Intent to Sole Source RS Means Software
ID: RS090524Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNIH A E CONSTRUCTIONBETHESDA, MD, 20892, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract with The Gordian Group, Inc. for the licensing of RS Means Software. This software is essential for enhancing the accuracy and efficiency of the NIH's construction cost estimation processes, providing reliable and up-to-date cost data critical for project planning and budgeting. The acquisition of RS Means is vital for ensuring precise estimates that reflect current market trends, thereby reducing the risk of cost overruns and improving overall project management. Interested parties that believe they can meet these requirements must respond within five days of the notice, providing necessary company information, as the contract is set to be awarded as a firm-fixed-price purchase order for a one-year period, from September 23, 2024, to September 22, 2025. For further inquiries, contact Amanda Tilton at amanda.tilton@nih.gov or call 301-594-5711.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Institutes of Health (NIH), Office of Research Facilities (ORF), plans to negotiate a sole source contract with The Gordian Group, Inc. for RS Means Software Licensing under the authority of FAR subpart 6.302-1, which allows for procurement from a single source when no alternative will meet the agency's requirements. The contract will be awarded as a firm-fixed-price purchase order for a one-year period, from September 23, 2024, to September 22, 2025. Interested entities that believe they can fulfill these requirements must respond within five days of the notice by providing company information, including name, address, point of contact, CAGE code, DUNS number, and a statement of capabilities. The decision to proceed with competitive procurement will rest solely with the government, and this notice does not constitute a request for proposals or quotes. This notice underscores the NIH’s commitment to specific sourcing in fulfilling its operational needs while allowing for potential competition should capable vendors express interest.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Request for Information: Computer Aided Facility Management (CAFM) Software System
    Active
    Health And Human Services, Department Of
    The National Institutes of Health, specifically the National Cancer Institute (NCI), is seeking information regarding Computer-Aided Facility Management (CAFM) and Integrated Workplace Management Systems (IWMS) to support its operational needs. The NCI currently utilizes Planon software and is interested in identifying qualified vendors, particularly small businesses, that can provide either authorized reselling of Planon products or alternative commercially-available systems. This initiative is crucial for maintaining efficient facility operations across NCI's extensive real estate portfolio, which includes approximately 125 buildings and 8,500 users. Interested parties should submit their responses by email to Contract Specialist Renee Jones-Chuang at renee.jones-chuang@nih.gov, referencing notice number 75N91024Q00115, as there is no solicitation available at this time and no contract is anticipated to be awarded in Fiscal Year 2024.
    Maintenance Support Agreement-eFlow
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) intends to negotiate a sole source contract with NMS Imaging Inc. for maintenance and support of the Electronic Workflow (eFlow) system. This procurement is necessary as NMS Imaging is the sole provider capable of delivering the required maintenance services, having developed and customized the eFlow system. The maintenance and support are critical for the continued functionality and efficiency of the eFlow system, which plays a vital role in HHS operations. Interested parties that believe they can provide the required services must submit a capabilities statement by September 20, 2024, at 12:00 PM Eastern Time to Bryan Daines at bryan.daines@psc.hhs.gov.
    Software License and Device Warranty for Two Nanopore GridION Instruments
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking to procure a Software License and Device Warranty for two Nanopore GridION instruments, which are critical for the FDA's Next Generation Sequencing (NGS) initiatives focused on genomic data collection and analysis. The procurement aims to ensure optimal performance of these instruments through software and hardware updates, remote troubleshooting, and a return and replace policy for faulty devices, with a total cost of $25,000 for a one-year warranty and license renewal. This acquisition underscores the FDA's commitment to enhancing pathogen identification capabilities through advanced genomic technology, with the performance period set from September 28, 2024, to September 27, 2025, and the possibility of extending for three additional years, subject to funding. Interested vendors should submit their quotes electronically to Raphael Hall at raphael.hall@fda.hhs.gov by September 19, 2024, at 11:59 PM Eastern Standard Time.
    CALIBRATION AND REPAIR MAINTENANCE AGREEMENT FOR EXISTING EQUIPMENT
    Active
    Health And Human Services, Department Of
    Special Notice: Department of Health and Human Services, National Institutes of Health intends to award a sole source contract to TSI, Inc. for a Calibration and Repair Maintenance Agreement for existing equipment. The vendor will provide calibration and repair service for approximately 130 pieces of TSI and TSI-Quest industrial hygiene and exposure monitoring equipment. This service is typically required on an annual basis and includes the replacement of consumable items, inspection and cleaning of serviceable parts, and repairs by technically qualified personnel. The vendor will also provide a detailed service report and ensure that the calibration service meets or exceeds accuracy standards traceable to the National Institutes for Standards and Technology (NIST). Interested parties must submit capability information by March 14, 2024, to establish their ability to meet this requirement. Contact Ms. Van Holley at holleyv@od.nih.gov for inquiries and submissions.
    Preventative Maintenance Agreement
    Active
    Health And Human Services, Department Of
    Solicitation Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF - NATIONAL INSTITUTES OF HEALTH is seeking a Preventative Maintenance Agreement for integration systems used in the current Operating Rooms to the Education Room in Bethesda, Maryland, United States. The purpose of this agreement is to support the existing systems and prevent delay in case the integration system goes down. The agreement requires remote monitoring capabilities, collaboration among NIH and other research institutes, and web-based and teleconference consultation and collaboration. The contract duration includes a base year and two option years. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13. Interested parties may respond to this notice, and the Government will determine whether to compete the requirement based on the responses received.
    Intent to Sole Source for MANUSCRIPT SUBMISSION AND TRACKING SYSTEM ENVIRONMENTAL HEALTH PERSPECTIVES (EHP)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institute of Environmental Health Sciences (NIEHS), intends to negotiate a sole-source contract with Knowledgeworks Global Limited (KGL) for a Manuscript Submission and Tracking System to support its scholarly journals, including Environmental Health Perspectives (EHP) and the Journal of Health and Pollution (JHP). The procurement aims to leverage KGL's unique capabilities and prior success in delivering such systems, ensuring a seamless transition from the current Aries Systems’ Editorial Manager and ProduXion Manager, thereby maintaining operational efficiency as submissions are expected to grow annually by 5%. This contract is vital for upholding NIEHS's commitment to a high-quality, diamond open-access publishing model with no author fees. Interested parties should note that responses to this presolicitation must be submitted by September 19, 2024, with the contract period spanning from October 2024 to October 2029, including a base year and four option periods. For further inquiries, contact Chantal Cornelius at chantal.cornelius@nih.gov.
    Amendment No. 1 -Notice of Intent to Award a Sole Source Contract – Radiation Protection Advancing Patient Safety
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), intends to award a Sole Source contract to the National Council on Radiation Protection and Measurements (NCRP) for the project titled "Radiation Protection Advancing Patient Safety." The primary objective of this procurement is to obtain up to six well-sourced scientific analyses, reports, and recommendations on radiation safety, which will inform regulatory decision-making and policy development related to radiological medical devices and radiation-emitting electronic products. This initiative is crucial for enhancing patient safety by ensuring that radiation exposure is minimized and that the quality of patient care is improved. Interested parties must submit their capability statements to Bernice Nelson by September 19, 2024, with the contract being executed under simplified acquisition procedures and the NAICS code 541720, which has a small business size standard of $28 million.
    NIH IRP Project, Program, and Portfolio (P3) Support Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is announcing a special notice regarding the modification of Contract No. 75N98022D00019, awarded to Black Canyon Consulting, LLC (BCC), for Project, Program, and Portfolio (P3) Support Services. The objective of this modification is to increase the contract ceiling by $60 million, raising the total from approximately $95.76 million to $155.76 million, to ensure the continuation of critical, specialized services that support NIH's Intramural Research Program (IRP) amidst ongoing public health challenges. This contract is vital for maintaining operational continuity and enhancing NIH's capacity to address biomedical and clinical research activities, particularly in response to emerging health threats. Interested parties may submit their capabilities for consideration by September 24, 2024, with inquiries directed to Tednette White at tednette.white@nih.gov.
    Gore Medical branded stents (Brand Name restriction)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, National Institutes of Health seeks to procure specific medical devices for use in interventional radiology procedures. These are brand-restricted items, with the National Institute of Health specifying Gore Medical branded stents. The scope of work involves supplying several variants of two medical devices: Viatorr Tips Endo CX and Viabahn BX Balloon Expander Endo. The Viatorr Tips are measured in millimeters and vary in length, while the Viabahn BX Balloon Expanders are used in catheterization procedures. The medical devices are intended for minimally invasive procedures. The bill of materials provided outlines the exact models and quantities sought. Offerors must provide the following: 1 unit of Model PTB8105275, ID 00733132635016 - 8-10mmX5cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8107275, ID 00733132635030 - 8-10mmX7cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8108275, ID 00733132635047 - 8-10mmX8cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model BXB083901A, ID 00733132658718 - 8MMX39MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO 1 unit of Model BXB085901A, ID 00733132658732 - 8MMX59MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO Eligible applicants should be well-established surgical and medical instrument manufacturers (NAICS code 339112) with the ability to deliver the specified devices promptly. The evaluation of quotes will consider technical capability, price, and past performance. Quotes should be submitted to Lu Chang at lu-chang.lu@nih.gov by 5:00 PM EST on 08/01/2024, including the RFQ number (RFQ-CC-24-010258) in the subject line. Further inquiries can be directed to the same email address. This opportunity is a combined synopsis and solicitation issued under FAR Subpart 12.6. The resulting contract will be a firm fixed-price order.
    Organizational Change Management, Strategic Planning & Cultural Enhancement - Purchase Order Modification
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is planning to award a Firm-Fixed Price purchase order modification to Schuler Solutions for Organizational Change Management, Strategic Planning, and Cultural Enhancement services. The objective of this procurement is to continue addressing critical areas such as trust, conflict, accountability, and commitment within the NIH's National Eye Institute (NEI) through facilitated retreats, self-assessment sessions, and team discussions, extending into FY2025. This initiative is vital for fostering a safe environment for staff communication and developing administrative best practices. Interested parties that believe they can meet the requirements are encouraged to submit a capability statement by September 20, 2024, to Zetherine Gore at zetherine.gore@nih.gov, referencing notice ID SS-NIH-7070914.