Category: | Month: | Day: | Year: |
Clemson University seeks to sole source a fan motor from Tower Engineering Inc. The cooling towers at the West Campus Plant are custom built by Tower Engineering Inc. out of Texas. The motor is manufactured by ABB specifically for Tower Engineer for Clemson's towers. These special motors are direct coupled to the large fans in the tower eliminating the need for gear boxes. These motors are manufactured with unique load and power requirements for each application and are specially made by ABB exclusively for Tower Engineering and cannot be sold to anyone else other than Tower Engineering. For these reasons, this is a sole-source procurement. The total value of the purchase is $45,075.00
In accordance with Sole Source Section 1560 of the Charleston County School District Consolidated Procurement Code, the Charleston County School District intends to award without competition, a 5 (Five) year contract to provide cybersecurity software renewal from iboss for the entire Charleston County School District. This purchase is to be sole sourced because this is the only product that has both the necessary functionality to perform as CCSD requires and that integrates with existing District software. If you are aggrieved by this intended award you have a right to protest according to Section 4210 of the Charleston County School District Consolidated Procurement Code. Bidders wishing to protest must notify the Procurement Officer in writing of the intent to protest, within seven (7) business days of this notice.
If you have any questions, please contact Debbie Coen by e-mail at debra_coen@charleston.k12.sc.us no later than July 5, 2022 @ 2PM.
The University of South Carolina intends to sole source to BioFire Diagnostics, LLC for BioFire COVID Tests Kits
The University of South Carolina Aiken Athletic Department intends to Sole Source ARM Software Subscription for a 5 year period
In accordance with section 11-35-1560 of the South Carolina Consolidated Procurement Code, the South Carolina Department of Motor Vehicles intends to award, without competition, a contract to R.L. Polk & Co. for Automotive VINtelligence service subscription. Bidder’s right to protest as listed in section 11-35-4210 in the South Carolina Consolidated Procurement Code applies to this sole source procurement. Protest to be filed with: Chief Procurement Officer Materials Management Office 1201 Main Street, Suite 600 Columbia, SC 29201 E-mail: protest-mmo@mmo.sc.go
Intent to Sole Source for grant funded project.
PROTEST: Pursuant to Section 11-35-1560(A) of the S.C. Code of Laws apply as noted in the Bid Document.
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 Miracle Method as a sole source procurement.
Miracle Method Tile and Grout Restoration - George Street - Repair and Refinish Bathtubs and surrounding areas.
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
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 ContractPodAI - Contract Risk and Compliance Management Tool SaaS as a sole source procurement for a five year period.
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
The Department of Social Services hereby procures the web-based address verification product Experian Pro Web. SCDSS had two unsuccessful solicitations for this product and will be issuing an emergency contract until a new solicitation can be published and awarded for these services. QAS Pro Web services are integrated into the Palmetto Automated Child Support System, the Child Welfare System, Supplemental Nutrition Assistance Program, Temporary Assistance for Needy Families System, Benefits Administration Systems, Worker Input Network System, and SC Client Eligibility System.
This notice is not a request for competitive proposals. It is an announcement of an emergency procurement which is being made in accordance with Section 11-35-1570 of the S.C. Code of Laws.
Pursuant to Section 11-35-1570(B) 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, Materials Management Office, and submitted in writing: (a) by email to: protest-mmo@mmo.sc.gov, or (b) by post or delivery to: 1201 Main Street, Suite 600, Columbia, SC 29201.
Lexington County School District One intends to purchase LEGO® Education Sets (SPIKETM and BricQ Motion) for three elementary schools in the District. The sets will be purchased from LEGO Education, of Boston, Massachusetts. The value of the purchase will be $62,393.73.
This notice will be posted in the South Carolina Business Opportunities (SCBO) to determine the availability of vendors able to provide the requested supplies and services. The District has been informed that LEGO Education is the only authorized distributor of these sets in the United States. Please contact the Procurement Officer listed here by the Bid/Submittal Due Date in this advertisement with any input you have.
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 4210 of the District’s Procurement Code. To protest an award, you must submit your protest within ten days of the date this notice is posted. Days are calculated as provided in Appendix A of the Code. The protest must be in writing and received by the 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, Lexington County School District One, and submitted in writing: (a) by email to: jsalters@lexington1.net and ndawson@lexington1.net or (b) by post or delivery to: 100 Tarrar Springs Road, Lexington, SC 29072.
INTENT TO AWARD SOLE SOURCE- VERENSICS
INTENT TO AWARD SOLE SOURCE- TENCARVA
INTENT TO AWARD SOLE SOURCE- TALKTELIO
INTENT TO AWARD SOLE SOURCE- SWANK
INTENT TO AWARD SOLESOURCE-SOUTHEASTMILK
INTENT TO AWARD SOLE SOURCE - SENSTAR
INTENT TO AWARD SOLE SOURCE- SCTHRIVE
INTENT TO AWARD SOLE SOURCE - SAS
INTENT TO AWARD SOLE SOURCE - PERSEVERE
INTENT TO AWARD SOLE SOURCE-PEOPAGSTRAPE
INTENT TO AWARD SOLE SOURCE- PACE
INTENT TO AWARD SOLE SOURCE- MOBA
INTENT TO AWARD SOLE SOURCE- MG NEWELL
INTENT TO AWARD SOLE SOURCE - MEGGITT
INTENT TO SOLE SOURCE-MILACRON MARKETING
INTENT TO AWARD SOLE SOURCE- ZOLL
INTENT TO SOLE SOURCE - ERAD GROUP
INTENT TO SOLE SOURCE - LIFETRAQ
INTENT TO SOLE SOURCE - INVERIS TRAINING
INTENT TO SOLE SOURCE - INSIGHT PARTNERS
INTENT TO SOLE SOURCE - DAIKIN APPLIED
INTENT TO SOLE SOURCE-PENLINK
INTENT TO SOLE SOURCE JOHNSON CONTROLS
Clemson University intends to sole source a Typhoon Hil 606 Emulator. This purchase is to be sole sourced because of its ultra-high fidelity and integrated controller solution that no other vendor offers. Critically important features that also contribute to this being a sole source are:
· 8 FPGA processing cores and up to 3 general-purpose ARM cores per HIL606 Device. This gives an individual unit the capability to model power electronics and controllers with up to 200ns time step. ALL CORES are unlocked which means no additional licensing fee is required for additional cores to reduce the cost of the product.
The total cost for this sole source is $128,900,
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
INTENT TO AWARD SOLE SOURCE- JUSTDETENT
INTENT TO SOLE SOURCE JOHNSON CONTROLS
INTENT TO SOLE SOURCE HONEYWELL
INTENT TO AWARD SOLE SOURCE- HOFFMAN
INTENT TO AWARD SOLE SOURCE- HEIDELBERG
INTENT TO AWARD SOLE SOURCE-FRANKCOVEY
INTENT TO AWARD SOLE SOURCE- ENERGYCAP
INTENT TO AWARD SOLE SOURCE- FORTRAN
INTENT TO AWARD SOLE SOURCE- FIREFLY
INTENT TO AWARD SOLE SOURCE- ECKERDYOUTH
INTENT TO AWARD SOLE SOURCE- DRC
INTENT TO AWARD SOLE SOURCE- DHIA
In accordance with section 11-35-1560 of the South Carolina Consolidated Procurement Code, the South Carolina Department of Motor Vehicles intends to award, without competition, a contract for advanced enterprise support services for the Agency's Microsoft applications to the Microsoft Corporation. These services are critical for supporting the Agency's numerous Microsoft software products and includes account maintenance, problem resolution, information services, and direct access to development and source code teams. Bidder’s right to protest as listed in section 11-35-4210 in the South Carolina Consolidated Procurement Code applies to this sole source procurement. Protest to be filed with: Chief Procurement Officer Materials Management Office 1201 Main Street, Suite 600 Columbia, SC 29201 E-mail: protest-mmo@mmo.sc.go
+
INTENT TO SOLE SOURCE CONTROL MANAGEMENT
INTENT TO AWARD SOLE SOURCE-CUMBEECENTER
INTENT TO AWARD SOLE SOURCE- CELLEBRITE
INTENT TO AWARD SOLE SOURCE-CHARMSCIENCE
INTENT TO AWARD SOLE SOURCE-BIG DUTCHMAN
INTENT TO SOLE SOURCE - DATAWORKS
INTENT TO SOLE SOURCE-DANA SAFETY
INTENT TO SOLE SOURCE - DATAMAXX
INTENT TO SOLE SOURCE-PATHWAYS TO HEALIN
INTENT TO SOLE SOURCE-THE PATHFINDER NET
INTENT TO AWARD SOLE SOURCE - APEX LEARN
INTENT TO AWARD SOLE SOURCE- BECKMANCOU
INTENT TO SOLE SOURCE - AMPLIFIEDAG TECH
INTENT TO AWARD SOLE SOURCE- AGPRO
Clemson University must sole source a the purchase of Dr. Chouinard's Agilent Equipment from Florida Institute of Technology. The purchase of the used research equipment Florida Institute of Technology is requested for continued research by newly hired professor, Christopher Chouinard. Dr. Chouinard is leaving FIT and joining Clemson University where an agreement has been reached to purchase the current equipment used in his former lab: an Agilent 6500 IM-QTOF and the Agilent 1290 Infinity II UHPLC - from FIT to maintain the continuity of research data. The professor's equipment cannot be purchased from any other location. For these reasons, this is a sole source. The total value of the purchase of the investigation is $73,000.00.
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 emergency procurement.
Protest to be filed with: Chief Procurement Officer, MMO
1201 Main Street, Suite 600
Columbia, SC 29201
Facsimile: 803-737-0639
E-mail: protest-mmo@mmo.sc.gov
The University of South Carolina hereby provides notice that it intends to enter into a sole source contract per S.C. Code Ann. §11-35-1560 with Lytho, Inc. for InMotion workflow automation subscription licenses.
PROTESTS
Any actual or prospective bidder, offeror, contractor, or subcontractor aggrieved in connection with the intended award or or award of this sole source contract shall notify the appropriate chief Procurement officer in writing of its intent to protest within five (5) business days of the date this notice is posted. Any actual or prospective bidder, offeror, contractor, or subcontractor who is aggrieved in connection with the intended award or award of this sole source contract and has timely notified the appropriate chief procurement officer of its intent to protest, may protest to the appropriate chief procurement officer in the manner set forth below within fifteen days of the date this notice is posted; except that a matter that could have been raised as a protest of the solicitation may not be raised as a protest of the award or intended award of a contract.
A protest must be in writing, filed with the appropriate chief procurement officer, and set forth the grounds of the protest and the relief requested with enough particularity to give notice of the issues to be decided. The protest must be received by the appropriate chief procurement officer within the time provided above. Days are calculated as provided in S.C. Code Ann. §11-35-310(13).
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.sc.gov or (b) by post or hand delivery to: 1201 Main Street, Suite 601, Columbia, SC 29201.
In accordance with the Notice requirements in 11-35-1560 of the South Carolina Consolidated Procurement Code, SCDNR is announcing the Sole Source Procurement to Freshworks for computer software licensing. Freshworks products are created and developed by Freshworks, INC. It is sold and distributed by Freshworks, INC or its authorized partners.
Protests: Bidders right to protest as listed in Section 11-35-4210 in the South Carolina Consolidate Procurement Code applies to this announcement. Protest must be in writing to: Chief Procurement Officer Material Management Office. 1201 Main Street, Suite 600, Columbia SC 29201 or protest-mmo@mmo.sc.gov.
Spartanburg County School District Five hereby provides notice of the intent to award without competition, a sole source contract to procure building automation services from Honeywell. This notice is not a request for proposals. Bidders wishing to protest must notify the Procurement Officer in writing of the intent to protest, within ten (10) business days of this notice.
The South Carolina Department of Education (SCDE) intends to purchase a license to report Lexile® and Quantile® measures for the 2022-23 school year. The license will be purchased from MetaMetrics, Inc., of Durham, North Carolina. The value of the agreement will be $280,000. The data files for statewide assessments include student Lexile and Quantiles scores. Under the Consolidated State Plan as approved on May 3, 2018, these scores are included in accountability calculations.
This notice will be posted in the South Carolina Business Opportunities (SCBO) for two weeks as required by SC Code 11-35-1560 to determine the availability of vendors able to provide the requested supplies and services. Please contact the buyer listed here by the date and time listed with this advertisement with any input you have.
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.sc.gov or (b) by post or delivery to: 1201 Main Street, Suite 600, Columbia, SC 29201
The South Carolina Department of Education (SCDE) intends to purchase training, administration, scoring, and reporting services for the Kindergarten Readiness Assessment from Johns Hopkins University for 2022–23. The estimated cost of these services is $787,727.
S.C. Code § 59-155-150 requires that students entering publicly funded prekindergarten and kindergarten must be administered a readiness assessment by the forty-fifth day of the school year.
Proviso 1A.55 included in 2021–2022 Bill H. 5150, Budget for FY 2022–2023 as passed by the House of Representatives on March 15, 2022, requires that the South Carolina Department of Education must administer the Kindergarten Readiness Assessment (KRA) to each child entering kindergarten in the public schools.
This notice will be 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 supplies and services. Please send responses via e-mail to SC Department of Education not later than the date and time listed here.
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.sc.gov or (b) by post or delivery to: 1201 Main Street, Suite 600, Columbia, SC 29201
The South Carolina Department of Agriculture (SCDA) intends to issue a sole source award to LabLynx, Inc (SC Vendor# 7000048457) to build the LIMS core module for the Residue Lab (including data input, test definitions, data warehouse, instrument interfacing, and reporting). Additionally, it will include development of a client-facing portal where lab samples can be submitted and results can be retrieved. This unique software is not only proprietary to LabLynx but it is also compatible with SCDAs other LabLnyx LIMS systems in various departments of the Consumer Protection Division.
This is only an intent to sole source publication and in no way forms a contract between The South Carolina Department of Agriculture and LabLynx, Inc. Upon completion of this intent to sole source publication the South Carolina Department of Agriculture will enter into a contract with LabLynx, Inc.
If you are aggrieved in connection with the 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 seven business days of the date the award notice is posted, and (ii) submit your actual protest within fifteen days of the date the award 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. See clause entitled "Protest-CPO". 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.
SAP PROTEST - CPO ADDRESS - MMO: Any protest must be addressed to the Chief Procurement Officer, Materials Management Office, and submitted in writing
(a) by email to protest-mmo@mmo.sc.gov,
(b) by facsimile at 803-737-0639, or
(c) by post or delivery to 1201 Main Street, Suite 600, Columbia, SC 29201.
South Carolina Department of Juvenile Justice (SCDJJ), in accordance with Section 11-35-1560 of the South Carolina Consolidated Procurement Code, is announcing that it intends to award, without competition, a contract for employment hiring and recruitment services to Warren Averett LLC. These services will include: recruitment, support, analysis of hiring practices, executive coaching, and development of a hiring strategic plan. Due to a highly excessive amount of unfilled positions, SCDJJ originally engaged this vendor under an emergency procurement in December of 2021. The agency still has a vital need for these services and cannot afford to spend time brining in another vendor with a different approach to the issue. The vendor is being allowed to finish their ongoing hiring and recruitment project to improve these processes at SCDJJ.
If you are aggrieved by this intended award or have information contrary or pertaining to the above, please contact Travis Guess by email only at travisguess@djj.sc.gov prior to 07/04/2022 5PM.
You have a right to protest according to Section 11-35-4210 of the South Carolina Consolidated Procurement Code.
Clemson University must sole source a Photon Kinetics 2500 system. This system will replace the older 2500 system at Clemson, which is no longer supported by Photon Kintecs. Further, this unit improves the test and measurement capability in our labs relative to the old unit, with a larger spectral range and more accurate and fast measurement and will maintain continuity of research data. For these reasons, this is a sole source. The total value of the purchase of the investigation is $85,000.00.
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 emergency procurement.
Protest to be filed with: Chief Procurement Officer, MMO
1201 Main Street, Suite 600
Columbia, SC 29201
Facsimile: 803-737-0639
E-mail: protest-mmo@mmo.sc.gov
Coastal Carolina University proposes to procure a renewal subscription for a software program that will provide a comprehensive printed and electronic diploma production and distribution system as a sole source procurement from Paradigm, Inc., on the basis Section 11-35-1560 of the South Carolina Code of Laws and Section 19-445.2105 of the South Carolina Code of Regulations.
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 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.
SCDHHS is undergoing a major information system transformation of the Medicaid Management Information System (MMIS). The Replacement-MMIS (RMMIS) Program is based on a modular approach that focuses on functional component flexibility and interoperability. In September 2020, SCDHHS executive leadership determined the need to contract with a third-party consultant to evaluate the current RMMIS project including vendor operational practices and Project Management methodology. InnTec was the selected Contractor via State Term Contract (STC), Third Party Consulting – Solicitation #5400015645, to provide consulting services, guidance, and recommendations related to each phase of the System Development Lifecycle (SDLC) to assist SCDHHS with the successful implementation of the RMMIS. InnTec has and continues to assess and evaluate the current RMMIS project and planned vendor activities, evaluate vendor practices and methods related to system design, development, testing, and implementation to ensure compliance with project management standards and industry best practices and assists SCDHHS with system acceptance through a review and evaluation of planned Organizational Change Management and Business Process Re-engineering tasks. InnTec provides reports outlining recommendations and guidance to improve these areas, as needed. Continuing these services is of paramount importance while SCDHHS competitively procures these services. SCDHHS has issued a Fixed Price Bid (5400023278) to procure these services. This sole source contract will continue for the reasons stated above until the new FPB is awarded and a Job Order is executed to provide these services. InnTec has served as the Third Party Consultant on the RMMIS since December 2020 under the Statewide Contract. SCDHHS is currently undergoing implementation of the Electronic Visits Verification (EVV) implementation and other contract activities for which InnTec is providing the services described above. They have the most familiarity with these projects and with the implementation demands of the EVV, changing vendors at this time would be detrimental to the successful implementation of this project.
The Medical University of South Carolina (MUSC), Department of University Risk Management (URM) in accordance with §11-35-1570 (B) of the SC Consolidated Procurement Code, and in accordance with Regulation 19-445.2110 is announcing the award of an Emergency Procurement to Arthur J Gallagher Risk Management Services, Inc..
MUSC’s Emergency Procurement is for the twelve (12) months renewal of the Directors and Officers Insurance and Cyber Liability Insurance. MUSC’s University Risk Management (URM) is responsibility for acquiring Directors and Officers Insurance and Cyber Liability Insurance for the entire MUSC enterprise. With MUSC’s recent acquisition of several hospitals throughout the State the scope for both polices coverage increased. To ensure MUSC’s coverage would be sufficient for the entire enterprise URM needs time to evaluate MUSC’s increased exposure resulting from the acquisitions.
We are currently preparing a solicitation for these services; unfortunately, due to the pandemic URM personnel have not been able to finalize those specifications. Additionally, it is URM's fear that due to the pandemic, MUSC will not be able to procure coverages at the limits we have been accustomed to for many years, as the insurance market has hardened. URM must re-evaluate available options for coverage and how to reflect these major insurance fluctuations within our broker bid package; again with the goal of ensuring MUSC is adequately mitigating risks in this ever-changing insurance market.
MUSC found that the State has solicited a multi-agency contract for Directors and Officers Insurance and Cyber Liability Insurance, but not a Statewide Contract. URM will need time to contact the vendor that State has a contract with to see if the contract coverage is one, in which MUSC will be able to be added. Consequently, MUSC may have issue an Agency contract. In the interim, MUSC cannot let the current policy lapse; it would be detrimental to the daily operations, as well as the security of the entire MUSC enterprise. As this procurement will allow MUSC enterprise to meet the Directors and Officers and Cyber Liability requirements the Procurement Officer has deemed this to be an emergency in accordance with Section 11-35-1570 of the South Carolina Procurement Code.
This notice is not a request for competitive proposals. Telephone responses will not be accepted. 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 emergency procurement.
PROTESTS (MAY 2019)
If you are aggrieved in connection with the solicitation or award of the contract, you may be entitled to protest, but only as provided in Section 11-35-4210. To protest a solicitation, you must submit a protest within fifteen days of the date the applicable solicitation document is issued. To protest an award, you must (i) submit notice of your intent to protest within five business days of the date the award notice is posted, and (ii) submit your actual protest within fifteen days of the date the award 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. See clause entitled “Protest- CPO”. 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. [02-2A085-2]
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.sc.gov or (b) by post or delivery to: 1201 Main Street, Suite 600, Columbia,
In accordance with the Sole Source section 11-35-1650 included in the South Carolina Consolidated Procurement Code, Trident Technical College is announcing the intent to procure an annual maintenance contract for computerized environmental energy management control system from Palmetto Controls, Inc. Bidder's right to protest as listed in section 11-35-4210 in the South Carolina Consolidated Procurement Code applies to this intent to procure. Protest to be filed with:
Chief Procurement Officer, Materials Management Office, 1201 Main Street, Suite 600, Columbia SC
Fax: 803 737-0639 Email: protest-mmo@mmo.sc.gov
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 Ellucian Company LP as a sole source procurement for a five year period.
Ellucian Workflow Enterprise: a cloud-based solution for business process management.
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
SCDHHS is required to contract with a Quality Improvement Organization (QIO) to ensure medical and utilization reviews are conducted to safeguard against unnecessary or inappropriate use of medical services and excess payments. The Services are required for SCDHHS to meet the requirements set forth by the Centers for Medicare and Medicaid Services (CMS) to receive federal funding. Effective June 1, 2022, this vendor will assume responsibilities for utilization reviews for services related to Autism Spectrum Disorder. SCDHHS has historically utilized the KEPRO system for these reviews while maintaining dedicated staff to perform the utilization reviews. Moving the entire functionality to KEPRO will allow SCDHHS to leverage professional and certified staff already in place, reducing duplicity between KEPRO/SCDHHS staff, and ensuring that staffing volume is adequate to provide uninterrupted care to beneficiaries. KEPRO is currently the QIO vendor performing medical and utilization reviews to safeguard against the inappropriate use of medical services and excess payments. KEPRO was initially awarded the contract as the QIO to perform these reviews pursuant to a competitive procurement, and the contract expired on February 28, 2017. Due to the Department’s ongoing efforts to replace the State’s aging Medicaid Management Information System (MMIS), SCDHHS determined it was not in the best interest of the state (financially or in the use of its human resources) to issue a separate new procurement for these services once the initial contract with KEPRO expired. The serious and critical need for the continuation of the provision of the medical and utilization reviews performed by KEPRO is necessary to meet federal requirements for services provided under the State Medicaid program. The lack of these reviews could result in the inappropriate use of medical services and excess payments, which are prohibited by federal regulations. Without this contract, SCDHHS would be out of compliance with federal law which could jeopardize federal Medicaid funding. It is essential and of paramount importance that the continuity of these operations are maintained without interruption to comply with federal law. KEPRO is currently the only vendor that can provide these services without interruption until a determination for the best solution for procuring these services is made and a new contract is awarded and implemented.
The South Carolina Department of Health & Environmental Control (DHEC) is seeking a qualified vendor to provide one year of Premier Support Services on existing Microsoft products and services utilized by DHEC Office of Information Technology. The Premier Support Services include direct access to Microsoft product development teams, software developers and source code for account maintenance, problem resolution, and information services. The services offered also include reactive support to resolve issues in our Microsoft environment, prioritized problem resolution services to provide rapid response to minimize downtime, advisory and assistance support, service delivery management, assigned Microsoft Technical Account Manager (TAM), proactive services including maintenance, optimization, and education. The total estimated dollar amount of the purchase is $573,000.
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, 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 §11-35-1560 (A) of the SC Consolidated Procurement Code, it is the intent of SC Dept. of LLR to award without competition a sole source contract in accordance with Regulation 19-445.2105 to Sun Coast Resource Inc. to procure Tekflame fuel to be used in the SC Fire Academy specialized flammable liquid firefighter training programs for municipal and airport fire departments.
Bidder’s right to protest as listed in section 11-35-4210 in the South Carolina Consolidated Procurement Code applies to this sole source.
Protest to be filed with:
Chief Procurement Officer
Materials Management Office
1201 Main Street, Suite 600
Columbia, SC 29201
Email: protest-mmo@mmo.sc.gov
The SC Dept. of Public Safety (SCDPS) intends to award without competition a blanket sole source contract to SmartCop for annual maintenance and software renewals for SmartCAD, SmartMCT and SmartRMS in accordance with Regulation 19-445.2105 (B) (1); where the compatibility of services, equipment, accessories, or replacement parts is the paramount consideration and (B) (5) where the item is one of a kind. Estimated expenditures is $252,000 annually; estimated contract period 7/1/2022 – 6/30/2025.
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.
Please see solicitation information at the following link Solicitation Attachments (sc.gov)
On the behalf of Denmark Technical College, hereby provide notice that pursuant to the authority of SC Code 11-35-1560 and SC Regulation 19-445-2105, is announcing the intent to award without competition, a sole source contract to procure: Vizrad system which includes the simulators and simulation system for personnel contamination training which is only manufactured by Teletrix as a sole source procurement.
This notice of intent is not a request for competitive proposals. Any responsible sources who wish to identify their interest and capability to provide these services must notify the Procurement Officer at livingstont@sctechsystem.edu no later than December 22, 2021. Subject: Vizrad System. Telephone responses will not be accepted. Upon receipt of the interested parties notification, the Procurement Officer will determine whether to conduct a competitive procurement or proceed with sole source negotiations.
RIGHT TO PROTEST (SC Code 11-35-4210)
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.sc.gov or (b) by post or hand delivery to: 1201 Main Street, Suite 601, Columbia, SC 29201.
In compliance with the requirements in Section 11-35-1560 of the South Carolina Consolidated Procurement Code and in accordance with Regulation 19-445.2105, South Carolina Judicial Branch, SCJB, announces the intent to award a Sole Source procurement to BIS Digital.
Since 2017, the SCJB has been experiencing difficulty attracting and hiring a sufficient number of traditional court reporters to capture the record using stenography and voice writing technologies in Circuit and Family courts. Owing to the nationwide shortage of traditional court reporters, the SCJB had to implement digital/electronic technologies to ensure that the record could be captured accurately and reliably.
In fiscal year 2020, SCJB solicited 3 written quotes for commercial of the shelf software to assist SCJB with its digital recording needs. Pursuant to 11-35-1550 (2b) SCJB entered into an agreement with BIS to provide its Digital Court Reporter (DCR) software. This partnership is extremely advantageous to SCJB since BIS can also provide the necessary hardware for the project through the South Carolina State Wide Contract for Audio Visual Products and Services.
BIS is the only company that can maintain and support their software. They are also the only company that can train new SCJB employees on the use of their software.