Category: | Month: | Day: | Year: |
The University of South Carolina in accordance with 11-35-1560(A) of the SC Consolidated Procurement Code intends to sole source additional Parking Management Software for parking sites for the USC Columbia Campus from T2 Systems, Inc.
On April 17, 2023 a 2 1/2" pressurized fire sprinkler line burst, flooding the entire ground floor area of the D.L. Terhune building. The only elevator was offline, the Bookstore was flooded and inventory damaged. The loss occurred at approx. 2:30 am est. ServPro was available and mobilized immediately. Major remediation work. Dewatering, removal of damaged and salvageable contents,
In compliance with notice requirements of section 11-35-1560 (A) of the SC Consolidated Procurement Code and in accordance with Regulation 19-445.2105, Florence-Darlington Technical College intends to award a Sole Source procurement to Technical Training Aids to provide a Fortus 450mc 3D printer that will provide a multi-application manufacturing solution that reduces design and build time, optimizes manufacturing workflows, decrease overall cost and promotes factory innovation. Total Cost: $190,642.68. Bidder's right to protest is listed in section 11-35-4210 in the SC Consolidated Procurement Code and applies to this Sole Source procurement.
Protests to be filed with: Chief Procurement Officer, Materials Management Office, 1201 Main Street, Suite 600, Columbia, SC 29201 or emailed to: protest-mmo@mmo.sc.gov
In compliance with notice requirements of section 11-35-1560 (A) of the SC Consolidated Procurement Code and in accordance with Regulation 19-445.2105, Florence-Darlington Technical College intends to award a Sole Source procurement to Ad Astra Information Systems, LLC to provide a bidirectional integration with FDTC’s Collegue environment, integration with colleges authentication methods, and room file consulting. They will also initiate onboarding, application configuration, access, and training. Total Contract Amount: $150,408.00. Bidder's right to protest is listed in section 11-35-4210 in the SC Consolidated Procurement Code and applies to this Sole Source procurement.
Protests to be filed with: Chief Procurement Officer, Materials Management Office, 1201 Main Street, Suite 600, Columbia, SC 29201 or emailed to: protest-mmo@mmo.sc.gov
Clemson University seeks to sole source a Keysight Technologies, Inc. M8194A Arbitrary Waveform Generator. Due to our research into high-power specialty optical fibers here at Clemson, we are constantly looking at new and novel ways to improve the performance of laser systems. From this, we are constantly on the edge of encountering disastrous nonlinear effects that can destroy our amplifiers and create hard limits to our power-scaling efforts. To mitigate this, research has demonstrated over the past couple of years that modulating the frequency of our seed lasers using a phase modulator and arbitrary waveforms, such as pseudo-random bit sequencing (PRBS), etc., is the way to go to increase the ceiling when it comes to the limitations of high-power fiber lasers in their current state. To generate said arbitrary waveforms, we need an arbitrary waveform generator (AWG). Currently, our research group is interested in purchasing an AWG from Keysight technologies, the M8194A-002, because it provides seamless support for our laboratory by allowing us to send waveforms to it through MATLAB as well as offering a proprietary software that allows us to control the waveforms on the instrument to high precision. Other advantages of the M8194A-002 are in the form of waveform correcting for any impedance, voltage, etc. mismatch that may come in from scope to phase modulator connection of the coaxial cables. Finally, at around 120 GSa/s, the speed at which data is transmitted with the M8194A-002 leads to more control over the waveforms and more precision is what we are looking for when it comes to optical frequency modulation. This sole source purchase also includes the extended technical support for education, 3 year extended warranty, calibration, power cords & cabling and USB slot chassis. For these reasons, this is a sole source procurement.
The Darlington County School District, in accordance with Darlington County Procurement Code, Section 11-35-1560 and regulation 19-445.2105, is providing public notice of the Intent to Sole Source a contract for Architectural - Engineering Services for the District’s New Elementary School construction to Jumper Carter Sease Architects, P.A.
The Intent to Sole Source this contract is made on the basis that the new school will be utilizing the same design as a school recently built by the district. Jumper Carter Sease Architects, P.A. was retained for A & E Services for that facility and they own the existing copyrighted designs. In order to reuse the copyrighted school designs the District must utilize Jumper Carter Sease Architects, P.A. for this service. Jumper Carter Sease Architects, P.A. developed the drawings, documents, and specifications and has assumed the liability of the structure and the integrity of the designs. It would be unreasonable and unrealistic for any other firm to assume the liability of another firm’s existing A & E designs. This was confirmed via discussion with the State Department Procurement Office. Additionally, DCSD recently solicited for Architectural and Engineering Services and Jumper Carter Sease Architects, P.A. was one of the awardees.
It is the intent of the South Carolina Public Employee Benefit Authority to enter into a sole source contract for up to five years with Software AG for software licenses, maintenance, technical support and upgrades for server and client products including Adabas, Adabas SQL Gateway, Natural, Natural Construct, Natural Security, Predict, Entire Network, Entire X Communicator, Integration Server, and JDBC Adapter. Software AG is the parent company of Software AG, USA Inc. and is the developer and either the original manufacturer or authorized licensor of the software. If you are a qualified vendor contact Kristen Rivas via email prior to the contact deadline: May 4, 2023; 5:00 PM Local time. Please address your subject line as follows: Notice of Intent to Sole Source Software AG.
FosterClub, Inc. (FosterClub) is the sole author, designer, publisher and vendor of the publications and/or products listed: ● FYI Binder ● Foster Care 411 ● Foster Cub (English and Spanish versions) ● Getting Solid ● Quick Start Guide ● Transition Toolkit ● FosterClub-branded bags / cinch sacks
Foster Youth Involed (FYI) Binder designed to help youth become more involved, informed, and independent. The binder provides foster-informed guidance and space to organize important documents youth need for court, education, and the transition to adulthood. The new design provides a safe and secure place to store court papers, case planning notes, contact information, resources, records, events, even keepsakes and other significant items they may need to navigate the foster care system, stay on top of their case plan, and prepare for their future. FYI: Transition Tool Kit helps foster youth develop a transition plan before they leave care. Youth can take inventory of current assets, identify resources & supportive adults, and map out a plan for the challenges after foster care. FYI: Getting Solid designed to help youth in foster care understand and secure permanence.
FosterClub, Inc. (FosterClub) is the sole author, designer, publisher and vendor of the publications and/or products listed: ● FYI Binder ● Foster Care 411 ● Foster Cub (English and Spanish versions) ● Getting Solid ● Quick Start Guide ● Transition Toolkit ● FosterClub-branded bags / cinch sacks
Foster Youth Involed (FYI) Binder designed to help youth become more involved, informed, and independent. The binder provides foster-informed guidance and space to organize important documents youth need for court, education, and the transition to adulthood. The new design provides a safe and secure place to store court papers, case planning notes, contact information, resources, records, events, even keepsakes and other significant items they may need to navigate the foster care system, stay on top of their case plan, and prepare for their future. FYI: Transition Tool Kit helps foster youth develop a transition plan before they leave care. Youth can take inventory of current assets, identify resources & supportive adults, and map out a plan for the challenges after foster care. FYI: Getting Solid designed to help youth in foster care understand and secure permanence.
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 to Miltenyi Biotec. for gentleMACS Octo Diss. with Heating Units with repair service, technical and software support.
Subscription service for use of Cludo search engine tool already integrated into the SCDMV website from 5/30/2023 – 5/29/2024.
The Medical University of South Carolina, Public Safety and Risk Management, 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 a contract to Rave Mobile Safety, for a three (3) year renewal terms. The annual value of the contract is $79,146.57.
Public Safety and Risk Management intends to procure a planned service agreement for the MUSC Alert Emergency Notification System with Rave Mobile Safety for all employees, students, faculty and staff. This planned service agreement includes the on-going maintenance and management of the Rave Mobile Safety System software that is responsible for the alerting all MUSC employees. The existing software being used to monitor and control the system is proprietary to Rave Mobile Safety, and no other software can be created or used as an alternative to monitor and control this system. In addition, it is a federal requirement under the Jeanne Clery Act to have an emergency notification system in place to protect employees when crisis situations occur. These may include but are not limited to: active shooters, hurricanes, suspicious packages, gas leaks and various campus closures. MUSC must protect our patients, students, faculty and staff at all times. The Intent to Sole Source contract is made on the basis that Rave Mobile Safety, is the only vendor that is authorized to sell any parts and maintain the proprietary Rave Mobile Safety software. A break in service would be detrimental to the Enterprise.
PROTESTS (MAY 2019): If you are aggrieved in connection with the intended award of this contract, you may be entitled to protest, but only as provided in §11-35-4210. To protest an intended award of a contract pursuant to §11-35-1560, you shall (i) notify the chief procurement officer in writing of your intent to protest within five (5) business days of the date this intent to award is posted, and (ii) if the appropriate chief procurement officer has been timely notified of your intent to protest, you may submit your actual protest within fifteen days of the date this notice of intent to award is posted. Days are calculated as provided in §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
Qualified vendors should contact Vertelle G. Seabrook (seabrokv@musc.edu) via email prior to the contact deadline: April 25, 2023; 12:00 AM EST Time. Please address your subject line as follows: Notice of Intent to Sole Source
170096987 Clemson requires specific research-related functions (sponsored research, technology transfer and projects of interest, startups and related services) to be performed by a 3rd party due to current limitations restricting/prohibiting Clemson from adequately doing so under current law (e.g. choice of law, prohibition to holding equity, contracting for patenting services, indemnification, financing, access to funds not available to public entities, etc...). Services must be closely aligned with the University goals which would be impossible with any for profit supplier that by definition would have conflicting goals. Currently CURF as a 509(a)(3) not-for-profit is the only entity structured to support the University in this direct manner and thus this contract is a sole source procurement.
Provide and deliver a BodPod GS-X air displacement plethysmography system, related attachments, on-site training, and a one-year extended service plan. Additional information is available through the link below.
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 Unisys Corporation to update message keys within its Law Enforcement Message Switch (LEMS/JX) to the NIEM XML web services protocol. The FBI Advisory Policy Panel approved a change to the method of communication protocol to NIEM XML, and Unisys Corporation will provide services to upgrade the message keys to this new communication protocol. Unisys Corporation owns the LEMS/JX proprietary message switch software used by SLED, and they are the only vendor that can provide these services.
The SC Department of Corrections Contracts for Liquid Propane (LP) Gas has expired as of 04/03/2023. There is currently a new solicitation in process for a multi-term contract. There are (2) Contracts: 4400018341 AmeriGas Propane (7000145230) and 4400018342 Palmetto Propane (7000223392) which provide the (LP) Statewide to SCDC. The LP Gas is required daily for operations across the state.
The South Carolina Department of Corrections is entering into an Emergency Procurement for a continuation of these services under the same Terms and Conditions of the original contract until a new Award has been put in place. New term contracts will be entered at that time.
The SCDC has issued a Solicitation for these services. This Emergency will remain in effect until an Award is issued.
https://webprod.cio.sc.gov/SCSolicitationWeb/contractSearch.do?solicitnumber=5400025200
Fire Hydrant
Digital Loss Prevention
Horry County Schools (District) intends to procure all labor and materials to include the Simplex duct and carbon monoxide detectors along with the related equipment, control and monitor modules for the replacement of four (4) Roof-Top, Make-up Air Units at Kingston Elementary School 4580 Highway 472, Conway, SC 29526. The Simplex System is a proprietary system, and Johnson Controls is the only entity that manufactures the required compatible Simplex parts for this work. A John Controls Fire Protection Factory trained personnel can only perform these services.
In accordance with §11-35-1560 (A) of the SC Consolidated Procurement Code, it is the intent of the Medical University of South Carolina (MUSC) to award without competition, a sole source contract in accordance with Regulation 19-445.2105 (B) (5) to Devana Solutions LLC for the purchase of a contract renewal of PROPEL Central and Linkpoint Connect software.
Purpose and Objectives: MUSC currently has three (3) users licensed for the software and it is important to the department to maintain all the data that has been identified as they continue with their research studies.
Sole Source Justification: Devana is the first cloud-based, turnkey study opportunity tracking/sales solution built exclusively for research sites. Devana Solutions is the only system customized to allow research sites to efficiently manage and win more studies by automating study-lead tracking, managing contacts, collecting superior performance metrics, and providing automated reminders of key events. Devana software organizes everything needed to manage the work of the Research Opportunities & Collaborations (ROC) Program in one centralized place in real time.
With hundreds of research opportunities that the ROC program manages each year at MUSC, the outlook email and contact integration is another of the unique requirements met only by this vendor.
A change in supplier would destroy the research design of data that has already been collected.
QUESTIONS: Shall be addressed to the email address of the Procurement Officer indicated below.
PROTESTS (MAY 2019): If you are aggrieved in connection with the intended award of this contract, you may be entitled to protest, but only as provided in §11-35-4210. To protest an intended award of a contract pursuant to §11-35-1560, you shall (i) notify the chief procurement officer in writing of your intent to protest within five (5) business days of the date this intent to award is posted, and (ii) if the appropriate chief procurement officer has been timely notified of your intent to protest, you may submit your actual protest within fifteen days of the date this notice of intent to award is posted. Days are calculated as provided in §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
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 this Contracting Specialist at byrdg@musc.edu prior to the contact deadline: April 19, 2023, at 12:00 AM EST. Telephone responses will not be accepted. Upon receipt of the interested parties’ notification, the Contracting Officer will determine whether to conduct a competitive procurement or proceed with sole source negotiations.
The SuperK laser is a supercontinuum laser that is specifically designed for use in OCT and hyperspectral imaging. The SuperK FIANIUM FIU-6 OCT laser source has a repetition rate of 312 MHz and power stability of 0.5%. The single-mode output mode also allows for high quality Gaussian beams (M^2<1.1) and they claim up to 70% efficiency in single-mode fiber coupling. These properties will allow for an increase in sensitivity due to the high coupling, a reduction in noise from the repetition rate and power stability and a reduction in fringe artifacts in OCT imaging due to the high-quality Gaussian shape. It is my understanding that no other laser source company can provide a compact supercontinuum source with the high specifications needed to perform OCT imaging and HSI on bacteria biofilms. Other laser sources have significant wavelength instability which degrades the data needed for our imaging systems. For these reasons, this is a sole source request.
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. HelpSystems, LLC is the original equipment manufacturer and the only USA-based distributor for GoAnyWhere MFT licensing.
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.
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.