Category: | Month: | Day: | Year: |
SCDHHS is an enterprise customer of Microsoft products and services. These products and services are integral to the daily operation of SCDHHS mission critical systems. Microsoft Support Services are comprised of a comprehensive support solution that helps reduce costs, enhance productivity, and use technology throughout the IT lifecycle. They offer direct, expedient and unique access to Microsoft product development teams, software developers and source code for current and future products. Specialized training of Microsoft personnel is provided from Microsoft product development teams on how enterprise customers can best plan for, deploy, manage and maximize productivity of existing and future Microsoft products. Both reactive and proactive services are included. Reactive services are comprised of Problem Resolution Support, Advisory Support, and Support Assistance. Maintenance Services, Optimization Services, and Education Services are included as Proactive Services. All of these services are managed by a Microsoft Customer Success Account Manager who also assists with problem prioritization and escalation. A website portal enables SCDHHS staff to enter, update, and monitor service requests. The breadth and depth of services described above are only performed by Microsoft Corporation.
Vendor will provide under the contract:
The South Carolina Department of Education (SCDE) intends to secure a contract with the Board of Regents of the University of Wisconsin System, on behalf of the University of Wisconsin-Madison’s Wisconsin Center for Education Research (WCER) for the administration, scoring, and reporting of English language proficiency assessments for public school students in kindergarten through grade 12 for the period July 1, 2023, through September 30, 2024. As required by the Every Student Succeeds Act (ESSA) and of the Individuals with Disabilities Education Improvement Act (IDEA). English language proficiency assessments that measure students’ proficiency levels and progress in the four domains of language: speaking, listening, reading, and writing must be administered to all students identified as English language learners. The assessments must include customized forms for students with disabilities. A screener for the identification of English learners must be also available to schools to be administered as needed. In addition, an alternate assessment for students with significant cognitive disabilities must be provided. The total estimated dollar amount of the purchase is $1,700,000.00.
The South Carolina Department of Education (SCDE) intends to contract with Fort Scott Community College for services of a fiscal agent to disburse funds for jointly funded activities and required activities unique to South Carolina within the Instructional Services for Out-of-School Youth (iSOSY) and Identification and Recruitment Consortium (IDRC) Consortium Incentive Grants. The total potential value for both activities will not exceed $66,000.00.
South Carolina Parks, Recreation and Tourism (SCPRT) is seeking a qualified architect to provide complete architectural/engineering services for the design of the Blacksburg Welcome Center located in Cherokee, SC. SCPRT is currently in the design phase of the Fair Play Welcome Center. The design of the Fair Play Welcome Center has been laid out to meet the Welcome Center “Parkitecture” Design. Therefore, SCPRT intends to site adapt the Fair Play Welcome Center design for the Blacksburg Welcome Center to impart aesthetic/programmatic consistency to those visiting the upstate. Due to liability issues, the Fair Play Welcome Center architect is not willing to sell its license for use elsewhere absent their involvement in the project. SCPRT also believes that no other architect would accept liability of using another architect’s design without significant review and modification. For this reason, SCPRT believes that acquisition of the architect to site adapt the Fair Play Welcome Center design is a sole source and intends to proceed as such.
Qualified architects who disagree that the selection of the architect to site adapt an existing design and who are willing to accept full responsibility for doing so should contact Kevin Kibler at 803-734-3752 for additional information.
Responses are to be sent to: SCPRT, Mr. Kevin Kibler – Special Projects Manager 1205 Pendleton Street, Columbia, SC 29201
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. 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), 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 Consolidated Appropriations Act (CAA), 2023, which was passed by Congress and signed into law by President Joe Biden on December 23, 2022, provided state Medicaid agencies with a date of April 1, 2023 to resume the standard eligibility redetermination process. April 2023 will begin a 14-month unwinding period, during which annual redeterminations for all beneficiaries (approximately 1.5 million individuals) must be initiated during the first 12 months and redetermination processing completed in 14 months. To aid in the timeliness of determinations it is critical for the agency to have access to all available electronic data resources from federal, state, and commercial providers. Information technology that provides data broker services with system integration to enable South Carolina Medicaid eligibility determinations for application, redeterminations, and reported changes. Due to the limited time available to identify and select a vendor that is able to provide the needed data broker resources quickly, as the unwinding of the PHE is imminent, a vendor was selected with whom SCDHHS has previous contractual experiences through competitive solicitations.
Clemson requires multiple American Sign Language (ASL) interpreters to assist students with hearing disabilities as they travel to Massechusetts as part of a course requirement. Providing the ASL interpreters is a federal requirement of the University and due to short notice, expiration of a previous contract, and the amount to pay for the level of services needed, an emergency procurement is required.
PROTESTS:
Any actual or prospective bidder, offeror, contractor, or subcontractor aggrieved in connection with the intended award or award of this emergency 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 emergency 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).
The Consolidated Appropriations Act, 2023, provides state Medicaid agencies with a date of April 1, 2023 to resume the standard eligibility redetermination process. April 2023 will begin a 14-month unwinding period, during which annual redeterminations for the state’s 1.5 million beneficiaries must be initiated during the first 12 months with redetermination processing completed in 14 months. Due to the limited time available to identify and select a vendor that is able to provide the needed staff resources quickly with the state’s resumption of redetermination processing on April 1, 2023; the selected vendor’s ability to recruit qualified staff from an identified pool of candidates in the state; as well as the selected vendor’s demonstrated ability to provide this service in multiple other states, this vendor was chosen.
To purchase (6) Amatrol electrical wiring learning systems. These systems match other Amatrol equipment used in our megatronics program. Technical Training aids is the only authorized dealing in SC. Please go to our website at www.hgtc.edu/purchase for further documentation.
The Tran Lab will use this laser for characterizing photoluminescent materials in quantum computing, and spintronics applications. Characterizing these materials requires a spectral bandwidth with single-mode fiber output and picosecond laser pulses. The laser will be coupled to a fluorescence spectrometer. The Sanabria lab will use this laser for building a multicolor single-molecule Forster Resonance energy transfer and nanoscopy instrument as the lab seeks to understand the structure and dynamics of biomolecular complexes. For this, we need a broad bandwidth, and a high repetition rate of 78 MHz capable of tuning it up to 150 kHz for a nanosecond to millisecond time-resolved measurements. No other equipment available on the market today can offer these capabilities. Also, this particular laser is the only laser available on the market that will plug and play with the customized confocal microscope already built by Dr. Sanabria and with the Fluoluorescence spectrometer. Other labs will use this laser for cell-type profiling using multiplexing probes, which require again the single model tunability of a broad bandwidth that the SuperK offers that satisfies the requirements of all 3 labs. The SuperK Fianium FIU-15 by NKT photonics has a fiber output coupler, offers the bandwidth needed as well as the needed repetition rates and is portable, which is required for integrating with the described equipment. This equipment is only available for purchase through NKT Photonics and is not available from any other reseller or distributor. For these reasons, this is a sole source procurement.
The South Carolina Education Oversight Committee (EOC), 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 Education Analytics. The total potential value of the contract is approximately $224,000.00.
The South Carolina Education Oversight Committee intends to procure teacher, school and district level reporting based on the interim assessments administered by school districts. The current practice is for interim assessment vendors to provide a self-sponsored alignment study. Independent verification of the alignment improves the validity of these reports. This process requires alignment with SC READY Scores with a high degree of reliability. The vendor will align current interim assessments to SC READY and validate current alignments at the composite and strand levels.
Please see Section 11-35-4210(1): Right to Protest of the South Carolina Code of Laws for information relating to protest rights.
Horry County Schools (District) intends to procure all labor and materials necessary for the control components for interface, installation, as well as upgrade the Siemens Desigo building automation system in the project necessary for the replacement of the four (4) Make-up Air Units (MAU) being constructed at the Kingston Elementary on the existing Siemens Apogee Desigo System. . The District’s building automation system consists entirely of components made by Siemens. Siemens Industry has given exclusive territorial rights in South Carolina to Control Management to design, sell, and service Siemens building automation system. To maintain compatibility and ensure all controls remain operable according to Siemens standards, Control Management, Inc. is the only source for the required work.
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 Manager by email at the address and no later than the submittal due date specified in this ad. Telephone responses will not be accepted. Upon receipt of the interested parties’ notification, the District will determine whether to conduct a competitive procurement or proceed with sole source negotiations
Migration of SCDSS's Network Group Shares across the state to its DSS GCC Azure cloud tenant. This notice of intent to Sole Source is not a request for competitive proposals. Any responsible sources who wish to identify their interest and capability to provide these services must notify Daniel W. Covey at daniel.covey@dss.sc.gov prior to the contact deadline of April 10, 2023, 5:00 PM EDT.
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.
The South Carolina Department of Education (SCDE) intends to secure with LRP Publications for Title1Admin, which is the only searchable legally compliant one-stop reference center for Federal Programs administration and compliance with resources for unlimited number of users' access and training throughout South Carolina for one (1) year and six (6) months.
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 SAP Public Services, Inc. The total potential value of the contract is approximately $10,000,000.00. The anticipated contract duration is April 03, 2023, until March 27, 2026.
Admin intends to procure maintenance services as well as technical and functional support services for the SC Enterprise Information System (SCEIS). SCEIS uses software and system architecture designed, developed, and engineered by SAP for its functionality. These SAP services are essential and necessary to ensure that the State’s SCEIS-SAP system remain operable; SCEIS cannot operate without them.
Please see Section 11-35-4210(1): Right to Protest of the South Carolina Code of Laws for information relating to protest rights.
Implementing enhanced encounters processing services is a key enabler for achieving the South Carolina Department of Health and Human Services (SCDHHS) strategic business goal of using encounter data to develop performance benchmarks, to determine if health services are achieving intended outcomes. SCDHHS will use the Encounters Processing System (EPS) implemented by North Carolina Department of Health and Human Services (NCDHHS), leveraging existing technology and following the direction of the Centers for Medicare and Medicaid Services for intra-state collaboration with systems. The EPS is comprised of multiple Commercial-off-the-Shelf (COTS) technology software components. One of the components is GoAnywhere Managed File Transfer (MFT), which offers feature rich file-transfer services in support of the core EPS functionality. Fortra LLC (formerly known as HelpSystems) is the original equipment manufacturer and the only USA-based distributor for GoAnyWhere MFT licensing.
SCDNR is the agency responsible for developing the State Water Plan which focuses on ensuring groundwater availability for all future uses. Regional groundwater models in the Coastal Plain are needed to evaluate future water availability and to test water management strategies that will ensure future water needs can be met. The USGS has a long history of groundwater modeling in SC, have already developed a foundation for efficiently developing new regional groundwater models, and are in a unique position to complete the work in a manner consistent with SCDNR’s demanding schedule . Groundwater models are similar in several important ways to the surface water models developed for the eight planning basins in the state – both are used to evaluate water availability, both simulate the distribution of the water resources in the state, both depend on historic hydrologic and meteorologic data, and both require calibration.
LED cabinets, supporting technology and installation for Patriots Point Scoreboard.
LED cabinets, supporting technology and installation for Patriots Point Scoreboard.
Solicitation #: 22.48.JCB.SS
The South Carolina Department of Natural Resources seeks to purchase as a sole source enhancements to DNRs existing Smart Cop system and licensing. The Smart Cop E-Tickeing, Records Management Software (RMS) and Field Reporting software, integrates with USCG BARD and many other of the commercially available Licensing/Boating Sales/Registration systems.
The Devereux Foundation will provide emergency residential services in their Adult Intellectual and Developmental Disabilities (IDD) services center for a South Carolinian eligible for DDSN services. Due to the behaviors, the individual could no longer stay in his current residential setting at a community intermediate care facility for individuals with intellectual disability. He was discharged from the facility in October 2022, and has been in the hospital since that time awaiting new placement. The Devereux Foudation is able and willing to meet this individual's needs.
Integrity Home Care, LLC will provide emergency sitter services for a DDSN client in immediate need of sitter services due to very complex conditions (to include ASD & severe seizures), which cause progressive brain damage. This these client services were deem necessary via court order, based on the circumstances this clients case.
Intent period should be 12/12/2022-12/19/2022 not 12/27/2022
Table Rock State Park - Install Public WIFI in the Campground areas at the Park.