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
    Notice of intent to award sole source
    Buyer not available
    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
    Buyer not available
    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
    Buyer not available
    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.
    N0003925R2004 Notice of Intent to Award a Sole Source Contract for Engineering Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAWARSYSCOM), intends to award a sole source contract to L3Harris Technologies, Inc. for engineering support services related to the Commercial Broadband Satellite Program (CBSP). This contract will cover maintenance, repair, and support for the CBSP Force Level Variant and Unit Level Variant terminals, which are critical for communications and navigation systems. The procurement is justified under the authority of 10 U.S.C. 3204(a)(1) and FAR 6.302-1, citing that only one responsible source is available for these specialized services. Interested parties can reach out to Contract Specialist Steffany Becker at steffany.a.becker.civ@us.navy.mil or by phone at 619-548-1837 for further information.
    Ex Libris Products for Headquarters
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking to procure Ex Libris Products, specifically the Alma Library Management System and Primo VE Discovery Layer, for its Headquarters in Washington, D.C. The procurement will be conducted as a sole source contract with Clarivate Analytics (US) LLC, the only provider of these products, under the authority of FAR 13.501(a). These systems are critical for managing library resources and enhancing user discovery capabilities within NASA's information procurement technology framework. Interested organizations are invited to submit their capabilities and qualifications via email to Tanisha Rush by 4:00 PM CT on February 6, 2025, for consideration in determining whether to pursue a competitive acquisition process.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    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.
    DA10--EC2 Software Solutions | NMIS | Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 17, intends to award a sole source contract to ec2 Software Solutions for annual software support and updates for a duration of one year. This procurement is critical as ec2 Software Solutions has provided a proprietary letter asserting that they are the sole manufacturer and distributor of the required software products, which are not available from independent resellers in the United States. This notice serves to inform potential vendors that while this is not a solicitation for proposals, they may submit capability statements to demonstrate their qualifications; however, if no affirmative responses are received within seven days, the contract will be awarded to ec2 Software Solutions. Interested parties can contact Contract Specialist Gillian M. Hooge at gillian.hooge@va.gov or (210) 364-3724 for further information.
    Notice of Intent to Sole Source - Coastal Geospatial Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract modification for Coastal Geospatial Services with Axim Geospatial, LLC, Dewberry Engineers, Inc., NV5 Geospatial Inc., Tetra Tech Inc., and Woolpert, Inc. This modification aims to increase the existing maximum ordering value of $49 million for professional geospatial support services, which are critical for managing the nation’s coastal resources as mandated by the Coastal Zone Management Act. The services provided under this contract include lidar data acquisition, thematic mapping, quality assurance, and geospatial training, all of which support NOAA’s Digital Coast initiative. Interested parties must submit their affirmative responses demonstrating capability by February 12, 2025, via email to Carley Flaxman and Dorothy Curling at NOAA.
    Epsilon3 Pro License Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its Epsilon3 Pro License through a sole source contract with Epsilon3, Inc., the exclusive provider of this software. The procurement involves acquiring one on-premise deployment license for a 12-month term, along with an additional 40 licenses, to support electronic procedure execution at the NASA Stennis Space Center in Mississippi. This renewal is crucial for maintaining operational capabilities within NASA's procedural management systems, ensuring continued efficiency and compliance. Interested parties may submit their capabilities and qualifications by 1 p.m. CST on February 6, 2025, to assess the possibility of competitive procurement, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    Autodesk
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Autodesk software and related support exclusively from DLT Solutions, LLC, under a sole-source solicitation. This procurement is essential for maintaining the operational capabilities of the Combatant Craft Engineering Technology Center Lab, as Autodesk software is uniquely compatible with the U.S. Navy's design and modification requirements for boats and crafts. The government intends to award a firm fixed-price purchase order using Simplified Acquisition Procedures, with interested parties required to submit a capabilities statement by 11:59 AM on February 7, 2025. For further inquiries, interested vendors can contact Michael J. Bonaiuto at michael.bonaiuto@navy.mil or by phone at 301-227-0589.