Notice of Intent to Sole Source AccessEngineering Reference Library
ID: W912EK25P0ENGType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Web Search Portals and All Other Information Services (519290)

PSC

TECHNICAL REPRESENTATIVE- BOOKS, MAPS, AND OTHER PUBLICATIONS (L076)
Timeline
    Description

    The U.S. Army Corps of Engineers, Rock Island District, intends to procure online access to the McGraw-Hill Reference Library database on a sole source basis from McGraw-Hill Global Education Holdings, LLC. This procurement aims to support various engineering sectors, including Aerospace, Chemical, and Telecommunications, by providing comprehensive online resources and database support, including IP modifications and usage statistics. The contract will ensure that all materials are delivered in full text with visual elements, with a delivery deadline set for April 15, 2025, and a coverage period lasting until April 14, 2026. Interested small businesses may submit capability statements to Stanley L. Bolton at stanley.l.bolton@usace.army.mil by March 20, 2025, at 10:00 A.M. CT, to demonstrate their ability to meet the requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines requirements for vendors supplying the AccessEngineering database to the US Army Corps of Engineers, specifically the Rock Island District. Key specifications include providing online access to materials covering various engineering sectors, such as Aerospace, Chemical, and Telecommunications. Vendors must also offer database support for IP modifications and technical issues, supply usage statistics upon request, and ensure all delivered materials are full text with visual elements. The contract requires delivery to the Rock Island District by April 15, 2025, with a coverage period lasting until April 14, 2026, or for one year upon contract award. Additionally, the document includes a list of relevant divisions and support domains indicating the scope of vendor responsibilities within the agency's various geographic locations. This RFP context highlights the government’s commitment to updating its engineering resources and ensuring accessibility and support for its technical databases.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Clocktower Building 3rd Floor Office Furniture
    Dept Of Defense
    The U.S. Army Corps of Engineers, Rock Island District, intends to procure systems furniture for the 3rd Floor of the Clocktower Building from AllSteel Inc. on a sole source basis, citing the need for economy and efficiency as the new work is a logical follow-on to a previous Federal Supply Schedule order. This procurement falls under the NAICS code 337214, which pertains to Office Furniture (except Wood) Manufacturing, and is crucial for enhancing the office environment within the facility. Interested small business firms that believe they can meet the requirements are encouraged to submit a capability statement to the Contracting Officer, Eric J. Gaul, at eric.j.gaul@usace.army.mil by December 17, 2025, at 12:00 pm CST, as no competitive quotes will be solicited for this opportunity.
    Intent to Award Sole Source AMS
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, intends to award a sole-source Firm-Fixed-Price Purchase Order to the American Mathematical Society (AMS) for access to MathSciNet, covering the period from January 1, 2026, to December 31, 2026, with two additional option years. This procurement is justified under FAR 13.106-1(b)(1)(i) and aims to provide essential online access to mathematical literature and research resources, which are critical for the Air Force's operational and research needs. Interested parties are invited to submit capability statements demonstrating how their offerings meet specific product characteristics, including full-text access and advanced search functionalities, with responses due by December 20, 2025, at 12:00 PM EST. For further inquiries, interested vendors may contact Ja’Quan Dangerfield at jaquan.dangerfield@us.af.mil or Kerisha Wordlaw at kerisha.wordlaw.1@us.af.mil.
    ASTM CUSTOMIZED COMPASS PORTAL SUBSCRIPTION
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract for the renewal of the customized COMPASS portal subscription with ASTM, located in West Conshohocken, PA. This subscription provides access to a comprehensive collection of standards, including the Complete 15 volume Book of Standards, various Digital Library content, and selected European Normative Standards, ISO, and IEC Standards. The procurement is critical as ASTM is the sole provider of these services, holding exclusive rights to the content and archives, and no competitive proposals will be solicited. Interested parties may express their interest and capability via email to Randy E. Schroyer at randy.schroyer@nist.gov by 5:00 PM EST on December 26, 2024, with a firm fixed-price purchase order expected to be issued around January 27, 2025, for a one-year period with four additional one-year options.
    Missouri River Recovery Management Plan Adaptive Management Support
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is seeking proposals for the Missouri River Recovery Management Plan Adaptive Management Support. This procurement involves providing non-personal services to support the implementation of the final Missouri River Recovery Management Plan Environmental Impact Statement (MRRMP-EIS) and the U.S. Fish and Wildlife Service Biological Opinion, while participating as a member of the Technical Team. The contract is a firm fixed price service award, emphasizing performance-based outcomes, and will be open for unrestricted full and open competition. Interested contractors must register in the System for Award Management (SAM) and are advised that the solicitation will be issued around December 17, 2025, with a closing date expected on January 9, 2026. For further inquiries, potential bidders can contact Tina L. Keimig or Nadine Catania via their provided emails.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    J&A Sole Source for Membership to HRI
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Mobile, intends to negotiate a sole source contract with the Hydropower Research Institute (HRI) for membership that will facilitate the storage and aggregation of hydropower operation data for U.S. Army Corps of Engineers (USACE) powerplants. This membership is crucial for enhancing the management and operational efficiency of hydropower resources, allowing for better data utilization in decision-making processes. The contract will be executed in Mobile, Alabama, and interested parties can reach out to Joan Rensink at joan.a.rensink@usace.army.mil or by phone at 251-441-6172 for further inquiries.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Intent to Sole Source: LegisPro BillCompare Licenses from Xcential Corporation
    Library Of Congress
    The Library of Congress intends to award a sole source contract to Xcential Corporation for LegisPro BillCompare licenses, as outlined in their notice of justification. This procurement aims to secure specialized software as a service that is critical for legislative comparison and analysis, which supports the Library's operational needs. The contract is expected to enhance the Library's capabilities in managing legislative documents effectively. Interested parties may submit a capability statement or proposal to the designated contacts, Quinn Cartheuser and Michael Schuman, by May 19, 2023, at 5 PM ET for consideration in the acquisition strategy.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.