Category: | Month: | Day: | Year: |
Clemson University is intending to sole source the monthly fees associated with usage of the Common Application system. The Common Application is the industry leader in joint online college applications used by over 1,000 different universities and generating over 4 million applications in the US alone, and is seen by more potential students than any other applications. For these reasons it gives Clemson access to potential students that might not be aware of Clemson and what it offers and allows Clemson to increase the quality of candidate that may be accepted to the University. Therefore this is a 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 is seeking a full-service Research as-a-Service (RaaS) vendor that has unique research and specific data to assist Clemson with the implementation of 3 high-priority projects; 1) ERP, 2) Capital investments and 3) Decentralized Budget Model. The data needed, is really benchmark and best practice points that can help Clemson faculty deal with the change management needed as part of these projects by being able to quickly provide customized reports and dashboards based on real peer data. A driving factor with Hanover is they are already on contract for admissions surveys and have been used by the university for years. Hanover knows our data, challenges, and opportunities. We currently use the Hanover academic assessment suit. This sole source will add project queue features as an add-on to our current package. Having a respected, proven partner in higher ed that has existing data on these efforts at peer institutions will allow Clemson to be successful. Hanover Research is the only supplier that has the specific, required data to allow for this agile, immediate approach to assisting with change management on these projects.
The South Carolina Department of Administration, in accordance with South Carolina Procurement Code, Section 11-35-1570 and regulation 19-445.2110, is providing public notice of the award of an emergency contract to Blanchard Machinery. The total potential value the contract is approximately $78,460.92.
This procurement is for two (2) 72-inch cooling tower blades and the associated duct cylinder assembly that has failed, resulting in the cooling tower being unable to provide cool enough water with high outdoor temperatures in the upper 80s and low 90s to feed the chillers without shutting them down. This is the main testing facility for infection diseases for DHEC. This facility operates 24/7 and without sufficient cooling, would have to shut down and route all testing to independent laboratories. The inability to complete testing on site creates a threat to public health as DHEC would not be able to report testing results in compliance with the Centers for Disease Control guidelines. Additionally, routing all testing to independent labs would risk specimen contamination.
Please see Section 11-35-4210: Right to Protest of the South Carolina Code of Laws for information relating to protest rights.
The South Carolina Department of Education (SCDE) intends to secure a contract with SAS Institute, Inc. to provide licensing for SAS Enterprise Miner, Visual Analytics and Platform Suite Licenses. The estimated value of the contract is $140,247.50 for a period of one year.
The State Board for Technical and Comprehensive Education in accordance with 11-35-1560(A) of the SC Consolidated Procurement Code intends to sole source to Ruffalo Noel Levitz the purchase of integrated Strategic Enrollment Planning Service. The services will include the ability to build a strategic enrollment planning.
Contact agency Procurement Manager to obtain a copy of the written justification.
The South Carolina Aeronautics Commission (SCAC), in accordance with South Carolina Procurement Code, Section 11-35-1570 and regulation 19-445.2110, is providing public notice of the award of an emergency contract to Rebel Services, LLC. The total potential value the contract is approximately $70,000.00.
This procurement is for the installation of veeder-root tank monitoring systems for 5 underground fuel tanks. The current system has stopped working properly, and if left unrepaired, the DHEC will close the fueling system utilized for agency aircraft and aircraft operational costs will increase significantly as there will be a need to purchase fuel at retail rates rather than wholesale. Also, if this system were left unrepaired, it would run the risk of the agency not knowing if tanks leak, and the agency would face penalties from DHEC.
Please see Section 11-35-4210: Right to Protest of the South Carolina Code of Laws for information relating to protest rights.
Advertising within Charleston International Airport for SCDMV's REAL ID. This cannot be procured anywhere else as Charleston County Aviation Authority oversees all advertisements within Charleston International Airport.
Cleaver Brooks Throat and Liner
PROTEST: Pursuant to Section 11-35-1560(A) of the S.C. Code of Laws apply as noted in the Bid Document.
Aiken Technical College, 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 from Teletrix. We intend to procure; TXR -21 Simulator Package, Simulated Radiation Source Package, SP900-11A Probe Pak, SP900 Series Prove Pak Set, SP900-TT Probe Pak Adaption Stretchscope, TXR-66 Simulator Package, TXR-5A Simulator Package, Self - Frisk Module for TXP-4 Probe, Self - Frisk Module for TXP-11 Probe, TXR-21 Simulator Package, TXP-11V Probe, VIXRAD Hub with Sensor Guide, Charging Cart. This equipment is program and curriculum specific and manufactured and solely distributed by Teletrix . This notice of intent to Sole Source is not a request for competitive proposals. Please see Section 11-35-4210 in the South Carolina Consolidated Procurement Code: Right to Protest of the South Carolina Code of Laws for information relating to protest rights.
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 TargetX PremiumX Support Services as a sole source procurement for a three year period.
TargetX PremierX Support Services provides the CofC with Webinar Training, Upgrade Assistance, Xpert Training, Xpert Sessions, and Xpert Consulting in support of the TargetX Insight product line. TargetX is the only vendor that can provide this type of support for the Insight proprietary product line utilized by the College.
The Department of Social Services intends to award a Sole Source procurement to the Microsoft Corporation for Microsoft Unified Support Services. This service is for Microsoft products currently being used to support computer operating systems, office suite, server operating systems and Office 365 cloud service suite, to include email, OneDrive, SharePoint, Teams, and Office applications. This service plan includes a dedicated Technical Account Manager to assist DSS with technical problems, access to higher level Microsoft engineers to assist DSS IT staff to resolve issues, and free specialized assessments of the DSS environment with knowledge transfer.
Rifle Racks as required by the Department of the Army.
PROTEST: Pursuant to Section 11-35-1560(A) of the S.C. Code of Laws apply as noted in the Bid Document.
The University of South Carolina intends to enter into a sole source contract per S.C. Code Ann. §11-35-1560 to Johns Hopkins University for Whole Exome Sequencing
The University of South Carolina intends to enter into a sole source contract per S.C. Code Ann. §11-35-1560 to Johns Hopkins University for Whole Exome Sequencing
South Carolina Department of Disabilities and Special Needs (DDSN) intends to award a Sole Source Contract for Charles Lea Center to perform fiscal agent responsibilities for the participant-directed services of In-Home Supports, Attendant Care, and Respite provided through the Intellectual Disability/Related Disabilities, Community Supports, and Head and Spinal Cord Injury Medicaid Waivers.
Clemson requires a consultant that with certification from the American Institute of Certified Planner that has experience in bike/walk master planning with South Carolina communities with population less than 4,000 people. This consultant also needs to understand the local communities' governments and leaders as they will need to gain the consensus and approval of the various leaders in the target communities, and this requirement truly requires someone who has experience in small rural community politics. Additionally, the consultant should have experience in landscape architecture planning. The only company with a consultant that meets these criteria is Studio Main LLC. The total contract value is $60,000.
Protest to be filed with:
Chief Procurement Officer
IT Procurement Management Office
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 labor and materials to install Siemen’s digital controls for four (4) new AHUs and fifty-one (51) VAV boxes that are being installed to replace existing HVAC units, as a as a sole source procurement from Control Management, Inc., on the basis of 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.
Clemson intends to sole source the purchase of STINGAR security automation software platform because STINGAR is a security automation software platform that uses honeypots to remove unwanted or malicious traffic from enterprise networks. STINGAR is a homegrown platform from Duke University primarily used by Higher Ed institutions. STINGAR can integrate with our existing networking equipment, like Firewalls and Routers, to improve the overall performance of your network defenses by performing real-time threat blocking. With STINGAR we will be able to take advantage of: Shared Threat Intelligence -Provides real-time visibility of cyber attacks -Shared threat data between all partners, which intern improves the defenses of all partners -The network effect: Shared data value grows with more users Network Gatekeeping -Real-time threat blocking at the network edge -Sophisticated “block list” processing avoids false positives Automated Response -Provides Automatic Threat detection & Response in real-time -Sub-second response time from intrusion detection to blocking -Improves quality & utilization of existing network defenses -Reduces workload of Security/Incident Response Teams -Saves operating cost Some of the possible results upon deployment could be: Improved network security & reduced operating costs -Removal of lousy traffic from enterprise networks -Increase in blocks -@Duke from ~10M to over 1B blocks per day -Reduction of intrusions -@Duke >100x increase in blocked intrusion attempts -Automation with STINGAR reduced SOC workload & lowered operating costs -Dramatic reduction in daily IDS alerts (>90%) -Realtime shared threat data blocks >75% of attacks before they are detected -Enhanced protection against DDoS-style attacks To summarize, I believe adding STINGAR to our tool arsenal would increase our real-time visibility of cyber-attacks on our network. It would drastically help with real-time threat blocking at the network edge, allowing the team to focus on items that get through our defenses faster by reducing the noise.
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
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 Education (SCDE) intends to secure a contract with the College Board so that the SCDE may pay the College Board directly for 2023 AP examination fees that would otherwise be invoiced to South Carolina public schools. By proviso, the SCDE is responsible for funding the AP examinations. The estimated value of the contract is $4,500,000.00.
Clemson University's Food and Packaging Science Department intends to sole source and Agilent Seahorse XF Pro Complete Analyzer with Normalization. It is believed that AGILENT IS THE ONLY COMPANY THAT PRODUCES THE INSTRUMENT FOR SIMULTANEOUS MEASUREMENT OF OXYGEN CONSUMPTION & PROTON EFFLUZ RATE IN LIVE CELLS. THE 2 MAJOR CELLULAR ENERGY YIELDING PATHWAYS, MITOCHONDRIAL RESPIRATION & GLYCOLYSIS CAN BE MEASURED SIMULTANEOUSLY & IN REAL TIME. CHANGES IN THESE 2 ENERGY PATHWAYS AFFECT THE IMMEDIATE EXTRACELLULAR ENVIRONMENT & THE RESULTING CHANGES IN O2 CONCENTRATION AND PH CAN THEN BE MEASURED USING THIS TECHNOLOGY. THERE ARE NO OTHER COMPANIES THAT PRODUCE THIS KIND OF INSTRUMENT, and the instrument cannot be purchased from any other reseller or distributor. For these reasons, this is a sole source.
Clemson University intends to sole source the purchase of Innosoft's Fusion software for Campus Recreation This purchase is to be sole sourced because software and the hosting of the software are provided solely by Innosoft Canada, as well Innosoft offers specific functionality that is specific to their application, these include; hosting, custom student interfaces, unlimited site licenses allowing for unlimited users and workstations, single sign on capability using Shibboleth, direct connection to the Clemson payment system allowing for online and card payments by students, touch screen interfaces utilizing Microsoft technologies, no payment transaction fees whether payment is online or in person, and a custom Clemson designed online member portal The total price of all service to be ordered in association with this order is $69,781.63.
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
Materials Management Office
1201 Main Street, Suite 600
Columbia, SC 29201
Facsimile: 803-737-0639
E-mail: protest-mmo@mmo.sc.gov
The University of South Carolina in accordance with 11-35-1560(a) and SC Regulation 19-445-2105 of the SC Consolidated Procurement Code is announcing the intent to award without competition as a sole source procurement to procure an Atomic Layer Deposition (ALD) System from Anric Technologies.
The robots and training systems will be used in the Mechatronics Technology program at college’s Kershaw campus. The pump learning system and trainers will assist students with the understanding centrifugal, diaphragm, peristaltic and other related operational processes. The pump and hydraulic learning systems contain self-paced or lecture-lab guides for student and instructors. The robotic package includes the educational tooling package and MH CERT training program that is utilized in the classroom. The robots are industrial grade and meet the current industry’s standard for robotics training. The curriculum includes learning objectives and industry skills.
In compliance with notice requirements in Section 11-35-1570(B) of the South Carolina Consolidated Procurement Code and in accordance with Regulation 19-445.2110, SC State Board for Technical and Comprehensive Education/SC Technical College System (SBTCE/SCTCS) is announcing the award of an emergency procurement to Integrated Controls and Information (INTCAI) for two superstructures for the Industrial Conditioning Environment (ICE) trainer.
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
Materials Management Office
1201 Main Street, Suite 600
Columbia, SC 29201
E-mail: protest-mmo@mmo.sc.gov
Coastal Carolina University proposes to procure a 14.4 ft. by 25.2 ft. LED videoboard and related installation for a new soccer complex, as a sole source procurement from Daktronics, Inc., on the basis of 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.
The SC Dept. of Public Safety (SCDPS) advertised an intent to award without competition for a sole source contract to K2Share LLC for recurring maintenance (Ad #26810) for the agency’s grants management system which is utilized to track sub-grantee applicants and awards which was purchased as a sole source agreement in February 2018. K2Share LLC is the original manufacturer and sole provider for the maintenance required to maintain the existing grants management system; therefore, SCDPS proceeded with the sole source in accordance with Regulation 19-445.2105 (B)(5), where the item is one of a kind. The original sole source advertisement was for maintenance with an estimated cost of $148,000 through 9/30/2022; however, the correct end date is 9/30/2023. This intent to award without competition is for SCDPS to purchase the maintenance agreement in the amount of $73,750 through 9/30/2023.
The South Carolina Department of Corrections intends to Sole Source Dana Safety Supply for (1) year with the option for (2) additional (1) year periods for the procurement of Point Blank Maverick Mod16 Vests.
Point Blank Maverick Mod16 Vests:
STANDARD FEATURES:
Spike III / Level IIIA Ballistic combo panels
• Optional Thorshield material protection against
electroshock
• Removable internal cummerbund
• Self Suspending Ballistic System (SSBS) helps prevent
rolling and sagging of the ballistic panels inside carrier
KWIQ-Clip buckles front Closure allows swift release
• Top external loading, internal plate pocket in front and
back hold hard plates (Size dependent)
• Front holds Trauma insert
• Available in Male, MX4 contoured female, and Trufit
unisex shape
• Modular Liner options sold separately:
o 1/4” Spacer mesh
o 1/8” Anti-microbial, moisture wicking spacer mesh
o EurusTM panels
• Tuck in shoulders for low profile and professional
appearance
• Body side rescue strap (Red)
• External 3 Dimensional Rescue strap (Back)
• Adjustable modular side closure options:
o Hook /Loop Elastic Strap
o KWIQ Clip Elastic Strap
o Chest pockets for Notebook and Phone
• Loop areas for ID panel, Name and Badge
• Center Mic/PTT attachment point
• Left and Right Shoulder Mic/PTT attachment points
• Zipper adaptors for chest pockets
UNIQUE FEATURES:
• Center Front Flap with MOLLE webbing and two
kangaroo pockets
• Side cummerbunds with internal and external MOLLE
Webbing
Name Tape
2 ID Panels
COLOR: Black
Maverick MK3M 16 Carriers with Self Suspending Ballistic Supension System, Aseptto Buckles, 500D 100% Nylon Carrier, 500D 100% Nylon Spacer Mesh, Black w/ nametape and front & back ID panels, tucked in shoulder closure, top loading palte pockes front & back, molle on front and side wings, drag handle and removable adjustable internal cummerbund.
Point Blank Maverick MK3M 16 Carriers with Self Suspending Ballistic Suspension System to work with all current ballistic panels in use throughout The South Carolina Department of Corrections for the safety of all level II and III uniformed security staff while performing their daily duties and during emergency situations. No Substitutions will be permitted by SCDC.
Any vendor wishing to respond to this Intent to Sole Source must be an authorized Point Blank provider.
The South Carolina Department of Corrections intends to Sole Source ScriptPro, USA, Inc. to provide the preventive maintenance, 24/7 support, 24/7 response, software upgrades/ replacement, software interface, drug updates virus protection, disk encryption, parts, labor/travel and supplies to support the ScriptPro Robotic Prescription Dispensing System w/ a 12-slot Collating Control Center and Robotic Cell Multiplexor for SPx00 Robots which is currently installed at SCDC’s Kirkland Pharmacy.
The South Carolina Department of Corrections intends to Sole Source NDI Technologies to provide the Automatic License Plate Recognition (ALPR) solution for the equipment, installation, supplies, hardware, software, communication, updates/upgrades, repair, warranties, replacement, support, service and subscription renewals and any other needs related to the SCDC’s (ALPR) equipment. Our current equipment is installed and must communicate with SC Department of Law Enforcement’s (SLED) NDI (ALPR) Back-Office Solution known as (VISCE).
The requested DESI-XS imaging mass spectrometer interface manufactured by Waters Technologies Corporation that will be interfaced with an existing mass spectrometer manufactured by the same vendor (Waters Technologies Corporation). Waters Technologies Corporation is the sole manufacturer of the DESI-XS and have exclusive license to various Intellectual Property Rights relating to DESI technology, and is the sole supplier of the DESI source. The DESI-XS is the only source that is compatible with the Xevo-TQXS, the mass spectrometer that Clemson University currently has. Using the same equipment with the same technology is imperative to ensure continuity of research data. For these reasons, this is a sole source procurement.
Clemson University is procuring X-ray photoelectron Spectroscopy (XPS) instrument manufactured by Physical Electronics
Chief Procurement Officer
Materials Management Office
1201 Main Street, Suite 600
Columbia, SC 29201
Facsimile: 803-737-0639
E-mail: protest-mmo@mmo.state.sc.us
The South Carolina Department of Corrections intends to Sole Source Konica Minolta to provide
the all-solutions platform support and equipment to support the functionality, communication, databases, storage, and any other needs related to the SCDC’s Digital radiology / Imaging Equipment. Our current equipment is installed and using the Konica Platforms.
Annual renewal of Bentley product license subscriptions
Clemson University requires the purchase of a Foss NIRS D3, an instrument that is only available direct from the manufacturer. Clemson is conducting research on the use of visible and near-infrared reflectance to predict plant traits such as starch, protein, and carotenoid content. Because the range of the predictive signal varies the for traits of interest, Clemson requires a spectrometer that measures reflectance across the full visible and near-infrared range (400-2500nm). While other companies offer spectrometers that cover only part of this range, the Foss D3 utilizes silicon (Si) and lead sulfide detectors to measure reflectance on a spectral wavelength range of 400-2500 nm. Clemson is working in close collaboration with other research groups to measure plant breeding material (seed, vegetative tissue) quality. Two or more of these groups already have Foss visible and near-infrared spectrometers. The transfer of prediction models between organizations will allow for robust and consistent predictions across groups, fostering collaborative projects between institutions. The Foss DS3 is factory standardized in wavelength, bandpass, and response for precise calibration transfer. This means that it has improved calibration transferability and the same calibration can be used on multiple instruments out of the box. No other supplier can meet the unique design and compatibility needs outlined above. For these reasons, this is a sole source procurement.
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.