnes at christopher.barnes.50@us.af.mil or Bianca Garibay at bianca.garibay@us.af.mil.
    ASTM CUSTOMIZED COMPASS PORTAL SUBSCRIPTION
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract for the renewal of the customized COMPASS portal subscription with ASTM, located in West Conshohocken, PA. This subscription provides access to a comprehensive collection of standards, including the Complete 15 volume Book of Standards, various Digital Library content, and selected European Normative Standards, ISO, and IEC Standards. The procurement is critical as ASTM is the sole provider of these services, holding exclusive rights to the content and archives, and no competitive proposals will be solicited. Interested parties may express their interest and capability via email to Randy E. Schroyer at randy.schroyer@nist.gov by 5:00 PM EST on December 26, 2024, with a firm fixed-price purchase order expected to be issued around January 27, 2025, for a one-year period with four additional one-year options.
    STANDARDS DEVELOPMENT LICENSED PLATFORM SUBSCRIPTION
    Buyer not available
    The National Institute of Standards and Technology (NIST) is conducting a Sources Sought Notice to identify qualified sources for a customized online standards development platform licensed subscription. The platform is required to facilitate the management of standards document development processes, including features for committee participation, discussion tracking, voting mechanisms, document commenting, editing, and archiving. This initiative is crucial for enhancing collaboration among various stakeholders involved in standards development, ensuring efficient and effective document management. Interested vendors must submit detailed capability statements and relevant information to Randy E. Schroyer at randy.schroyer@nist.gov by the specified response date, with no formal solicitation documents currently available.
    Resource Scheduler Software Annual Maintenance Agreement.
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), intends to negotiate a sole source contract for the annual maintenance of the Resource Scheduler Software with FM:Systems Group LLC. This procurement, classified under NAICS code 541511 for Custom Computer Programming Services, is necessary to ensure the continued functionality of proprietary software, as FM:Systems is the only entity capable of performing the required maintenance and troubleshooting. Interested parties who believe they can meet the requirements are invited to submit their capabilities in writing to the primary contact, Michael Kreacic, at Michael.D.Kreacic@irs.gov, by April 1, 2025, at 12:00 PM ET, although this notice does not constitute a request for competitive proposals. The contract will include a twelve-month base period and three twelve-month option periods, with a determination on future competitive procurement based solely on the responses received.
    SOFTWARE LICENSE SUBSCRIPTION FOR VISIUM ANNUAL SUBSCRIPTION
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole-source contract with Vitrium Systems Inc. for an annual subscription to their software license for Vitrium, a Digital Rights Management (DRM) solution. This procurement aims to secure a software license that supports encryption and access control for proposal documents submitted to the electronic Review Support Site (eRSS), as the current software, FileOpen, is incompatible with the NIH's technology upgrade to .NET 6. The Vitrium software is essential for protecting confidential content and intellectual property, offering superior document access tracking and eliminating the need for client plugin installations. Interested vendors may submit capability statements by email to Rubyanne Matthews by 11:00 AM EST on March 21, 2025, referencing NOI-NIAID-25-2257446, as this is a firm-fixed price contract with only one award anticipated.
    ASME Package 9 Collection Subscription Renewal
    Buyer not available
    The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) is seeking qualified small businesses to provide a renewal subscription for the ASME Package 9 Collection. This procurement is set aside exclusively for small businesses and aims to secure a one-year subscription, with options for renewal over the following three years, covering all current ASME journals and conference proceedings. The subscription is critical for Navy researchers to stay informed about the latest scientific and technical developments, as ASME is recognized as the leading provider of essential resources in the scientific community. Interested parties must submit their quotes electronically by March 17, 2025, and should contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or 401-832-8020 for further details.
    Pendleton Building Repairs Project A (Pendleton, OR)
    Buyer not available
    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for the Pendleton Building Repairs Project A located at the Columbia Plateau Conservation Research Center in Adams, Oregon. The project entails extensive renovations of multiple buildings constructed between 1970 and 1986, focusing on replacing outdated mechanical and electrical systems, modernizing architectural features, and ensuring compliance with safety regulations. This initiative is crucial for enhancing the research capabilities of the USDA while maintaining operational efficiency and safety during construction. The contract, valued between $500,000 and $1,000,000, is set aside for small businesses under NAICS Code 236220, with the Request for Proposal (RFP) expected to be issued around March 28, 2025. Interested parties should monitor the SAM.gov website for updates and are encouraged to contact Spencer Hamilton at spencer.hamilton@usda.gov for further inquiries.
    D--SOFTWARE SUPPORT-earthquake monitoring and data pr
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals from qualified small businesses for a federal contract focused on software support for earthquake monitoring and data distribution services. The contract, which spans five years from April 1, 2025, to March 31, 2030, aims to maintain and enhance various software systems integral to the Advanced National Seismic System (ANSS), ensuring effective monitoring and response capabilities for seismic events. This initiative is critical for advancing public safety and scientific inquiry related to earthquakes, with a minimum order of $70,000 and a maximum contract value not to exceed $5 million. Interested parties must submit their proposals by March 24, 2025, and can direct inquiries to Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    Bovine Spongiform Encephalopathy (BSE) Surveillance Sample Collection
    Buyer not available
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is preparing to solicit bids for the collection of Bovine Spongiform Encephalopathy (BSE) surveillance samples from cattle across the United States. This initiative aims to gather brain stem samples from targeted cattle populations, which are subject to change based on the evolving demographics of the national cattle population. The government intends to award multiple firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contracts to vendors capable of accessing these cattle populations, with the solicitation expected to be released on or around November 20, 2024. Interested parties should monitor SAM.gov for the solicitation number 12639525Q0012 and are encouraged to reach out to Amanda Imlach at amanda.imlach@usda.gov or 978-770-3634 for further inquiries.
    Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D)
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D), effective October 24, 2024. This solicitation outlines the provisions and contract requirements for vendors interested in supplying commodities for various USDA food programs, including the National School Lunch Program and the Commodity Supplemental Food Program. The updated document emphasizes compliance with Federal Acquisition Regulations (FAR), vendor qualification criteria, and sustainability measures, ensuring that all commodities are sourced from U.S. suppliers. Interested vendors can find more information and submit bids electronically via the Web Based Supply Chain Management system (WBSCM). For inquiries, contact David C. Jackson at davidc.jackson@usda.gov or Elizabeth Hoover at elizabeth.hoover@usda.gov.