Notice of Intent to Sole Source to Aquifer, Inc.
ID: USUHS_NoticeOfIntent_AquiferIncType: Special Notice
Overview

Buyer

DEPT OF DEFENSE

NAICS

Professional Organizations (813920)

PSC

EDUCATION/TRAINING- SCIENTIFIC/MANAGEMENT (U004)
Timeline
    Description

    The Uniformed Services University of the Health Sciences (USU) intends to award a sole-source, firm-fixed-price contract to Aquifer Inc. for the procurement of one Aquifer Annual Subscription and one WISE Annual Subscription. These subscriptions are essential for the School of Medicine curricula, particularly in the fields of Pediatrics, Family Medicine, Internal Medicine, Radiology, Neurology, and Geriatrics, as they provide critical tools for custom case study creation and access to a comprehensive case study library. The contract will adhere to FAR Part 13.106-1(b)(1)(i) guidelines, and while this notice is not a request for quotes, the agency invites capability statements from responsible sources that can demonstrate their ability to fulfill the subscription requirements under a single license agreement. Interested parties must submit their responses via email by 3:00 PM EST on March 29, 2025, to the primary contact, Kaysie Taylor, at kaysie.taylor@usuhs.edu, or to the secondary contact, Emily Mashek, at emily.mashek@usuhs.edu.

    Point(s) of Contact
    Kaysie Taylor FKA Kaysie Shadeck
    kaysie.taylor@usuhs.edu
    Files
    Title
    Posted
    The Uniformed Services University of the Health Sciences (USU) intends to award a sole-source contract to Aquifer Inc. for the procurement of an Aquifer Annual Subscription and a WISE Annual Subscription. These tools are critical for various School of Medicine curricula, specifically in Pediatrics, Family Medicine, Internal Medicine, Radiology, Neurology, and Geriatrics. Aquifer Inc. is the sole known supplier of these subscriptions, which allows for custom case study creation and access to a case study library essential for maintaining curriculum consistency. The contract will follow the guidelines of FAR Part 13.106-1(b)(1)(i), and although this notice is not a request for quotes, the agency invites capability statements from all responsible sources that can demonstrate their ability to provide the necessary subscriptions under a single license agreement. Responses are due via email by 3:00 PM EST on March 29, 2025. The notice underscores the USU's commitment to delivering high-quality education and ensuring the availability of essential educational tools for its health sciences curriculum.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Sole Source – TheraDoc subscription
    Buyer not available
    The National Institutes of Health (NIH) Clinical Center intends to award a firm fixed-price purchase order for subscription services related to the TheraDoc application, exclusively owned by Premier Healthcare LLC. This procurement aims to secure applications, support, maintenance, and training for the TheraDoc clinical surveillance solution, which is critical for enhancing healthcare delivery and patient safety. The acquisition will follow the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for a sole-source solicitation due to the unique nature of the services required. Interested parties may express their capabilities and submit comments to the NIH by November 21, 2024, with inquiries directed to Ryssa Nix at Ryssa.nix@nih.gov.
    Notice of Intent to Sole Source Notice for Complete Library Plus Online Subscription
    Buyer not available
    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.
    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.
    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.
    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.
    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.
    **AMENDED** Ungerboeck Subscription Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Supply Fleet Logistics Center Norfolk, is seeking to renew the subscription for Ungerboeck venue management software for the United States Naval Academy (USNA) in Annapolis, Maryland. This procurement aims to secure a Firm Fixed Price contract for the renewal of software licensing and maintenance, which is critical for managing scheduling across multiple venues on campus. The software has been in use for over five years and is integral to USNA's operational efficiency, making a transition to a different system impractical due to potential costs and training burdens. Interested vendors must contact Jordan Walton at jordan.l.walton.civ@us.navy.mil and ensure they are registered in the System for Award Management (SAM) to submit proposals by the specified deadline.
    Notice of Intent - Sole Source for Warranty and Service for ConMed Airseal and Helix Argon
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to Lovell Government Services, Inc. for extended warranty and service plans for seven AirSeal iFS units and two Helix Argon Beam units at the Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is essential for maintaining the operational readiness and reliability of critical medical equipment used in the Main Operating Room. The contract will be awarded under the authority permitting “Other than full and Open Competition,” and interested parties may express their capabilities by emailing Kendall Spann at kendall.j.spann.civ@health.mil by 12:00 PM EST on March 19, 2025. Please note that this notice is not a request for competitive proposals, and phone inquiries will not be accepted.
    CensiTrac Surgical Instrument Tracking System Annual Subscription Services at Brian D. Allgood Army Community Hospital, South Korea
    Buyer not available
    The Department of Defense seeks to award a firm-fixed price contract for annual subscription services related to the CensiTrac Surgical Instrument Tracking System at the Brian D. Allgood Army Community Hospital in South Korea. This system is essential for automating the tracking of surgical instruments and equipment, enhancing infection control, and providing data for performance analysis and improvement. The contract, planned to run from September 15, 2024, to September 14, 2025, aims to engage Censis Technologies, Inc. as the sole authorized provider of CensiTrac. The proposed contract covers software licensing, security, upgrades, and maintenance, ensuring efficient surgical instrument management and improved clinical outcomes. The Medical Readiness Contracting Office—Pacific encourages all responsible parties to submit capability statements or quotations for consideration. The procurement falls under the NAICS code 513210: Software Publishers, with an annual size standard of $47 million. If you wish to respond to this opportunity, ensure your submission is received by the agency prior to the deadline. For more information or clarifications, contact Scott Saito at scott.k.saito.civ@health.mil or via phone at 808-433-9512.
    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.