Notice of Intent to Award Sole Source- Bentley Sofware
Type: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Nov 16, 2023 6:03 PM
  2. 2
    Updated Nov 16, 2023 6:03 PM
  3. 3
    Due Nov 27, 2023 5:00 PM
Description

Notice of Intent to Award Sole Source- Bentley Sofware

The National Aeronautics and Space Administration (NASA) intends to issue a sole source, firm-fixed price contract to acquire Bentley products and services through its authorized Channel Partner, Carahsoft. This procurement is classified as a Special Notice under the IT and Telecom - Business Application/Application Development Software as a Service industry.

The purpose of this procurement is to obtain Bentley E365 related products and services. Bentley products and services are typically used for various engineering and infrastructure projects. They provide software solutions for design, construction, and operation of infrastructure assets such as buildings, roads, bridges, and utilities.

The place of performance for this contract is Orlando, FL, with a zip code of 32899, in the United States. The contract will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, Virginia 20190.

It has been determined that Carahsoft is the sole provider of the requested Bentley E365 related products and services. No other type of items will satisfy NASA's requirements, thereby precluding consideration of a product manufactured by another company.

Please note that this procurement is being conducted under the authority of FAR 6.302-1, which allows for sole source acquisitions when there is only one responsible source capable of providing the required supplies or services.

Thank you for your attention to this matter.

Point(s) of Contact
No information provided.
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Neonsee Solar Simulator-HCSS-21-V-MJ Base System
Active
National Aeronautics And Space Administration
NASA Shared Services Center has issued a special notice regarding the requirement for the Neonsee Solar Simulator-HCSS-21-V-MJ Base System. The agency intends to award a sole source contract to Neonsee GmbH, located in Germany, as this company is the sole provider of this specialized system. This procurement falls under the FAR Part 12 and FAR Part 13 guidelines for acquiring commercial items and services. NASA/NSSC will serve as the procuring center, with the contract being performed at NASA/Glenn Research Center. Interested parties may submit their capabilities and qualifications to the Primary Point of Contact, Monica D. Wilson, in writing until 1:00 p.m. on July 31, 2024. Submitted qualifications will be evaluated to determine whether the procurement process should be competitive. NASA Clause 1852.215-84, Ombudsman, is applicable for this opportunity. The NAICS Code is 334516, and the PSC Code is 6640. The primary contact for this opportunity is Monica Wilson, whose email address is provided as monica.d.wilson@nasa.gov.
Burst Testing GRX-810 Blisks
Active
National Aeronautics And Space Administration
NASA Shared Services Center has issued a special notice regarding its intention to award a sole-source contract to Schenck USA Corp. for burst testing GRX-810 blisks. The agency requires these services for NASA/Select Center and plans to procure them as commercial items using FAR Part 12 and FAR Part 13 procedures. This procurement falls under the NAICS Code 334519: Other Measuring and Controlling Device Manufacturing, with a PSC Code of K036 for the modification of specialized industry machinery. The agency has determined that Schenck USA Corp. is the sole provider of the required services. Interested parties may submit their capabilities and qualifications to the primary point of contact, Monica D. Wilson, by 11:30 a.m. on July 31, 2024. NASA will evaluate these submissions to decide if a competitive procurement process is warranted. Oral communications will not be considered. The NASA Clause 1852.215-84, Ombudsman, applies, and the respective ombudsman can be found on the NASA website. The primary contact for this opportunity is Monica Wilson at monica.d.wilson@nasa.gov.
Notice of Intent to Sole Source
Active
Dept Of Defense
Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
Two Windows Puget Workstation EPYC 9004 E210-XL
Active
National Aeronautics And Space Administration
The National Aeronautics and Space Administration (NASA) is issuing a special notice regarding its requirement for two Windows Puget Workstation EPYC 9004 E210-XL computers. NASA/NSSC intends to award a sole-source contract to Puget Sound Systems, Inc. as the sole provider of this specialized workstation. The procurement follows FAR Part 12 and FAR Part 13 guidelines for acquiring commercial items and services. The agency seeks responses from qualified organizations regarding their capabilities and qualifications to perform the work. Interested parties have until 9:00 a.m. CST on July 31, 2024, to submit their credentials. NASA will evaluate these submissions to determine if a competitive procurement process is warranted. The NAICS Code for this opportunity is 334111: Electronic Computer Manufacturing, and the PSC Code is 7B21: IT and Telecom - Compute: Mainframe (Hardware and Perpetual License Software). This special notice does not constitute a Request for Proposal (RFP), and NASA retains the discretion to make a sole-source award. Oral communications will not be accepted in response to this notice. For further information, interested parties may contact Cody Guidry, Procurement Specialist, at cody.d.guidry@nasa.gov. NASA's Center Ombudsman can also provide information and is available at the URL provided: http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
Notice of Intent to Sole Source Award: GEO Jobe GIS Consulting software license subscription
Active
Health And Human Services, Department Of
Notice of Intent to Sole Source Award: GEO Jobe GIS Consulting software license subscription The Department of Health and Human Services, specifically the Indian Health Service, intends to negotiate a Firm Fixed Price sole source contract with GEO Jobe GIS Consulting for the renewal and maintenance of existing software licenses. This contract is necessary to support the Office of Environmental Health and Engineering (OEHE) Sanitation Facilities Construction (SFC) Program within the Indian Health Service. The software licenses are used to maintain an on-premise GIS portal, software subscriptions, and various technical support. The GIS portal is shared with several other IHS programs to collect and share data. It supports basic needs and services but requires a license renewal to maintain applied security permissions for map services at the group level. The software tool also supports ongoing agency COVID-19 data collection and reporting for over 350 IHS/Tribal users at 500+ hospitals and health care centers. Additionally, it supports complex workflows related to sanitation facilities construction and installed utilities. If the contract is awarded to another vendor, the government would incur a duplication of cost/effort estimated at approximately 3-4 times the cost of the current product. This is due to the time it would take to review, plan, test, and implement an alternative solution. Under this acquisition, the government intends to purchase GEO Jobe Security Manager NEXT software licenses. The quantities required are one (1) GEO Jobe Security Manager NEXT-(up to 4 Cores) and two (2) GEO Jobe Security Manager NEXT-(additional 4 cores). These licenses are necessary to enhance security and permissions software within the existing IHS OEHE Portal for ArcGIS platform, manage utility infrastructure and as-built data, control access to map services and portal groups, support COVID-19 data collection and reporting, and provide technical support and access to new releases. The anticipated period of performance for this contract is one (1) year from October 1, 2024, to September 30, 2025, with a total anticipated cost of $15,000.00. Please note that this notice of intent is not a request for competitive proposals. However, interested firms may submit a capability statement in response to the requirement. The deadline for capability statement submission is 3:00 PM Eastern Time on August 2, 2024. The primary contact for this procurement is Colleen Henry, Contract Specialist, who can be reached at (240) 463-3813 or colleen.henry@ihs.gov. The government retains the discretion to determine whether or not to open competition-based responses to this notice.