D--Notice of Intent to Award Sole Source
ID: DOIAFBO240147Type: Special Notice
Overview

Buyer

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

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, intends to award a sole source contract to Infinite Campus for ongoing support services related to the Native American Student Information System (NASIS). This contract, valued at approximately $890,000, is aimed at ensuring the continuity of essential services for the Bureau of Indian Education (BIE) over a 12-month period, contingent upon funding availability and successful past performance. The decision to proceed with a sole source award is justified by Infinite Campus's demonstrated success under the existing contract, and no solicitation will be issued; however, interested parties may submit capability statements and pricing by October 7, 2024, for consideration. For further inquiries, Nicole Rahmer can be contacted via email at nicole.rahmer@bia.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Indian Education (BIE) is planning to award a sole source Firm-Fixed Price contract to Infinite Campus for ongoing support services for the Native American Student Information System (NASIS). This decision is based on the authority provided by FAR 13.501(a)(1)(ii) and aims to serve the government’s needs for a 12-month Base contract, contingent upon funding availability and successful past performance. The total anticipated value of this contract is approximately $890,000. The current contractor, Infinite Campus, has demonstrated success under the existing contract, justifying the sole source award. A solicitation will not be available, and any inquiries will not receive responses. However, companies believing they can fulfill the contract are invited to submit capability statements and pricing by October 7, 2024. The relevant NAICS code is 611710, and contact for further information is available via email. This initiative exemplifies the government’s strategic agreement provisions to ensure continuity of necessary services.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Sole-Source Notice for SME Svcs for NAIS Application
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) intends to sole-source a contract for Subject Matter Expert (SME) services related to the NIST Associate Information System (NAIS), which is crucial for managing agreements and access for over 4,000 associates annually. The selected contractor, Sharpnet Corp., a woman-owned small business located in North Potomac, Maryland, will be responsible for reverse engineering the existing NAIS software, documenting its functionalities, and developing comprehensive requirements and test plans to ensure continuity and minimize risks during future software updates. This procurement is vital for maintaining the integrity of the NAIS application, with the contract period extending from December 1, 2024, to November 30, 2028, including a base year and three option years. Interested firms may submit their capability statements within 10 days of this announcement, and for further inquiries, they can contact Gina Lee at gina.lee@nist.gov or call 301-975-8334.
    P--Environ. Sampling and Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is preparing to solicit proposals for Environmental Sampling and Remediation Services under a National Multiple Award Environmental Remediation Services IDIQ Contract, specifically targeting Indian-owned Small Business Economic Enterprises (ISBEEs). The procurement aims to award approximately three Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total maximum value of $45 million over a five-year period, to qualified contractors who will conduct environmental assessments, develop remediation plans, and execute remediation on properties owned by the BIA and other Department of the Interior (DOI) agencies across various locations in the United States. Interested ISBEEs must have a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) to participate, with the formal solicitation expected to be issued around September 23, 2024. For further inquiries, interested parties can contact Lara Wood at lara.wood@bia.gov.
    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.
    S--Broadband Service at Grand Teton National Park
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, intends to award a Sole Source contract to Millennium Networks LLC for the provision of Broadband Service at Mormon Row in Grand Teton National Park. This procurement is classified under the North American Industry Classification System (NAICS) code 517112, which pertains to Wireless Telecommunications Carriers (except Satellite), and will utilize simplified acquisition procedures as outlined in FAR 13.106-1(b). The Broadband Service is crucial for enhancing connectivity in the park, supporting both visitor experiences and operational needs. Interested firms that believe they can meet the requirements are encouraged to contact Casey Pehrson at caseypehrson@nps.gov for further information, as no solicitation document will be available for this non-competitive award.
    INTENT TO SOLE SOURCE - CAREFUSION for Pyxis rental with full support
    Active
    Health And Human Services, Department Of
    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to negotiate a sole source contract with CareFusion Solutions for Pyxis rental with full support. Pyxis is a drug automated distribution system that controls the availability, access distribution, and patient safety. The contract will be in effect from the date of award to March 31, 2025. This is a non-competitive procurement based on exclusive licensing agreement. Other potential sources may submit a capability statement by July 24th, 2024.
    ISBEE/Enterprise IT Operations and Maintenance (EIT O&M) Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide Enterprise IT Operations and Maintenance (EIT O&M) services, specifically for the New Splunk Expansion supporting the Cybersecurity Operations Center (CSOC) Dashboard. The primary objective is to ensure the availability, integrity, security, and confidentiality of critical IT services, which are vital for delivering health services to approximately 2.6 million American Indians and Alaska Natives. This initiative is crucial for modernizing IT infrastructure and enhancing service delivery within the IHS, which operates under the Buy Indian Act to prioritize Indian Economic Enterprises in its procurement processes. Interested vendors must submit their capability statements and the Buy Indian Act Representation Form by 4 PM EST on October 25, 2024, to Contracting Officer Julie Corbin at julie.corbin@ihs.gov, referencing sources sought number 75H70424R00006.
    Notice of Intent to Sole Source - Warranty, Support and Blood Culture Bottles
    Active
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a sole source contract with Becton, Dickinson and Company for warranty, support, and blood culture bottles related to the BD Bactec FX equipment. This procurement is essential for maintaining the operational integrity of the health services provided in Gallup, New Mexico, and is governed by the principles of FAR 12 and FAR 13.5, indicating a focus on commercial items and simplified acquisition procedures. Interested vendors may submit capability statements by 10:00 am MDT on October 11, 2024, although verbal responses will not be accepted; for further inquiries, contact Misty Billy at misty.billy@ihs.gov or 505-399-0177.
    Sole Source Scientific Information Management (SIM) and Literature-Based Evaluations for National Toxicology Program (NTP)
    Active
    Health And Human Services, Department Of
    The National Institute of Environmental Health Sciences (NIEHS), part of the Department of Health and Human Services, intends to award a sole source contract to ICF International for Scientific Information Management (SIM) and Literature-Based Evaluations. This contract aims to support the Division of Translational Toxicology (DTT) by providing essential services such as systematic evidence mapping, evidence synthesis, report development, document preparation, peer review coordination, and program management. These services are critical for reviewing and reporting on environmental health impacts, ensuring continuity as the current contract expires in December 2024 while a new competitive contract is negotiated. Interested firms may submit capabilities statements to Ms. Mikel Outen at NIEHS, although this is not a request for competitive proposals, and the anticipated contract duration is one year with a possible six-month extension.
    D--Justification and Approval for Award of N6247017C6000 to Accompany Notice of Intent to Sole Source Posted 15 June 2017
    Active
    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.
    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.