SirsiDynix Subscription Renewal
ID: W15QKN25QA056Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Army Contracting Command - New Jersey (ACC-NJ), is seeking to procure a renewal of the SirsiDynix annual service subscription to support the U.S. Army Research Institute for the Behavioral and Social Sciences (ARI) Technical Library. This procurement is classified as a Sole Source award, justified under FAR 13.106-1(b)(1), indicating that the services provided by SirsiDynix are essential and uniquely suited for the Army's needs. The contract action is contingent upon the availability of funds and aims to ensure the government acquires the necessary software services effectively and responsibly. Interested parties can contact Mitchel Pereira at mitchel.d.pereira.civ@army.mil or Emily Schlee at emily.schlee.civ@army.mil for further information.

Files
Title
Posted
The document outlines a contracting officer's certification and approval for a government contract action, emphasizing the determination that the anticipated cost will be fair and reasonable. It confirms that the justification for proceeding as a sole source procurement is both accurate and in the government's best interest. The document also stipulates that this action is contingent upon the availability of funds and that the described services or supplies have been authorized for acquisition. This summary reflects the procedural compliance and due diligence required in federal contracting practices to limit competition when necessary, ensuring the government acquires goods and services effectively and responsibly.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
CUMULOCITY SOFTWARE, INTEGRATION, AND SUPPORT
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Rock Island (ACC-RI), is seeking a sole-source contract for Cumulocity software, integration, and support services from FGR Automation, LLC. This procurement is essential for maintaining the functionality of existing manufacturing devices at the Rock Island Arsenal Joint Manufacturing and Technology Center (RIA-JMTC), which rely on this specific software. The contract, which will be firm-fixed price and funded through Army Working Capital funds, is justified due to the lack of effective market competition and the unique requirements of the Cumulocity software, making FGR Automation the only viable source. Interested parties can reach out to Lynn Baker at lynn.d.baker8.civ@army.mil for further information.
Scantron Hardware Maintenance Services
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, intends to solicit a sole source contract for maintenance services of a Scantron OMR Imaging Scanner (Model iNSIGHT 150) and its associated hardware at Fort Belvoir, Virginia. The contract will be awarded to Secur-Serv, the sole provider of these specialized maintenance services, which are critical for the operational efficiency of the U.S. Army Research Institute for the Behavioral and Social Sciences. This presolicitation notice indicates that the government will not be seeking competitive quotes, and any responses will be used solely to determine the necessity of a competitive procurement. Interested parties can reach out to Jonathan Krakower at jonathan.p.krakower.civ@army.mil or by phone at 609-562-2576 for further information.
NOTICE OF INTENT TO SOLE SOURCE TO JANES GROUP US LLC
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Jane’s Group US LLC for a specialized database subscription. This procurement aims to secure high-quality, validated, and unbiased open-source defense intelligence, which includes critical programs such as Defense Equipment and Technology, Defense Industry and Markets, Terrorism and Insurgency Centre, and Country Intelligence, all of which support various defense-related research and analysis efforts. The anticipated award date is on or before April 10, 2025, and interested parties must submit capability statements by 12:00 PM Pacific Standard Time on March 19, 2025, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil.
Notice of Intent to Sole Source for DEWESoft Sirius Data Acquistion System
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of the DEWESoft Sirius Data Acquisition System. This requirement arises from the need for specialized instrumentation that meets the unique electrical and operational specifications of the Aberdeen Test Center's Ballistic Instrumentation Division, emphasizing compatibility with existing Dewesoft hardware and software. The contract aims to facilitate rapid procurement and replacement of data acquisition system components, ensuring minimal disruption to testing operations while adhering to rigorous technical standards. Interested parties must express their interest and capability by May 6, 2025, with inquiries directed to Contract Specialist Tiffany D. White at tiffany.d.white23.civ@army.mil.
JMP SAS PRO Software Licenses
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), Natick Division, intends to award a Firm Fixed Price contract for the annual renewal of JMP SAS/JMP PRO Software Licenses on a sole source basis to Executive Information Systems, LLC. This procurement is essential as the JMP SAS/JMP PRO software is uniquely capable of providing comprehensive statistical analysis and experimental design capabilities, which are not matched by other available graphical user interface statistical packages. Interested parties are invited to express their interest and capability via email to the primary contacts, Martina Biro and Brandon Rivett, by 1500 EST on April 18, 2025, as this notice does not constitute a request for proposals and no solicitation document is available.
Web Based Single-Access to Critical Engineering Standards and Technical References, known as Engineering Workbench ™
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, New Jersey, intends to negotiate a sole source contract with Accuris, Allium US Holding LLC for the provision of a web-based platform known as Engineering Workbench™, which offers single-access to critical engineering standards and technical references. This procurement is essential for both military and commercial applications, as it ensures that the NAWCAD has access to the necessary engineering resources to support its operations. The Government will consider responses to this presolicitation notice within fifteen days of publication, although it is not a request for competitive proposals. Interested parties must be registered in the System for Award Management (SAM) to be considered, and inquiries can be directed to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil or by phone at 732-323-4643.
7610--AHEC DIGITAL LIBRARY BASE+4
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 6, intends to award a sole source contract to North West AHEC for the AHEC Digital Library, which includes a base period plus a four-year option for the Salisbury VA Medical Center. This procurement is being conducted under FAR 13.106-1(b), allowing for solicitation from a single source due to the specialized nature of the required services. The AHEC Digital Library is crucial for providing access to medical and educational resources for veterans and healthcare professionals. Interested parties may express their interest and capability to fulfill this requirement by submitting information to the Contracting Officer, Amy Balicat, at amy.balicat@va.gov by 09:00 EST on April 14, 2025. The procurement falls under NAICS code 519290, with a small business size standard of $34.5 million.
NOI to Sole Source - Qiagen IPA Analysis Match Software.
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to Qiagen LLC for the procurement of Qiagen IPA Analysis Match Software. This software is crucial for the U.S. Army Medical Research Institute of Infectious Diseases as it facilitates the analysis and integration of complex biological data, including gene expression and proteomics, and is necessary for renewing five existing software licenses. Qiagen LLC is uniquely positioned to fulfill this requirement due to its proprietary capabilities and extensive knowledge database, which are essential for biomarker discovery in funded projects. Interested vendors may submit capability statements by April 21, 2025, to the designated contacts, Grant Gratton and Jayme Fletcher, via email, as no solicitation document will be issued.
Intent to Sole Source Online Access to KNOVEL Collections by Elsevier
Buyer not available
The U.S. Army Corps of Engineers, Rock Island District, intends to procure online access to the KNOVEL collections provided by Elsevier Inc. on a sole source basis, as outlined in the Special Notice. This procurement is necessary to support various engineering and scientific fields, including but not limited to Biochemistry, Civil Engineering, and Environmental Engineering, which are critical for addressing contemporary challenges in technology and development. Interested small-business firms that believe they can meet the requirements are encouraged to submit a capability statement to the primary contact, Jake Anderson, at jake.t.anderson@usace.army.mil by November 22, 2024, at 12:00 PM CT. Please note that this notice is not a request for competitive quotes, and the government will not reimburse any costs associated with the submission of capability statements.
RSMeans Online
Buyer not available
The Naval Surface Warfare Center Philadelphia, part of the Department of Defense, intends to procure ten (10) 12-month licenses for RSMeans Online (RSMO) on a Sole Source basis from RSMeans Company, LLC. This procurement is aimed at acquiring essential software services that support cost estimation and project management within the Navy's operations. The contract action will be solicited and awarded to only one source under the authority of FAR 6.302, emphasizing the specialized nature of the required services. Interested parties can direct any inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil, as phone calls will not be accepted.