NOTICE OF INTENT TO AWARD SOLE SOURCE Congressional Quarterly (CQ) Roll Call
ID: 95314225Q0005Type: Special Notice
Overview

Buyer

DEFENSE NUCLEAR FACILITIES SAFETY BOARDDEFENSE NUCLEAR FACILITIES SAFETY BOARDDEFENSE NUCLEAR FAC SAFETY BOARDWASHINGTON, DC, 20004, USA

NAICS

Web Search Portals and All Other Information Services (519290)
Timeline
    Description

    The Defense Nuclear Facilities Safety Board (DNFSB) intends to award a sole-source contract for a subscription to Congressional Quarterly (CQ) Roll Call, which is critical for its Congressional liaison function requiring timely access to legislative information. The procurement involves five licenses for CQ Roll Call Subscription Services, valued at $78,250 over multiple years, due to the expiration of an existing contract on March 14, 2025. This subscription is essential for tracking legislative actions that impact DNFSB's operations, and the sole-source justification is based on CQ Roll Call's unique ability to provide the necessary information efficiently, thereby aligning with DNFSB's mission and fiscal responsibility. Interested parties can refer to the Special Notice for further details on the procurement process.

    Point(s) of Contact
    No information provided.
    Files
    Title
    Posted
    The Defense Nuclear Facilities Safety Board (DNFSB) seeks to procure a subscription to Congressional Quarterly (CQ) Roll Call as part of its Congressional liaison function, which requires timely access to legislative information. The necessity for five licenses of the CQ Roll Call Subscription Services is emphasized due to the impending expiration of an existing contract on March 14, 2025. This purchase, valued at $78,250 over multiple years, falls under the Simplified Acquisition Threshold and will be made as a sole-source acquisition from CQ Roll Call Inc., the exclusive provider of this content. Justification for this sole-source procurement includes the unique nature of the services required, which are essential for tracking legislative actions impacting DNFSB's operations. The document references FAR regulations to support limiting competition, asserting that CQ Roll Call provides the most efficient access to necessary information, thus saving costs by eliminating intermediaries. The contract also includes several option periods extending service through March 2030. This procurement is positioned as both essential for operational effectiveness and fiscally responsible, aligning with DNFSB's mission to stay abreast of legislative developments pertinent to its functions.
    Lifecycle
    Similar Opportunities
    Purchase COMSOL License Renewal
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract for the renewal of a COMSOL license to Comsol Inc. This procurement is essential for maintaining access to advanced simulation software that supports various research and development projects within the Navy. The purchase will be executed under Simplified Acquisition Procedures, with a focus on ensuring that the requirements are met efficiently, and is not expected to exceed the simplified acquisition threshold of $250,000. Interested parties may express their capabilities to respond to this requirement by contacting James Buie at james.buie@nrl.navy.mil before the closing date of March 17, 2025, at 0800 hours.
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.
    Naval Surface Warfare Center Carderock Division intent to sole source RedHat software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division, intends to award a Sole Source Firm Fixed Price Contract for RedHat software licenses to DLT Solutions, LLC. This procurement specifically seeks to renew three licenses for RedHat Ansible Tower software, which is critical for managing Linux devices within the RDT&E network, ensuring standardized configurations and enhanced security. The necessity for sole sourcing arises from the Department of the Navy's Enterprise Software Licensing Agreement, which mandates procurement exclusively from DLT Solutions due to proprietary rights and exclusive licensing agreements. Interested parties may challenge this sole source decision by submitting written documentation to David Crouch at david.w.crouch3.civ@us.navy.mil by the specified deadline. The renewal period for the software licenses is set from May 1, 2025, to April 30, 2026.
    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.
    Springer Nature Serials Renewal
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for the renewal of Springer Nature serials, specifically for Library Journal/E-books, to support the Naval Postgraduate School (NPS). The objective of this procurement is to secure licenses from Springer Nature Customer Service Center, LLC, as they are the only authorized provider capable of meeting the Government's needs due to the proprietary nature of the software. Interested vendors must submit a capability statement by 10:00 AM PST on March 17, 2025, detailing their qualifications and ability to provide the required licenses, with submissions directed to jonathan.a.stames.civ@us.navy.mil. This notice is not a request for competitive proposals, and no solicitation document will be issued.
    Synopsis of Notice of Intent to Sole Source Contract for licensed software that includes new versions and revisions to support the Department of the Navy’s (DoN’s) Commercial Off-The-Shelf for Comprehensive Utilities Information Tracking System (CIRCUITS).
    Buyer not available
    The Department of the Navy, through the Naval Facilities Engineering and Expeditionary Warfare Center, intends to award a sole-source contract to Itron, Inc. for the licensing and maintenance of the Comprehensive Utilities Information Tracking System (CIRCUITS). This procurement is essential for providing software updates, maintenance services, and technical support for critical utilities management systems that service approximately 13,000 meters, ensuring compliance with Department of Defense standards and uninterrupted operational functionality. The contract will span one year with four additional option years, totaling five years, and is justified under 10 U.S.C. §2304 (c)(1) due to Itron's proprietary ownership of the necessary software. Interested parties may contact Dyanne Van Der Kamp at dyanne.vanderkamp.civ@us.navy.mil or Jonathan Oliveros at jonathan.c.oliveros.civ@us.navy.mil for further information.
    Notice of Intent
    Buyer not available
    The U.S. Department of Energy's Grid Deployment Office (GDO) intends to award a sole source contract to The C Three Group / Yes Energy for essential database services. This contract will support GDO's reporting requirements, including the National Transmission Needs Study, by providing critical information on historical and future transmission projects across the United States. The contract will span one base year from January 1, 2025, to December 31, 2025, with four additional one-year options, and interested parties may submit capability statements to Sirron Scott at Sirron.Scott@hq.doe.gov within 15 days of the notice to be considered for future competitive procurement.
    70--Westlaw on-line subscription
    Buyer not available
    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.
    American Chemical Society (ACS) Subscription
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), intends to award a sole-source contract for a subscription to the American Chemical Society (ACS) Publications database. This subscription, effective from April 1, 2025, to March 31, 2026, is essential for providing AFRL scientists and engineers with access to comprehensive, peer-reviewed research literature in chemical science, which is critical for advancing their mission in developing warfighting technologies. The ACS database is uniquely positioned to meet the diverse technical needs of various AFRL directorates, offering unlimited simultaneous access and offline downloads, thereby supporting high-quality scientific inquiry. Interested parties may submit capability statements or proposals to Glenn Wellman at glenn.wellman@us.af.mil by March 18, 2025, with the understanding that the Government will not pay for any information received in response to this notice.
    Energy and Regulatory Legislation Subscription Service
    Buyer not available
    The Federal Energy Regulatory Commission (FERC) is seeking proposals for an Energy and Regulatory Legislation Subscription Service under solicitation number 89603025Q0017. This service aims to provide comprehensive tracking and analysis of legislative developments related to energy bills, which is crucial for the agency's decision-making processes regarding budget and appropriations. The contract will span a base period from April 1, 2025, to March 31, 2026, with four optional one-year extensions available through March 31, 2030, and is set aside for various small business categories, including service-disabled veteran-owned and women-owned businesses. Interested bidders must submit their quotations by 5:00 PM EDT on March 19, 2025, and direct inquiries to Kevin Richards at kevin.richards2@ferc.gov or by phone at 202-502-6860.