D--Notice of Intent to Sole Source
ID: DOIAFBO240116Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSINDIAN EDUCATION ACQUISITION OFFICEAlbuquerque, NM, 87104, USA

NAICS

Software Publishers (513210)

PSC

IT and Telecom - End User as a Service: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (DE10)
Timeline
    Description

    Notice of Intent to Sole Source: INTERIOR, DEPARTMENT OF THE - BUREAU OF INDIAN AFFAIRS intends to procure software licenses for Turtle Mountain Elementary School. The software licenses are typically used for educational purposes and will support the school's academic activities.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Unified Backup and Recovery Software for VMWare fo
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking proposals for Unified Backup and Recovery Software for VMware, aimed at enhancing the backup procedures within their Office of Information Technology. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), reflecting the government's commitment to promoting small business participation in federal contracting. The software is critical for ensuring effective data protection and compliance with federal regulations, particularly in managing sensitive information within government operations. Interested vendors should note that the contract is anticipated to be a Firm-Fixed-Price Purchase Order, with a performance period from September 23, 2024, to September 22, 2025. For further inquiries, potential bidders can contact Lesly Hill at Lesly.Hill@bia.gov or by phone at 313-364-9251.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Skymira, LLC for the procurement of 135 Orbcomm Satellite terminals and associated data services, aimed at enhancing the operational efficiency and safety of wildland fire vehicles. This acquisition is critical for ensuring reliable vehicle tracking in remote areas, as mandated by the Dingell Act, and is designed to streamline interagency operations in collaboration with the Bureau of Land Management (BLM), which already utilizes the same tracking system for over 700 vehicles. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities within ten calendar days of this notice, which closes on September 22, 2024, at 5:00 p.m. Eastern Time. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    Notice of Intent to Award ESRI ArcGIS Server License
    Active
    Dept Of Defense
    The Department of Defense, specifically the 90th Contracting Squadron at F.E. Warren AFB in Wyoming, intends to award a sole source contract for ESRI ArcGIS Server licenses to Environmental Systems Research Institute, Inc. (ESRI). The procurement includes two ArcGIS Online Professional Annual Subscriptions, two Pro Extensions, one GeoEvent Server Annual Subscription, and one Enterprise Standard Annual Subscription, which are critical for the 90th Security Forces Group to implement a GPS Tracking System for real-time vehicle tracking capabilities. This acquisition is justified under 10 USC 3204(a)(1) and FAR 6.302-1, as ESRI is the exclusive provider of the necessary licenses, and no alternative sources were found to meet the requirements. Interested parties may submit their capabilities in writing to the primary contact, Brandon Bartlett, at brandon.bartlett.2@us.af.mil by 2:00 PM Mountain Time on September 17, 2024.
    7E--Sources Sought Notice for IEE Sources of Brand Name Only IT Equipment
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, has issued a Sources Sought Notice to conduct market research for Indian Economic Enterprises (IEEs) regarding brand name IT equipment. The objective is to identify authorized federal resellers of IT equipment from manufacturers such as Dell Technologies, Apple, Samsung, and Hewlett Packard, with submissions required to include vendor details, capabilities, socio-economic classifications, and past performance on federal contracts. This procurement process is crucial for ensuring that the Bureau meets its IT equipment needs while adhering to federal procurement guidelines. Interested vendors must submit their responses by September 26, 2024, and can direct inquiries to Adam Lowery at Adam.Lowery@bia.gov or by phone at 571-560-0622.
    Intent to Sole Source RS Means Software
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract with The Gordian Group, Inc. for the licensing of RS Means Software. This software is essential for enhancing the accuracy and efficiency of the NIH's construction cost estimation processes, providing reliable and up-to-date cost data critical for project planning and budgeting. The acquisition of RS Means is vital for ensuring precise estimates that reflect current market trends, thereby reducing the risk of cost overruns and improving overall project management. Interested parties that believe they can meet these requirements must respond within five days of the notice, providing necessary company information, as the contract is set to be awarded as a firm-fixed-price purchase order for a one-year period, from September 23, 2024, to September 22, 2025. For further inquiries, contact Amanda Tilton at amanda.tilton@nih.gov or call 301-594-5711.
    D--INTERACTIVE VOICE RESPONSE (IVR) SW-16
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the maintenance of an Interactive Voice Response (IVR) and Automatic Call Distribution (ACD) system for the Office of Information Technology (OIT). The procurement aims to enhance customer interactions and improve service efficiency by updating IVR functionalities, integrating with existing telephony infrastructure, and providing ongoing maintenance and training. This initiative is crucial for modernizing service delivery within the Indian Affairs Service Center, which handles a monthly call volume of approximately 3,000. Interested Indian Economic Enterprises (IEEs) must submit their proposals electronically by the specified deadlines, with the contract anticipated to span from October 1, 2024, to September 30, 2029. For further inquiries, contact Adam Lowery at Adam.Lowery@bia.gov or call 571-560-0622.
    Notice of intent to award sole source
    Active
    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.
    Sports Supplies for Many Farms High School
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is soliciting proposals for the supply of sports equipment for Many Farms High School. The procurement includes various basketball scoreboards and shot timers, with specific model numbers and quantities outlined in the Request for Proposal (RFP). This initiative is crucial for enhancing the athletic facilities at the school, thereby supporting the physical education and sports programs for students. Interested bidders must submit their quotes electronically, ensuring compliance with federal regulations, and can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further information. The procurement is classified as a Firm Fixed Price purchase order under the Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the government's commitment to supporting small businesses.
    F--NOTICE OF INTENT TO AWARD SOLE SOURCE FOR Desoto NWR Bertrand Collection Museum
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the conservation of artifacts from the Bertrand Collection at DeSoto National Wildlife Refuge to the Nebraska Historical Society. This specialized museum conservation work is critical due to the fragility of the artifacts, which necessitates expertise and proximity to minimize risks associated with transportation and handling. The Nebraska Historical Society has been recognized as the only responsible source capable of performing this complex work, having established a trusted relationship with the USFWS and demonstrated consistent quality in artifact care. Interested parties may submit a statement of capabilities to Renee Babineau at reneebabineau@fws.gov, but no telephone inquiries will be accepted. The contract is expected to be awarded under the authority of FAR 6.302-1, with no competitive quotes being solicited.
    D--Artificial Intelligence Tool for Indian Affairs ACQ
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking vendor input for the development of an Artificial Intelligence tool aimed at enhancing acquisition processes during the pre-solicitation phase. The tool is expected to initially support one bureau with approximately 2,600 actions annually, with the potential to scale up to over 20,000 actions, focusing on improving efficiency in document creation for Statements of Work and other essential materials. Interested vendors are required to submit detailed information regarding their technical capabilities, experience in AI development, and compliance with FedRAMP, with responses due by 10 AM ET on October 9, 2024. For further inquiries, vendors can contact Adam Lowery at Adam.Lowery@bia.gov or by phone at 571-560-0622.