Informatica Enterprise License Agreement (ELA)
ID: 250382JType: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR MEDICARE AND MEDICAID SERVICESOFC OF ACQUISITION AND GRANTS MGMTBALTIMORE, MD, 21244, USA

NAICS

Other Computer Related Services (541519)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 3:00 PM UTC
Description

The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), is seeking responses to a Request for Information (RFI) regarding an Informatica Enterprise License Agreement (ELA). The objective is to gather insights on providing services that enhance access to Informatica software products and ensure effective maintenance support within CMS's Office of Information Technology, in alignment with the MEGABYTE Act aimed at improving software license management. The procurement will focus on capabilities such as ETL automation, data quality management, and scalability, with interested parties required to submit detailed proposals outlining their solutions and transition plans. For further inquiries, interested vendors can contact Walker Hare at walker.hare@cms.hhs.gov or Julie Bebber at julie.bebber@cms.hhs.gov.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 12:04 PM UTC
The document outlines the purchase and subscription details for Informatica software products, specifically for the Centers for Medicare & Medicaid Services (CMS) spanning from August 2024 to August 2025. It includes a comprehensive list of various products categorized into production, development, and support services, detailing the intended quantities and license specifications for each. Key offerings include Data Engineering Integration, PowerCenter subscriptions, and annual support services for multi-core production and development licenses. The document also stipulates terms for temporary license keys, allowing continued software usage during the negotiation period for contract renewal. This serves to ensure uninterrupted service for CMS operations while maintaining adherence to federal standards. The structure follows a list format with product descriptions, quantities, and performance dates clearly delineated, providing a clear framework for procurement and contractual engagement. Overall, this document reflects CMS's efforts to maintain essential software capabilities through strategic planning and vendor management.
Apr 1, 2025, 12:04 PM UTC
The Centers for Medicare & Medicaid Services (CMS) has issued a Request for Information (RFI) to gather insights on providing services related to an Informatica Enterprise License Agreement (ELA). This initiative aims to enhance efficient access to Informatica software products and ensure effective maintenance support within CMS's Office of Information Technology. The requirement aligns with the Making Electronic Government Accountable by Yielding Tangible Efficiencies (MEGABYTE) Act, emphasizing improved software license management to reduce costs and improve oversight. CMS seeks responses from interested parties detailing proposed solutions, transition plans, data migration strategies, user workflow processes, and associated advantages and challenges. Key capabilities needed include robust ETL automation, support for diverse data sources, data quality management, and scalability in infrastructure. Submissions should include comprehensive information and must adhere to specified formatting and submission guidelines. This RFI is not a solicitation but is part of CMS's market research to assess alternatives for acquiring software licenses, with the intent of potentially developing a future solicitation based on the responses received.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
HemaComply Software Maintenance and Support Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a firm-fixed-price contract for HemaComply Software Maintenance and Support Services on a sole-source basis to Hema Terra Technologies LLC. The contract aims to provide ongoing maintenance and support for HemaComply software applications, which are critical for ensuring compliance with FDA regulations in blood donor operations and managing electronic records for NIH patients and blood donors. This software is essential for the Department of Transfusion Medicine's operations, which include the collection of blood and blood components for biomedical research and patient treatment. Interested parties are invited to submit capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by April 30, 2025, at 6:30 AM EST, as this is not a request for quotation and no solicitation will be issued.
PRIMO Software Licensing
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified small businesses to provide PRIMO Software Licensing and Maintenance Support Services. The procurement involves supplying 21 PRIMO software licenses for a base year, with two additional option years, to ensure the continuous operation of the FDA's CFSAN CAEMS system. This software is crucial for pharmacovigilance and regulatory compliance, enhancing the FDA's capabilities in monitoring food safety. Interested parties must submit their quotes by August 26, 2024, and are encouraged to contact Roosevelt Walker at roosevelt.walker@fda.hhs.gov for further details. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with federal acquisition regulations and accessibility standards.
LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
Grouper Plus Content Services Software as a Service
Buyer not available
The Department of Veterans Affairs is seeking information regarding the Grouper Plus Content Services Software as a Service (GPCS) to enhance its healthcare claims pricing automation. This Request for Information (RFI) aims to gather insights on alternative software solutions that can integrate with the existing electronic Claims Administration and Management System (eCMAS) Health Care Engine (HCE), specifically for processing medical claims under Tricare pricing. The government emphasizes the importance of compliance with FedRAMP security standards, maintenance support, and activation by May 23, 2025, as essential criteria for the proposed solutions. Interested contractors are encouraged to submit a capabilities statement by April 24, 2025, and may contact James Morgan at James.Morgan10@va.gov or (512) 981-4105 for further information.
OPTN Next Generation IT - Multiple Award Blanket Purchase Agreement (MA-BPA)
Buyer not available
The Department of Health and Human Services (HHS) is seeking vendors to support the modernization of the Organ Procurement and Transplantation Network (OPTN) through a Multiple Award Blanket Purchase Agreement (MA-BPA). This procurement aims to provide expert services in areas such as product management, Human-Centered Design, agile application development, and systems security to enhance the OPTN's IT infrastructure, which is crucial for managing organ donation and transplantation processes in the United States. The total estimated value of this contract is approximately $185 million over five years, contingent upon funding availability, with the deadline for quote submissions extended to June 26, 2025. Interested parties can reach out to Emily Graham at egraham@hrsa.gov for further inquiries.
Renewal of HighBond Audit Essentials Solution Software
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew its subscription for the HighBond Audit Essentials Solution Software, a proprietary tool essential for Governance, Risk Management, and Compliance (GRC) processes. This procurement involves a Firm-Fixed-Price purchase order for software and licenses that enhance audit management capabilities, including 12 professional user licenses and 25 business user licenses, which are critical for maintaining compliance with federal regulations. The HighBond software centralizes audit responses and artifacts, thereby improving system security and streamlining audit processes across NIH. Interested parties must submit a capability statement by April 28, 2025, and can contact Ryan K. Alexander at ryan.alexander@nih.gov for further information.
DC10-- Electronic Database Subscription Services (VA-25-00054117)
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Electronic Database Subscription Services, as outlined in solicitation number 36C10B25Q0219. The primary objective is to establish a comprehensive electronic database containing manufacturers' instructions for the cleaning, sterilization, and maintenance of medical and surgical instruments, along with related biomedical equipment documentation. This initiative is crucial for enhancing patient safety and compliance with medical guidelines across 190 VA facilities, ensuring uninterrupted access to essential documentation while integrating with existing VA systems. Interested vendors are encouraged to submit their responses by May 1, 2025, and can direct inquiries to Contract Specialist Chante Frith at Chante.Frith@va.gov or by phone at 848-377-5205.
RFI - DOJ CGI Momentum Financial & Acquisition Software Alternatives
Buyer not available
The Department of Justice (DOJ) is conducting a Request for Information (RFI) to explore alternatives to CGI Federal's Momentum Financial and Acquisition software products. The primary objective is to identify viable enterprise-wide solutions that can match or exceed the functionality of the existing Momentum software while offering enhanced flexibility, innovation, and cost efficiency. This initiative is crucial for ensuring that the DOJ's technology investments deliver maximum value and adaptability in meeting their evolving financial and acquisition system needs. Interested vendors are encouraged to submit their responses by May 6, 2025, at 12 PM EST to Cindy L. Gold at Cindy.L.Gold2@usdoj.gov, with no funds available for response preparation.
Configuration Management Professional (CMPro) User Licenses
Buyer not available
The Department of Defense, through the Naval Supply Center Fleet Logistics Center Norfolk, is seeking information from qualified vendors for the provision of Configuration Management Professional (CMPro) User Licenses for the United States Naval Observatory (USNO). This procurement involves a web-hosted Software as a Service (SaaS) implementation of CMPro licenses, which are essential for asset management in compliance with regulatory and quality requirements within the Department of Defense. The contract is expected to last for 12 months, with options for renewal over four additional years, and responses to the Request for Information (RFI) are due by May 2, 2025. Interested vendors should contact Porchia Locke at porchia.y.locke.civ@us.navy.mil for further details and guidance on submitting their capability statements.
“Brand Name or Equal” Emulate Inc., Chip-R1 Rigid Chips, plus Preventive Maintenance and Repair Service on Emulate Modules
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified vendors to provide "Brand Name or Equal" Emulate Inc., Chip-R1 Rigid Chips, along with preventive maintenance and repair services for Emulate Modules. The procurement aims to support the National Center for Toxicological Research (NCTR) in evaluating a novel brain-chip system designed to assess neurotoxicity induced by CD19 CAR T-cells, which is critical for advancing research in neurotoxicology. Interested small businesses and other vendors capable of meeting the specified technical requirements are encouraged to submit capability statements by April 28, 2025, at 1:00 PM Central Time, to Warren Dutter at warren.dutter@fda.hhs.gov. This sources sought announcement does not constitute a solicitation for proposals, and no contract will be awarded from this announcement.