Category: | Month: | Day: | Year: |
Clemson University's Department of Biological Sciences & Life Sciences intends to sole source an Covaris Focused Ultrasonicator, Installation, Training and related consumables. The purchase shall include the focused ultrasonicator, installation, training, the Waveguide 4 & 8 place rack, tube strips, microtube strips and shipping. This purchase is to be sole sourced because it is believed that the Covaris ME220 Focused-Ultrasonicator can only be purchased directly from the manufacturer, Covaris, and it has unique features and proprietary technologies. This piece of equipment can sonicate/fragment nucleic acids, small molecules, and peptides and can be used for the purpose of chromatin sheering. The Ultrasonicator uses proprietary technology which allows the user to have precise control over the shearing forces that generate the DNA fragments. This technology allows for the researchers to be able to select the precise size of DNA fragment that they need for their experiment. No other manufacturer offers this technology. It does not have a probe that goes in the sample, which helps keep the sample cold, which helps further stabilize DNA and RNA. The lack of a probe also decreases the chance of contamination. For these reasons, this is a sole source procurement. The total price of all services is $54,935.00. Bidder’s right to protest as listed in Section 11-35-4210 in the South Carolina Consolidated Procurement Code applies to this announcement of an intent to sole source.
Protests to be filed with:
Chief Procurement Officer
Materials Management Office
1201 Main Street, Suite 600
Columbia, SC 29201
Facsimile: 803-737-0639
E-mail: protest-mmo@mmo.sc.gov
The South Carolina Department of Health & Environmental Control (DHEC) is seeking qualified vendors to provide one AB SCEIX QTRAP 6500+ Liquid Chromatograph Triple Quadrupole Mass Spectrometer System, to include Software Starter Kit; Standard Monitor; MS Bench; LC Bench; Genius 1024 Nitrogen Generator; PEAK Dual Tap Transformer; UPS Powervar Security Plus II 5200VA; MS Office 2016 Professional 2016; Component based higher pressure HPC/UHPLC system; ExionLC Column Oven 120v; Personalized Learning Path with Workflow Certification; and supplies to test the instrument at installation and calibration. Vendor’s system must be capable of polarity switching at 5 msec in MRM and scheduled MRM modules, analyze samples for 20 to 200+ analytes, provide linear ion trapping functionality, MRM3 (MS/MS/MS) scan, and utilize Ion Drive High Energy Detector that allows for greater sensitivity and lower detection limits for opiods and other drugs of abuse in complex matrices by DHEC’s Public Health Laboratory. The total estimated dollar amount of the purchase including shipping is $436,000.
PROTESTS: If you are aggrieved in connection with the intended award or award of the contract, you may be entitled to protest, but only as provided in Section 11-35-4210. To protest an award, you must (i) submit notice of your intent to protest within five (5) business days of the date this notice is posted, and (ii) submit your actual protest within fifteen days of the date this notice is posted. Days are calculated as provided in Section 11-35-310(13). Both protests and notices of intent to protest must be in writing and must be received by the appropriate Chief Procurement Officer within the time provided. The grounds of the protest and the relief requested must be set forth with enough particularity to give notice of the issues to be decided. Any protest or notice of intent to protest must be addressed to the Chief Procurement Officer, Materials Management Office, and submitted in writing (a) by email to: protest-mmo@mmo.state.sc.us or (b) by post or delivery to: 1201 Main Street, Suite 600, Columbia, SC 29201.
The SCDMH CM Tucker nursing home is standardized on Hill-Rom rental beds for the therapeutic care of elderly and bed-ridden patients. Hill-Rom bedding is the industry standard for the reduction of wounds and other health issues that arise in long term care patients. SCDMH staff has tested these beds for decades and for the health, safety, and well being of the patients entrusted to our care have standardized this bed and the associated lifts for this facility. The annual cost of this contract is approximately $200,000. Any other vendor who feels agrieved by this determination must file a protest in writing with the Chief Procurement Officer, Materials Management Office, prior to the closing date at protest-mmo@mmo.sc.gov.
Coastal Carolina University proposes to procure a renewal agreement for an integrated software system to support accreditation, assessment, and the administrations of course evaluations as a sole source procurement from Anthology, Inc. of NY, 298 Main Street, Buffalo NY 14202, on the basis
On the basis of Section 19-445-2105.B.(5) of the S.C. Code of State Regulations: where the item is one of a kind.
Additional information and basis for this sole source procurement is available from the link provided below.
This notice is not a request for competitive proposals. Any responsible source who wishes to identify their capability to provide these products/services as specified in the Justification must notify the Procurement Officer by email at the address and deadline specified in this ad. Upon receipt of the interested parties' information, the Procurement Officer will determine whether to proceed with the stated sole source procurement.
Pursuant to Section 11-35-1560(A) of the S.C. Code of Laws, the following notice is hereby provided: Any actual or prospective bidder, offeror, contractor, or subcontractor who is aggrieved in connection with this intended award may be entitled to protest, but only as provided in Section 11-35-4210 of the S.C. Code of Laws. To protest an award, you must (i) submit notice of your intent to protest within five (5) business days of the date the award notice is posted, and (ii) submit your actual protest within fifteen (15) days of the date the award notice is posted. Days are calculated as provided in Section 11-35-310(13) of the S.C. Code of Laws. Both protests and notices of intent to protest must be in writing and must be received by the appropriate Chief Procurement Officer within the time provided. The grounds of the protest and the relief requested must be set forth with enough particularity to give notice of the issues to be decided. Any protest must be addressed to the Chief Procurement Officer, Information Technology Management Office, and submitted in writing: (a) by email to: protest-itmo@itmo.sc.gov. or (b) by post or delivery to: 1201 Main Street, Suite 600, Columbia, SC 29201.
In accordance with the Sole Source section 11-35-1560 listed in the South Carolina Consolidated Procurement, the College of Charleston is announcing the intent to procure a Discovery Refrigerated Cooling System from TA Instruments - Waters L.L.C as a sole source procurement for a five year period.
Discovery Refrigerated Cooling System - RCS90
For additional details, please contact the buyer listed below
Bidder’s right to protest as listed in section 11-35-4210 in the South Carolina Consolidated Procurement Code applies to this intent to sole source.
Protest to be filed with:
Chief Procurement Officer
Materials Management Office
1201 Main Street, Suite 600
Columbia, SC 29201
Facsimile: 803-737-0639
E-mail: protest-mmo@mmo.sc.gov
Clemson University's Department of Biological Sciences & Life Sciences intends to sole source an Agilent FEMTO Pulse system instrument and related accessories. The purchase shall include the pulse instrument, computer, monitor, controller, analysis software, the verification kit, bionanalyzer instrument with electrode cartridge, priming station, vortexer, test chips and installation services. This purchase is to be sole sourced because it is believed that The FEMTO Pulse takes less time (<1.5 hr) for QC of the particular DNA size resolution required for this particular research, and is automated while other models aren’t. These characteristics are why the FEMTO Pulse was chosen over other QC equipment. The FEMTO Pulse is solely manufactured by Agilent Technologies. It will be used by faculty and staff for the QC steps required for their NGS experiment to further their transcriptomic and genomic research. The kit included all the necessary accessories to use the equipment properly. Due to Agilent Technologies being the manufacturer and its unique specifications, this is the sole source for this purchase. The total price of all services is $105,183.06. Bidder’s right to protest as listed in Section 11-35-4210 in the South Carolina Consolidated Procurement Code applies to this announcement of an intent to sole source.
Protest to be filed with:
Chief Procurement Officer
Materials Management Office
1201 Main Street, Suite 600
Columbia, SC 29201
Facsimile: 803-737-0639
E-mail: protest-mmo@mmo.sc.gov
SC DHEC is seeking a qualified vendor to provide test kits, reagents and supplies compatible with existing Biomerieux VIDAS System designed for food safety and food pathogen testing.
The South Carolina Department of Health & Environmental Control (DHEC) is seeking qualified vendors to provide one-year service plan coverage for multiple Agilent Technologies Gas Chromatography/Data System/AutoSampler Systems, Gas Chromatography/Mass Spectrometer/Data System/AutoSampler Systems, associated instrument software and hardware support, and unlimited technical support. Service plan coverage is to include performance maintenance visits by a factory-trained service representative, Agilent certified replacement parts as needed for corrective maintenance and repair, and hardware and software telephone support, while maintaining the standard level of performance as stated in the operational manual provided with the original equipment. The total estimated dollar amount of the purchase is $114,495.48.
Qualified vendors should contact Whitney Carswell at carswewp@dhec.sc.gov by Midnight ET, May 3, 2021 for additional information.
PROTESTS:
If you are aggrieved in connection with the intended award or award of the contract, you may be entitled to protest, but only as provided in Section 11-35-4210. To protest an award, you must (i) submit notice of your intent to protest within five (5) business days of the date this notice is posted, and (ii) submit your actual protest within fifteen days of the date this notice is posted. Days are calculated as provided in Section 11-35-310(13). Both protests and notices of intent to protest must be in writing and must be received by the appropriate Chief Procurement Officer within the time provided. The grounds of the protest and the relief requested must be set forth with enough particularity to give notice of the issues to be decided. Any protest or notice of intent to protest must be addressed to the Chief Procurement Officer, Information Technology Management Office, and submitted in writing (a) by email to: protest-itmo@itmo.sc.gov or (b) by post or delivery to: 1201 Main Street, Suite 600, Columbia, SC 29201.
The South Carolina Department of Commerce, in accordance with South Carolina Procurement Code, Section 11-35-1560 and regulation 19-445.2105, is providing public notice of the intent to sole source the purchase of Security Onion Management Node (MN) Appliance.
This purchase is to be sole sourced because it is believed this can only be provided by Security Onion Solutions, LLC. Security Onion Solutions, LLC is the creator and maintainer of Security Onion MN Appliance, an open source platform for threat hunting, network security monitoring, and log management. Security Onion will provide the Department of Commerce with various tools for host and network intrusion detection, enterprise security monitoring, and log management.
Security Onion Solutions, LLC is the only official provider of training, professional services, and hardware appliances for Security Onion. Security Onion Solutions, LLC does not sell through any distribution channels.
The total price of all equipment to be ordered is $17,799.00, which includes one (1) year of support.
Should you have concerns with this intent, please send your responses via e-mail to SC Department of Commerce Attn.: Clarissa Belton, at cbelton@sccommerce.com for this Intent to Sole Source no later than 11:00 AM on April 23, 2021.
Bidder’s right to protest as listed in Section 11-35-4210 in the South Carolina Consolidated Procurement Code applies to this announcement of a Sole Source procurement.
The South Carolina Department of Health & Environmental Control (DHEC) is seeking qualified vendors to provide as a Software as a Service (SaaS) web- and mobile-based platform, customizable to DHEC for mental health and well-being improvement, interactive assessments, local resources, and mental health and well-being topic write-ups for employee access 24/7/365. The platform shall allow employees to gain knowledge and skills to work independently on their mental health in a convenient, safe and non-stigmatizing way, with after-hours access to information and services for early intervention and possible crisis prevention. The service is to include a customer success manager and an account manager during normal business hours for training, quarterly reports and ongoing support of the platform. The total estimated dollar amount of the 3-year contract purchase is $20,000, which includes a one-time set up fee.
Tri-County Technical College intends to sole source 29 Festo EMS replacement components that are needed for compatibility with our existing 10 Festo EMS trainers. These trainers are used in our credit and non-credit programs at multiple campus locations and are required for compatibility and classroom consistency.
This notice is posted in the South Carolina Business Opportunities (SCBO) as required by SC Code 11-35- 1560. This Notice of Intent to Sole Source is to determine the availability of vendors able to provide the requested services. Please send responses via email to the contact below.
PROTESTS: If you are aggrieved in connection with the intended award or award of the contract, you may be entitled to protest, but only as provided in Section 11-35-4210. To protest an award, you must (i) submit notice of your intent to protest within five (5) business days of the date this notice is posted, and (ii) submit your actual protest within fifteen days of the date this notice is posted. Days are calculated as provided in Section 11-35-310(13). Both protests and notices of intent to protest must be in writing and must be received by the appropriate Chief Procurement Officer within the time provided. The grounds of the protest and the relief requested must be set forth with enough particularity to give notice of the issues to be decided. Any protest or notice of intent to protest must be addressed to the Chief Procurement Officer, Materials Management Office, and submitted in writing: (a) by email to: protest-mmo@mmo.state.sc.us (b) by post or delivery to: 1201 Main Street, Suite 600, Columbia, SC 29201
Logis-Tech's CHP Equipment provided under NGB's previous contracts contain propietary components/systems, and their Preventative Maintenance Procedures of these systems are also proprietary.
Clemson University intends to sole source a 3D surface profiler microscope system and related accessories. This purchase is to be sole sourced because Researchers in our BioE department are working with biomaterials. Often for research we need to analyze surfaces of these biomaterials with non-invasive methods. This microscope allows us to do so via Confocal/optical focus variation. Of the existing Confocal/ Focus Variation systems on the market, only the Keyence VK has the exact combination of features to meet our technical requirements: Keyence’s laser based confocal capability makes images and 3D profiles of our steep, and transparent surfaces without difficulty, with high Z and XY resolution. 1. This is currently the only system that offers both Laser Scanning Confocal and Focus Variation in the same equipment. It allows us to look in high detail at areas of interest and simultaneously use focus variation to characterize larger areas with high accuracy. 2. The VK-X is the only system on the market that combines Laser Based Confocal, Focus Variation, and White Light Interferometry. 3. VK is currently the only Type II Profile system that offers 6 image options: brightfield, darkfield, laser, differential interference contrast, Color laser overlay, and auto HDR. By using all of these options at the same time we can see defects that could be missed otherwise. This is a Keyence exclusive technology that is only available in this equipment and protected by 2 U.S. patents - (6,337,474), patent (0297597) 4. The software allows the equipment to run a fully automated program to capture data, and then to perform analysis on these data. 5. The Keyence VK is currently the only system that offers all of the above capability and the ability to integrate their solution into a gantry or other 3rd party motion solution. 6. Ability to utilize a 150x objective lens providing us the highest possible resolution and image quality. For these reasons, this is a sole source procurement. The total price of the entire system is $144,00.00, for 3 years, which includes all equipment, controllers, monitors, shipping and handling. Bidder’s right to protest as listed in Section 11-35-4210 in the South Carolina Consolidated Procurement Code applies to this announcement of an intent to sole source.
Chief Procurement Officer
Materials Management Office
1201 Main Street, Suite 600
Columbia, SC 29201
Facsimile: 803-737-0639
E-mail: protest-mmo@mmo.sc.gov
The South Carolina Department of Administration (Admin), in accordance with South Carolina Procurement Code, Section 11-35-1560 and regulation 19-445.2105, is providing public notice of the intent to award a sole source contract to Microsoft Corporation. The total potential value the contract is $576,258. The estimated contract duration is 05/01/2021 to 06/30/2023.
Admin intends to procure the renewal of Premier/Unified support services for Microsoft Enterprise software. Microsoft is the only supplier that provides access to Microsoft product development teams, software developers and source code for current and future products enabling (a) specialized insight into the architecture of current solutions that can facilitate smooth migrations to existing and future unreleased products/versions; (b) quick and comprehensive resolution of product support, trouble-shooting and hot-fix type issues; and (c) immediate and focused technology feedback link between our customers and the Microsoft product development teams to help shape the direction, features and functionality of future products.
Please see Section 11-35-4210(1): Right to Protest of the South Carolina Code of Laws for information relating to protest rights.
In compliance with notice requirements in Section 11-35-1570 (B) to of the South Carolina Procurement Code and in accordance with Regulation 19-445-2110,The University of South Carolina has awarded an emergency for a student oriented apartment complex to YOUnion@Columbia.
Protests: Bidder's right to protest as listed in Section 11-35-4210 in the South Carolina Consolidated Procurement Code applies to this announcement. Protests must be in writing to: Chief Procurement Officer Materials Management Office, 1201 Main St., Suite 600, Columbia, SC or protest-mmo@mmo.sc.gov.
University Research Access Fee to Hobcaw Barony for the purpose of conducting marine biology research
John de la Howe School in accordance with 11-35-1570 (B) of the SC Consolidated Procurement Coded and in accordance with Regulation 19-445.2110 is announcing the award of an emergency procurement to US Foods in amount of $145,000.
John de la Howe School's emergency procurement is for food services to the agency through the end of the fiscal year. With the approval of the agency's COVID-19 plan to have students on campus this month, the agency was required to have a quick response time in providing food to students. It was deemed critical in the selection of this vendor that has an established distribution system to McCormick, SC and knowledge of accessing the campus in a timely manner to supply food goods to cafeteria for prepartion and availability to the student population as well as ensure a safe food environment for students and staff.
This notice is not a request for competive proposals. Telephone responses will not be accepted. Bidder's right to protest as listed in Section 11-35-4210 in the South Carolina Consolidated Procuremnt Code applies to this announcement of an emergency procurement. Total dollar value is for the period of August 2020 until June 30, 2021.
Protest to filled with:
Chief Procurement Officer
Materials Managment Office
1201 Main Street, Suite 600
Columbia, SC 29201
Fascimile: 803-737-0639
Email: protest-mmo@mmo.sc.gov
In accordance with the Emergency section 11-35-15700 listed in the South Carolina Consolidated Procurement, the College of Charleston is announcing the emergency contract award to Carolina Chiller Inc. for the replacement of two air cooled chillers at the Beatty Center School of Business.
Both of the air cooled chillers that produce chilled water for the cooling system of the Beatty Center School of Business have failed. This failure has rendered the building unusable as an academic learning center. The urgency to replace the chillers to restore the HVAC system needs to be completed prior to the return of on campus studies. Without the chiller units operating, the resulting high indoor air temperature and humidity environment conditions will be harmful to equipment and finishes including creating an environment susceptible to mold growth. Immediate action is necessary to prevent loss of assets or potential remediation of mold growth
Bidder’s right to protest as listed in section 11-35-4210 in the South Carolina Consolidated Procurement Code applies to this intent to sole source.
Protest to be filed with:
Chief Procurement Officer
Materials Management Office
1201 Main Street, Suite 600
Columbia, SC 29201
Facsimile: 803-737-0639
E-mail: protest-mmo@mmo.sc.gov