Category: | Month: | Day: | Year: |
Clemson University will receive access to Morning Consult’s database of US. Public opinion brand tracking data and a custom public opinion survey will be conducted among a sample. This is the only source for this unique data.
In accordance with §11-35-1560 (A) of the SC Consolidated Procurement Code, York Technical College is announcing the intent to award without competition, a sole source contract to Snap-On Industrial. The Supplier will be providing the following services:
Mulitmeter Certifications - This certification includes training on the problem-solving capabilities of Snap-on Digital multimeters.
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 Manager at sdesrochers@yorktech.edu no later than November 22, 2022, (12:00 a.m. EST). Telephone responses will not be accepted. Upon receipt of the interested parties' notification, the Procurement Department will determine whether to conduct a competitive procurement or proceed with sole source negotiations.
Intent to Sole Source
Vendor will add additional functionality to the software-as-a-service they are already providing to the Agency. No other company or entity is capable of making or permitted to make updates or additions to this proprietary system.
In accordance with Section 11-35-1560(a) of the SC Consolidated Procurement Code, and Section 19-445.2015 of the SC Code of State Regulations, Trident Technical College intends to sole source the repair of the Cessna Citation 500 NXA-JRV 500-138 and King Air 65-90 N900CK LJ-85 that were damaged in the moved from the Berkeley Campus in Moncks Corner, to the new SCATC facility in 2019. TTC issued solicitation # 052322-936-21106-05/31/22 for the repair of the Citation 500 and King Air 90 aircraft but no responses were received. Textron will repair the Citation 500 and King Air 90 aircraft to operational requirements for instructional purposes only.
TTC, 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 for unarmed security guards to Securitas Security Services USA, Inc. The Procurement Officer has deemed these services to be an emergency in accordance with Section 11-35-1570 of the South Carolina Procurement Code, due to TTC Public Safety Department having insufficient staff to cover all shifts. While TTC has been consistently advertising open positions, there has not been sufficient response from qualified candidates to fill needed positions. Public Safety has been working with procurement to issue a solicitation to contract for unarmed security officers to fill the immediate needs. In the meantime, to allow time to finalize the IFB evaluation process and implement a longer term contract for security service, due to the immediate staffing shortages, TTC requires an emergency contract to be in place to enable Public Safety to provide required services. It is critical that the Public Safety department have officers on duty for all shifts to protect the college premises, faculty and staff. The safety of students and employees is at risk if officers are not available on site as well as the reputational risk to the college should a serious incident occur.
The South Carolina Department of Health & Environmental Control (DHEC) intends to award a Sole Source contract valued at $289,592 for one year to provide ongoing software maintenance and support, including software patches and fixes, for the SC Vital Records and Statistics Integrated Information System (SC VRSIIS). The VRSIIS system accommodates the legal registration, certification, fee collection and all other processes associated with the recording of vital events for the citizens of the State of South Carolina. The VRSIIS was originally purchased competitively for DHEC use in 2003 (solicitation 03-S5602-A9532) and was upgraded in 2020. This WebLE system as installed at DHEC includes the following modules: BIRTH, DEATH, FEE AND ISSUANCE, FETAL DEATH, and ITOP. These products are all developed, sold, and have been supported by Genesis Systems, Inc. Contact agency Procurement Manager to obtain a copy of the written justification.
Qualified vendors should contact Tripp Clark at clarkhc@dhec.sc.gov by 5PM, November 30, 2022 for additional information.
The University of South Carolina intends to sole source a five (5) year preventive maintenance service and repair parts on Horizon 1's Atlas Copco air compressors performed by Atlas Copco Compressor Serivces, in accordance with 11-35-1560(A) of the SC Consolidated Procurement Code.
The South Carolina Department of Health & Environmental Control (DHEC) is seeking a qualified vendor to provide diaper voucher/coupon redemption services to meet the needs of the South Carolina Pregnancy Risk Assessment Monitoring Program (PRAMS). Vendors are to provide complete redemption/management services; including managing all communication between corporate offices of South Carolina stores, which includes but is not limited to technical support, processing and streamlining vouchers.
Twenty-dollar diaper vouchers will be provided to survey participants of SC PRAMS. Diaper vouchers are to be redeemed for the purchase of any brand, size, cloth, or disposable diaper available for purchase from regional retail/grocery/super markets with South Carolina locations statewide. Twenty-dollar bereavement vouchers will be provided to survey participants of SC PRAMS. Bereavement vouchers are to be redeemed for the purchase of non-restricted items. The total estimated dollar amount of the purchase is $115,000.00 for a maximum term of two (2) years.
Qualified vendors should contact Whitney Carswell at carswewp@dhec.sc.gov by Midnight ET, November 18, 2022 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 Law Enforcement Division (SLED) hereby provides notice, pursuant to the authority of SC Code 11-35-1560 and SC Regulation 19-445-2105, that it intends to award without competition a contract to Federal Resources Supply Company for the renewal of the D4H response team software package that has been used statewide since 2016 to track all POETE (Planning, Organization, Equipment, Training, Exercises) elements for the thirty-seven (37) South Carolina Homeland Security Regional Response Teams.
The South Carolina Law Enforcement Division (SLED) hereby provides notice, pursuant to the authority of SC Code 11-35-1560 and SC Regulation 19-445-2105, that it intends to award without competition a contract to General Dynamics Information Technology (GDIT) for software maintenance and support for TaskForce GangNet software, which is currently installed and in use at SLED. GDIT is the sole manufacturer and authorized provider of the software. No other vendors are authorized to provide the software or related services, maintenance and support.
The College of Charleston is announcing the intent to procure Ellucian Experience Premium and Insights as a sole source procurement for a five (5) year period.
23-26-SDM-SS-T5
The College of Charleston is announcing the intent to procure Ellucian Experience Premium and Insights as a sole source procurement for a five (5) year period.
23-26-SDM-SS-T5
The South Carolina Law Enforcement Division (SLED) hereby provides notice, pursuant to the authority of SC Code 11-35-1560 and SC Regulation 19-445-2105, that it intends to award without competition a contract to Tactical Support Equipment for a Nyxcell V850 5G Enabler System necessary to upgrade an existing SLED-owned Nyxcell Portable Base System to allow the equipment to operate in the 5G environment. Tactical Support Equipment is the sole source for Nyxcell products and related services in the United States.
The South Carolina Law Enforcement Division (SLED) hereby provides notice, pursuant to the authority of SC Code 11-35-1560 and SC Regulation 19-445-2105, that it intends to award without competition a three (3) year contract to Leadsonline LLC for Leadsonline Powerplus Investigation System electronic reporting and criminal investigation system to access transaction data from pawn shops, eBay and other secondhand stores.
MUSC is requesting the purchase of Cayuse COI Module. MUSC has an existing software license for Cayuse 424. This software allows MUSC faculty and staff to prepare and submit grant applications to be considered for funding by federal funding agencies. It has been in use on campus since 2007 and is the system of choice for federal submissions. Cayuse COI is the only Conflicts of Interest management tool that will fully integrate with MUSC’s existing Cayuse 424 software. The use of a single, integrated platform allows those engaged in research & sponsored projects to access their entire extramural funding portfolio from one dashboard, placing information directly in the hands of those who need it. Cayuse is the manufacturer and does not have any distributors. No vendor is allowed to maintain, upgrade or sell any Cayuse software.
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.state.sc.us or (b) by post or delivery to: 1201 Main Street, Suite 600, Columbia, SC 29201
In compliance with notice requirements in Section 11-35-1570(B) of the South Carolina Consolidated procurement Code, FDTC is announcing an award of an emergency procurement to extend the the current contract with New Age Protection, Inc. to provide armed security services until a new contract is awarded.
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
SCDNR has the intent to sole source 2 additional thermal cyclers from BIO Rad to meet the project needs. The MRD Genetics lab is currently using the thermal cyclers and the CFX Maestro software for managing the thermal cycling protocols .
The Medical University of South Carolina (MUSC), Department of Cardiology in accordance with §11-35-1560 (A) of the SC Consolidated Procurement Code, intends to award without competition, a sole source contract to inHEART Inc.
The Department of Cardiology is requesting to renew services with inHeart to produce medical imaging. "inHEART Models - Research" is a cloud-based service to process medical images (CT and/or MRI) and transform them into a digital 3D model containing highly detailed relevant anatomical structures and substrate information. inHEART Models 3-D segmentation unlimited scans. Medical images are transferred over the cloud to inHEART and then processed by our experts using our proprietary image processing software. It is intended to be used for research use only. “inHEART Models - Research” is a sole source service, created, sold, and distributed exclusively by inHEART, IHU Liryc - Hôpital Xavier Arnozan, avenue du Haut Lévêque, 33600 Pessac, France. No other company makes a similar or competing product/service. This service must be purchased directly by institutions from inHEART. There are no other agents or dealers authorized to represent this product. The Department is in the process of enrolling patients in this research protocol that requires the use of the inHEART analysis. It is vital to the integrity of the research project to contract with inHEART. "
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 seabrokv@musc.edu no later than November 14, 2022, (12:00 a.m. EST). 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.
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-itmo@itmo.sc.gov or (b) by post or delivery to: 1201 Main Street, Suite 601, Columbia, SC 29201
SCDNR has the intent to sole source repairs to the starboard side of the R/V Silver Crescent (52’ length) are in need of immediate and imperative repairs from damage sustained during Hurricane Ian, 30 Sep 2022. Due to the storm damages the boat cannot be moved.
Any actual or prospective bidder, offeror, contractor, or subcontractor aggrieved in connection with the intended award 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).
Clemson University needs to advertise on several billboards throughout the State of SC that includes printing and hanging banners. The Outdoor Advertising Association of South Carolina is the sole provider of free billboard leasing space throughout the State and is the only vendor that has billboards located in many strategic locations and is the only vendor that is able to print and hang the banners on the OAASC billboards throughout the State, therefore, this is a sole source request.
Clemson requires a forage plot harvester with a 36” cut width, mechanical drive system, adjustable cutting bar to different cutting heights, cutter blower for particle size reduction, and integrated scale system for the forages-livestock systems program. Under the forages program, multiple crops and forage species are evaluated, with harvests occurring every 3-5 weeks year-round. . RCI Engineering is the only supplier that can provide a forage harvester that meets these requirements. Bidder’s right to protest as listed in Section 11-35-4210 in the South Carolina Consolidated Procurement Code applies to this announcement of procurement.
Protest to be filed with:
Chief Procurement Officer
Materials Management Office
1201 Main Street, Suite 600
Columbia, SC 29201
Clemson intends to contract with SPECTRO Analytical Instruments because Clemson University requires for a custom Spectro Arcos FHA12, SN#123734/07 with the ability to utilize three inductively coupled plasma- optical emission spectrometers. The service maintenance and repairs must be completed by a technician who is trained and qualified by the manufacturer, Ametek Spectro. No other supplier can provide the service required to repair and maintain this instrument; therefore, for these reasons, this is a sole source procurement..
Bidder’s right to protest as listed in Section 11-35-4210 in the South Carolina Consolidated Procurement Code applies to this announcement of procurement.
Protest to be filed with:
Chief Procurement Officer
Materials Management Office
1201 Main Street, Suite 600
Columbia, SC 29201
Hot Serving Line went down and parts are no longer available. Have a temporary fix in place but need to replace the line quickly. Current lead time is 20 weeks and an order needed to be placed immediately.
To replace a failing school chiller. During our project research, we discovered the lead time to replace with a new Daiken 160 ton chiller is 34+ weeks. The time to conduct the bidding process would extend this project into late summer next year / beginning of the next school year. Due to time sensitivity, we needed to proceed immediately.
Immediate replacement of Fire alarm system at South Fant. System is unable to reset. If it goes down, we will not be able to get it working again.
Celtic upgrade to promote full compliance and safety of motor carriers and improve the efforts for near real time access to information for roadside enforcement as well as other state, federal and industry partners.
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.
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.