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
    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
    Similar Opportunities
    RSMeans Costworks software FY25 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew its RSMeans Costworks software for fiscal year 2025 through a sole source contract with R.S. MEANS COMPANY LLC. This procurement aims to obtain industry-standard construction cost data essential for developing independent government cost estimates for various launch site construction projects at the Kennedy Space Center, including those related to the Space Launch System. The software will support multiple construction disciplines and is vital for effective budget management and execution of federal space program tasks. Interested organizations must submit their qualifications in writing to Laura Quave at laura.a.quave@nasa.gov by 3:00 p.m. CST on January 21, 2025, to be considered for this opportunity.
    Notice of intent to award sole source
    Dept Of Defense
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
    D--Justification and Approval for Award of N6247017C6000 to Accompany Notice of Intent to Sole Source Posted 15 June 2017
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source contract to National Institute of Building Sciences (NIBS) for the Design Review and Checking System (DrChecks) and Bidder Inquiry applications. These applications are part of ProjNet, a suite of secure, on-demand, design review, inquiry and comment, issue resolution, communications, and document archiving tools managed by NIBS. The contract is authorized by Public Law 93-383 and is not open for competitive procurement. The anticipated award date is 30 June 2017.
    Saratech Maintenance Renewal FY25
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    Notice of Intent to Sole Source, Protected Internet Exchange (PiX)
    Dept Of Defense
    The National Geospatial-Intelligence Agency (NGA) intends to issue a sole source contract to Tesla Government, Inc. for the operations and sustainment of the Protected Internet Exchange (PiX) system. This contract will encompass various services including data curation and management, open source research, report writing, data visualization and mapping, user engagement, community building, and software development. The PiX system is critical for the NGA's mission, requiring specialized capabilities that Tesla Government uniquely possesses, such as geographic information system (GIS) management and information system security. The contract will have a base period of 12 months with four additional 12-month option periods, totaling 60 months. Interested parties may submit capability statements to the agency, with inquiries directed to Bradley R. Austin at bradley.r.austin@nga.mil or Richard C. Petty at richard.c.petty@nga.mil.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Dept Of Defense
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    Notice of Intent to Sole Source - Center for Automotive Research
    International Trade Commission, United States (duns # 02-1877998)
    The U.S. International Trade Commission intends to award a sole source Purchase Order to the Center for Automotive Research for the provision of a comprehensive database of vehicles and suppliers, which will support the Commission's analytical and decision-making processes. This procurement is essential for the Commission as it requires expert knowledge and substantial intelligence to aid in their work, particularly in generating analytical statistics. The contract is set for a one-year period, from February 1, 2025, to January 31, 2026, and interested parties may submit information to Alisha Hunt at Alisha.Hunt@usitc.gov within five days of this notice. This announcement serves informational purposes only, and no solicitation will be issued for competitive quotations.
    7A--NOTICE OF INTENT TO ISSUE A SOLE SOURCE CONTRACT
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Ocean Energy Management (BOEM), intends to issue a sole source contract to Ithaca Clean Energy, Inc. for application subscription services and maintenance of the Waterfront online application. This procurement aims to enhance communication between BOEM and the fishing community regarding proposed actions that may impact them, utilizing the unique capabilities of the Waterfront application, which is exclusively developed and maintained by Ithaca Clean Energy. The anticipated contract will be a Firm-Fixed Price Purchase Order with a performance period of twelve months, including two optional twelve-month extensions, and is expected to be below the simplified acquisition threshold. Interested parties capable of fulfilling these requirements may submit a capability statement to the primary contact, David Villani, at david.villani@bsee.gov by 5:00 PM Eastern Time on January 29, 2025.
    N66001-25-Q-6079 - Notice of Intent to Award Sole Source Order to Planet Labs Federal, Inc.
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to Planet Labs Federal, Inc. for the procurement of satellite electro-optical vessel detections, including image chips and associated metadata. This procurement is critical for enhancing maritime surveillance capabilities, leveraging advanced satellite telecommunications technology. Interested vendors are encouraged to submit bids or proposals, as the government may consider competitive procurement based on responses received by January 24, 2025, at 10 AM Pacific Time. For inquiries, contact Contract Specialist Martin D Mejia at martin.d.mejia.civ@us.navy.mil or by phone at 619-553-3292.
    Yearly maintenance software agreement
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to establish a yearly maintenance software agreement for Keysight Technologies' Advanced Design System (ADS) and RFPro Software suite. The procurement aims to ensure regular software upgrades and provide technical support, which are vital for maintaining operational efficiency in governmental and defense applications that utilize advanced design software. This sole source contract will be awarded to Keysight Technologies, as they are the only provider capable of fulfilling these requirements, with performance taking place at NASA's Glenn Research Center. Interested organizations must submit their capabilities and qualifications in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on January 21, 2025, to be considered for this procurement.