№ lp_1_2_20678
File format: docx
Character count: 2094
File size: 45 KB
Formal application materials for a joint academic research program describing research objectives, planned collaboration, requested computational resources, and institutional compliance commitments within the JHPCN framework.
Document type:
Research project application form
Program:
Joint Usage/Research Center for Interdisciplinary Large-scale Information Infrastructure (JHPCN)
Institutional context:
Interdisciplinary large-scale information infrastructure
Sections included:
Research purpose and significance; research plan; previous results; resource request and justification; cooperation requests; compliance matters; letter of commitment
Resources referenced:
Super Computer CPU System (A University); Super Computer ML System (B University)
Resource categories:
CPU nodes; GPU resources; data storage
Intended use period:
12 months
Applicant role:
Principal Investigator
Compliance framework:
Call for Proposal and Important Notices
Target audience:
Research centers and review committees of JHPCN
Administrative status:
Proposal submission document
Price: 8 / 10 USD
The file will be delivered to the email address provided at checkout within 12 hours.
The file will be delivered to the email address provided at checkout within 12 hours.
Don’t have cryptocurrency yet?
You can still complete your purchase in a few minutes:- Buy Crypto in a trusted app (Coinbase, Kraken, Cash App or any similar service).
- In the app, tap Send.
- Select network, paste our wallet address.
- Send the exact amount shown above.
The final amount may vary slightly depending on the payment method.
The file will be sent to the email address provided at checkout within 24 hours.
The product description is provided for reference. Actual content and formatting may differ slightly.
Year:
2023
Region / City:
United States
Topic:
Equipment purchase justification
Document type:
Certification statement
Institution:
USDA Forest Service
Author:
USDA Forest Service
Target audience:
Grant recipients, project managers
Period of validity:
Ongoing
Approval date:
2023
Modification date:
N/A
Year:
2019
Region / City:
Eatontown, NJ
Topic:
IT Software Maintenance and Support
Document Type:
Justification and Approval
Agency / Institution:
Department of Veterans Affairs, Technology Acquisition Center
Author:
Charles Hutchins
Target Audience:
Government contracting professionals
Effective Period:
Not specified
Approval Date:
07-24-2019
Modification Date:
Not specified
Year:
2017
Region / City:
Eatontown, NJ
Subject:
Technology Acquisition
Document Type:
Justification and Approval Notice
Agency / Organization:
Department of Veterans Affairs, Technology Acquisition Center
Author:
Raymond Mesler
Target Audience:
Government procurement professionals
Period of validity:
12 months, with 4 option years
Approval Date:
07-11-2017
Modification Date:
N/A
Year:
2013
Region / City:
United States
Topic:
Lease Proposal Evaluation
Document Type:
Administrative Statement
Agency / Organization:
General Services Administration (GSA)
Author:
General Services Administration
Target Audience:
Federal Agencies, Lessors
Period of Validity:
Ongoing
Approval Date:
January 3, 2013
Amendment Date:
N/A
Year:
2019
Country:
United States
Agency:
U.S. Department of Veterans Affairs
Office:
Office of Procurement, Acquisition and Logistics, Strategic Acquisition Center
Document type:
Justification and Approval Notice
Subject:
Extension of services for hospital beds for home use and assemblies
Contract number:
VA797N-14-C-0015
Modification number:
P00016
Awardee:
Invacare Corporation, Home Care Division
Period of performance:
November 23, 2019 to January 22, 2020
Estimated value:
Approximately $2.4 million
Statutory authority:
41 U.S.C. § 3304(a)(1); FAR 6.302-1; 38 U.S.C. § 8123
Contract type:
Firm-Fixed-Price
Procurement method:
Other than full and open competition
NAICS code:
339113
Location:
Fredericksburg, Virginia
Contextual description:
Federal procurement justification documenting the approval to extend an existing sole-source contract for the supply and servicing of hospital beds and related accessories for eligible veterans’ home use during a defined interim period.
Year:
2021
Region / City:
United States
Subject:
Social Security Number Usage, Personnel Recovery
Document Type:
Memorandum
Author:
Daniel R Shea
Organization:
Department of Defense (DoD)
Target Audience:
DoD personnel, military, DoD civilians, and contractors
Period of Effectiveness:
Ongoing until DoD ID number usage is fully implemented
Approval Date:
August 5, 2021
Date of Changes:
Not specified
Year:
2017
Region / City:
Eatontown, NJ
Subject:
Justification for Exception to Fair Opportunity
Document Type:
Justification and Approval Notice
Agency:
Department of Veterans Affairs, Technology Acquisition Center
Author:
Not specified
Target Audience:
Government contracting officials, software vendors
Period of Performance:
12 months
Approval Date:
03-21-2017
Modification Number:
Not specified
Award Number:
VA118-17-F-1873
Award Amount:
$211,166.25
Award Date:
03-21-2017
Contracting Office Address:
23 Christopher Way, Eatontown NJ 07724
Point of Contact:
Not specified
Statutory Authority:
FAR 6.302-1(C)
Email Description:
Not provided
Additional Information:
Market research conducted, no other products meeting the requirements
Description:
This document justifies the sole-source procurement of DSS CIS-DataBridge software licenses and related maintenance for the VA, detailing the need for interoperability with existing VistA systems and the absence of viable alternatives.
Year:
2022
Region / City:
United States
Topic:
Social Security Administration, IT system modifications, authentication process
Document Type:
Government Report
Author:
Social Security Administration
Target Audience:
Public, SSA Technicians
Period of Validity:
May 2022 onwards
Approval Date:
Pending approval
Date of Revisions:
May 2022
Year:
2024
Region / city:
United States
Subject:
USPTO, Office Actions, Voluntary Amendments
Document Type:
Government Form
Agency / Organization:
United States Patent and Trademark Office (USPTO)
Author:
United States Patent and Trademark Office (USPTO)
Target Audience:
Applicants for trademark registration
Period of validity:
Not specified
Approval Date:
Not specified
Change Date:
Not specified
Note:
Contracting Activity
Description of Action:
The proposed action is for a firm-fixed-price task order awarded under the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V Governmentwide Acquisition Contract (GWAC) for International Business Machines (IBM) FileNet P8 v5.2 Annual Software Subscription and Technical Support (further referred to herein as IBM FileNet Software Subscription and Technical Support) for currently licensed software.
Description of the Supplies or Services:
VA Financial Services Center (FSC) requires IBM FileNet Software Subscription and Technical Support in order to maintain the software licenses and maintenance agreements for the existing FSC Enterprise Content Management program. The contractor shall provide all necessary maintenance support, to include patches and upgrades, and shall ensure that the IBM FileNet software licenses are operational and performance is not degraded. The maintenance will also include access to the IBM technical support portal, the ability to enter service requests, 24x7 phone support and access to IBM knowledge base resources. The IBM FileNet Software Subscription and Technical Support will provide access to defect correction information, restrictions, bypasses, and new releases and versions IBM makes generally available.
Statutory Authority:
The statutory authority permitting an exception to fair opportunity is Section 41 U.S.C. 4106(c)(2) as implemented by the Federal Acquisition Regulation (FAR) 16.505(b)(2)(i)(B), entitled “Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized.”
Rationale Supporting Use of Authority Cited Above:
Based on market research as described in section 8 of this document, it was determined that limited competition is available among authorized resellers. FSC currently utilizes IBM FileNet software to store and manage document content in a central repository. The current FSC invoicing system communicates through software that is based on IBM proprietary source code. No other software maintenance can provide the required capability without that source code. Due to the proprietary nature of source code, another vendor could not properly patch and maintain the currently fielded software without the knowledge from the initial IBM source code. VA does not possess the proprietary technical data required to maintain and upgrade the IBM FileNet software in use at the FSC. Failure to acquire the maintenance subscription and support for this software would leave FSC without the necessary updates, bug fixes, and certified technical support to ensure the software remains operational. The Government contacted IBM in May 2015 to ascertain if this proprietary source code is for sale and was advised it is not for sale. The software maintenance subscription and technical support is required to ensure continuity of maintenance and support for the existing IBM FileNet software licenses supporting FSC.
Efforts to Obtain Competition:
Market research was conducted, details of which are in the market research section of this document. Limited competition among authorized IBM service providers is anticipated for the required software maintenance subscription and support services. In accordance with FAR 5.301 and 16.505(b)(2)(ii)(D), this action will be synopsized and this justification will be made publicly available on the Federal Business Opportunities Page within 14 days after award. In accordance with FAR 16.505(a)(4)(iii)(A), this justification will be posted with the request for quote on the NASA SEWP V GWAC.
Actions to Increase Competition:
In order to remove or overcome barriers to competition in future acquisitions for the requirements described herein, the Government’s technical experts will continue to perform market research to determine if there are changes in the market place that would enable future actions to be competed.
Market Research:
The Government technical experts reviewed other software maintenance service providers available on the NASA SEWP V GWAC in June 2015. Although these sources may be able to provide general maintenance capabilities, none could provide the required maintenance to sustain the existing IBM FileNet software without access to the IBM proprietary source code. In addition, market research was conducted in January 2015 to ascertain if other products could satisfy VA’s requirements. Specifically, VA subject matter experts reviewed Microsoft SharePoint and OpenText Enterprise Content Management Software Suite brands and determined that neither product could seamlessly integrate into the existing FSC content management business processes and framework currently based on IBM FileNet products. Based upon this market research, only IBM FileNet software licenses can meet all of FSC’s current needs. Finally, market research was conducted to ascertain the extent of limited competition among resellers. A Request for Information (RFI) was posted by the Contract Specialist in May 2015 via the NASA SEWP V GWAC to identify potential sources for the required software subscription and technical support. Responses to the RFI were received from three Service-Disabled Veteran-Owned Small Business (SDVOSB) GWAC holders and an additional six SDVOSB GWAC holders were identified as resellers of IBM products and services. Potential SDVOSB sources include Better Direct; Four, Inc.; Premier Technical; Epoch Concepts (SDVOSB); Four Points Technology (SDVOSB); NAMTEK (SDVOSB); RedHawk (SDVOSB); and Regan Technologies (SDVOSB). Lastly, after reviewing the NASA SEWP V GWAC website in May and June 2015 utilizing the NASA SEWP V GWAC Provider look-up tool, 34 resellers were identified that could potentially meet VA’s needs. Therefore, limited competition is anticipated for this effort.
Other Facts:
None.
Year:
2024
Region / City:
United States
Subject:
Railroad Safety, Dispatcher Certification
Document Type:
Regulatory Rule
Organization / Institution:
Federal Railroad Administration
Author:
Federal Railroad Administration
Target Audience:
Railroads, Dispatchers, Regulatory Bodies
Effective Period:
Ongoing after publication
Approval Date:
May 21, 2024
Modification Date:
Not specified
Document Number:
REQ-DASOBO-XXXXXXXX
To:
State Chief Procurement Officer, Department of Administrative Services
From:
Designated Procurement Officer, Agency Analyst/Procurement Specialist
Date:
__________
Legal Basis:
Oregon Revised Statute (ORS) 279B.075; Oregon Administrative Rule (OAR) 125-247-0275
Authority Reference:
OAR 125-246-0170(2)(c)(H); DAS Delegation Agreement No. REQ-DASOBO-XXXXXXXX
Contract Value:
__________
Contract Subject:
__________
Procurement Method:
Sole-source
Type of Document:
Determination and Justification
Applicable Rules:
Brand Name Rule OAR 125-247-0691
Year:
2026
Region / City:
Global
Topic:
Medical Vocabulary, Search Strategy
Document Type:
Guide
Institution:
National Library of Medicine
Author:
National Library of Medicine
Target Audience:
Healthcare Students, Healthcare Providers, Information Professionals, Researchers
Effective Date:
2026
Revision Date:
N/A
Year:
2023
Region / City:
N/A
Topic:
Forms Design, Printer Settings
Document Type:
Technical Manual
Organization:
Sage Software
Author:
N/A
Target Audience:
Users of Sage 50
Period of Validity:
N/A
Approval Date:
N/A
Date of Changes:
N/A
Year:
2025
Region / City:
Gahru
Subject:
Rent Agreement Guidelines, Fixed Assets Guidelines
Document Type:
Internal Procedure
Institution / Organization:
AAM Foundation
Author:
Unknown
Target Audience:
Teachers, Property Team, TMs
Effective Period:
March 1, 2025 onwards
Approval Date:
Unknown
Modification Date:
April 24, 2025
Year:
2022
Region / City:
Netherlands, France
Topic:
Tire regulations, Usage purpose, UN regulations
Document Type:
Meeting minutes
Organization / Institution:
ETRTO
Author:
Nicolas de Mahieu
Target Audience:
Members of the IWG WGWT, tire manufacturers, vehicle manufacturers
Effective Period:
2022
Approval Date:
7 July 2022
Amendment Date:
9 July 2022
Note:
Year
Document Type:
Proposal