D--IMPLAN LICENSE AND DATA
ID: 140M0125Q0023Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF OCEAN ENERGY MANAGEMENTACQUISITION MANAGEMENT DIVISIONSTERLING, VA, 20166, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Bureau of Ocean Energy Management (BOEM), part of the Department of the Interior, intends to issue a sole source contract for IMPLAN licenses and data to The IMPLAN Group LLC. This procurement aims to maintain access to updated Impact Analysis and Planning (IMPLAN) data, which is essential for developing and updating BOEM's regional economic impact models and conducting various economic analyses. The IMPLAN data is critical for the Secretary's annual economic report and BOEM's economic contributions report, ensuring consistency in analyses related to the National OCS Program development. Interested parties may submit capability statements or quotations by 5:00 PM Eastern Time on July 31, 2025, to the primary contact, David Villani, at david.villani@bsee.gov.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    F--Limited Sources Justification posting for BPA Order 140L0625F0156.
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is issuing a special notice regarding a Limited Sources Justification for a sole-source contract with Environmental Management and Planning Solutions Inc (EMPSi) for Planning and NEPA Services related to a Resource Management Plan Revision and an Environmental Impact Statement. This procurement aims to leverage EMPSi's unique expertise and previously developed tools, which are critical for addressing new directives and pending litigation concerning energy and critical minerals in North Dakota. The justification for this sole-source contract is based on the significant cost and time implications of duplicating EMPSi's work, which could result in an estimated additional expense of $350,000 and a six-month delay in project completion. For further inquiries, interested parties may contact Shawn Haubner at shaubner@blm.gov.
    FAR 13.5 Sole Source with Bloomberg Finance L.P.
    Energy, Department Of
    The U.S. Department of Energy (DOE) is seeking to engage Bloomberg Finance L.P. through a sole source contract under FAR 13.5, specifically for management support services related to data collection for the Energy Information Administration (EIA). This procurement is justified as an exception to full and open competition, indicating the specialized nature of the services required, which are critical for the DOE's data management and analysis efforts. The contract aims to ensure the continuity and reliability of data services that support energy policy and decision-making processes. Interested parties can reach out to Katherine Bowen at katherine.bowen@hq.doe.gov for further details regarding this opportunity.
    Notice of Intent to Sole Source to Independent Commodity Intelligence Services
    Energy, Department Of
    The U.S. Department of Energy (DOE) is issuing a Notice of Intent to Sole Source to Independent Commodity Intelligence Services for a procurement related to the Energy Information Administration (EIA). This requirement is justified under the Federal Acquisition Regulation (FAR) 13.5, which allows for simplified procedures for one source, indicating that the services or products are uniquely available from this vendor. The procurement is categorized under the PSC code T099, which pertains to other photo/map/print/publication services, highlighting the specialized nature of the goods or services sought. For further inquiries, interested parties can contact Katherine Bowen at katherine.bowen@hq.doe.gov.
    Notice of Intent to Sole Source - Shoreline Mapping Support
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), has issued a Notice of Intent to Sole Source for Shoreline Mapping Support services. This procurement involves modifications to existing contracts to increase the maximum ordering value of the National Geodetic Survey's multiple-award indefinite delivery/indefinite quantity (IDIQ) contracts for Architect-Engineer Shoreline Mapping Services. These services are crucial for the accurate mapping and management of shoreline areas, which play a significant role in environmental monitoring and coastal management efforts. Interested parties can reach out to Michael J. Williams at Michael.J.Williams@noaa.gov or (757) 441-3434, or Nicole Lawson at Nicole.Lawson@noaa.gov or (757) 441-6879 for further details.
    Notice of Intent to Award Sole Source
    Energy, Department Of
    The U.S. Department of Energy (DOE), through its Environmental Management Consolidated Business Center (EMCBC), intends to award a sole source contract to Environmental Systems Research Institute, Inc. (ESRI) for proprietary software and services. This contract will cover a 12-month subscription that includes maintenance for ArcGIS Enterprise Standard, ArcGIS Enterprise Professional Plus User Type, and ArcGIS Pro Extensions, which are critical for the DOE's environmental management operations. The acquisition is justified under FAR 6.302-1, as ESRI is deemed the only responsible source for these specialized services. Interested parties may submit responses regarding the feasibility of future competitive procurements via email to Rudi Sotlar at rudi.sotlar@emcbc.doe.gov by December 23, 2025, at 5:00 PM ET, as no solicitation will be publicly posted.
    Notice of Intent to Sole Source - S&P Global
    International Trade Commission, United States (duns # 02-1877998)
    The U.S. International Trade Commission (USITC) intends to award a sole source contract to S&P Global, Inc. for annual subscriptions to the Chemical Economic Handbook (CEH) and the Directory of Chemical Producers (DCP). This procurement aims to secure comprehensive and reliable global data on the chemicals industry, including critical information on supply chains, trade, and production capabilities, which are essential for the USITC's mission. The CEH and DCP provide unique, in-depth data that is not available from any other vendor, making them vital resources for the agency's analysis and research services. The contract will cover a base year from January 1, 2026, to December 31, 2026, with two optional one-year extensions. Interested parties may submit information to Meaghann Peak at meaghann.peak@usitc.gov within five days of this notice, although this announcement is not a request for competitive proposals.
    59--RM YOUNG REPAIR PARTS, FY26
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management at the National Interagency Fire Center, intends to negotiate a contract with R.M. Young Company, LLC for the procurement of repair and calibration parts for the R.M. Young Wind Speed and Wind Direction Sensor. This acquisition is critical for maintaining the functionality of equipment used in monitoring environmental conditions, which is essential for effective fire management and response operations. The estimated value of this contract is $202,465.82, and interested parties must submit their qualifications by 5 PM Eastern on December 26, 2025, to be considered, as no Request for Quotation will be issued. For inquiries, contact Casey Gean Boyd at cmboyd@blm.gov.
    R--This is a sources sought, request for information
    Interior, Department Of The
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    Notice of Intent to Sole Source - Data Management Services (MCC Evidence Platform)
    Millennium Challenge Corporation
    The Millennium Challenge Corporation (MCC) intends to solicit and negotiate a sole-source contract for Data Management Services related to the MCC Evidence Platform, specifically with the existing vendor, ICPSR. The procurement aims to ensure continuity and efficiency in managing the platform, as transitioning to a new vendor would incur significant costs and delays due to the complexities involved in redesigning and migrating data, as well as necessary IT security assessments and staff training. Interested parties may submit a capability statement or quotation within 14 days of this notice, with responses due by 12:00 PM ET on December 22, 2025, directed to Walter Pemberton and Jacqueline Naranjo via email, as phone inquiries will not be accepted.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.