TheraDoc Hospital Epidemiology System subscription/renewal from Premier Healthcare LLC (Notice of Intent to Sole Source)
ID: NOI-CC-26-000060Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH - CCBETHESDA, MD, 20892, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew its subscription and support for the TheraDoc Hospital Epidemiology System from Premier Healthcare LLC. This procurement aims to ensure continued access to the TheraDoc clinical surveillance and infection control decision support system, which is vital for patient safety, infection prevention, and regulatory compliance at the NIH Clinical Center. The system aggregates and analyzes data from various clinical sources, providing real-time alerts and reports essential for daily operations. Interested parties may submit capability statements by December 15, 2025, to Lu Chang at lu-chang.lu@nih.gov, as this is a sole-source requirement with a performance period starting October 1, 2025, through September 30, 2026, with two additional option years.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Health & Human Services (HHS), National Institutes of Health (NIH), Clinical Center (CC) requires the renewal of its Theradoc Clinical Surveillance and Decision Support System. This Statement of Work (SOW) outlines the need to continue utilizing the Theradoc platform to support patient safety, infection prevention, antimicrobial stewardship, and regulatory compliance by aggregating and analyzing data from various clinical systems. The contractor will be responsible for renewing existing on-premises software licenses, providing maintenance, patching, support services, updates, upgrades, and security patches, as well as supporting existing interfaces and providing training. Deliverables include license renewal confirmation, ongoing software updates, quarterly support reports, and training sessions. The government will provide necessary network access and documentation. The contractor must comply with federal security requirements, including FISMA and NIST SP 800-53. The period of performance for this firm-fixed-price contract is from October 1, 2025, to September 30, 2026, with two additional 12-month option periods.
    This Statement of Work outlines the National Institutes of Health (NIH) Clinical Center's requirement for the renewal of Premier Healthcare TheraDoc license subscriptions and support. The NIH Clinical Center, a 200-bed biomedical research hospital, utilizes TheraDoc's Infection Control Assistant for real-time surveillance and alerts regarding healthcare-associated infections. The renewal seeks to continue this critical function, with potential future enhancements including new modules for Pharmacy use. The vendor will provide annual subscriptions for the Infection Control Assistant and Pharmacy Assistant, along with implementation services for system upgrades and new features. The contract specifies detailed maintenance and support requirements, including Service Level Agreements (SLAs) for response and fix times based on problem severity, and a licensing agreement for software and custom products. The period of performance includes a base year from October 1, 2025, to September 30, 2026, with two option years. All deliverables must be received in full working order at the NIH Clinical Center in Bethesda, MD.
    Similar Opportunities
    DW USC C DocuWare Update/Support Contract
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed price contract to DocuWare Corporation for a one-year license and annual maintenance and software support services for its document management system. This procurement is essential for the Department of Transfusion Medicine (DTM) to effectively manage patient and donor medical records, leveraging DocuWare's capabilities for document digitization and workflow automation. The contract, valued at approximately $25,151.16, is justified as a sole-source acquisition due to the unique requirements of DTM and the significant costs associated with migrating to an alternative system. Interested parties may submit capability statements by December 14, 2025, to Valerie Gregorio at valerie.gregorio@nih.gov for consideration.
    Notice of Intent to Sole Source – Solventum
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Solventum Health Information Systems, Inc. for upgraded platform support and coding, abstracting, and data analysis functions at the NIH Clinical Center's Health Information Management Division. This acquisition is critical as it involves proprietary software that supports existing health information management products, ensuring seamless integration and functionality without the need for extensive rebuilding or retesting of pre-existing interfaces. Interested parties may express their interest and capabilities to the NIH by contacting Kristin Nagashima at kristin.nagashima@nih.gov, with comments due by December 12, 2025, at 12 PM EST.
    Notice of Intent to Sole Source – Agilent Technologies
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Agilent Technologies for a Software Maintenance Agreement related to the existing Agilent OpenLab/ECM data system. This acquisition aims to ensure continued support and maintenance of proprietary software that is critical for the NIH's Clinical Center's operations, including software license upgrades and dedicated technical support. The contract will be awarded on a firm fixed price basis, with a total quantity of two software maintenance agreements for a one-year renewal period. Interested parties may express their interest and capabilities to the NIH's Office of Purchasing and Contracts, with comments due by December 12, 2025, at 12 PM EST, directed to Kristin Nagashima at kristin.nagashima@nih.gov.
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed-price contract to Thermo Fisher Scientific for a preventative maintenance agreement covering 36 HERA VIOS 160i CO2 incubators. This sole-source acquisition is essential for maintaining critical equipment used in the manufacturing of cell-based therapies, as mandated by the FDA's regulations on controlled maintenance of such equipment. The estimated cost for this project is $55,311.32, and it is crucial for ensuring the continuous, compliant operation of equipment vital for patient care. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 18, 2025, referencing the notice of intent (NOI-CC-26-000054).
    GraphPad Prism Subscription Renewal
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew a contract for 500 subscriptions of GraphPad Prism software, which is critical for biostatistical analysis and scientific graphing. This non-competitive procurement is justified under the Federal Acquisition Regulation (FAR) due to GraphPad Software, LLC being the sole provider of the software, with the renewal period set from April 8, 2025, to April 7, 2026. GraphPad Prism is widely utilized by research institutions and pharmaceutical companies, ensuring the accuracy and efficiency of scientific data analysis within the NIH. Interested vendors may express their capabilities, but the government retains discretion over competitive offers, with the total contract value not exceeding $250,000. For inquiries, contact Verne L. Griffin at verne.griffin@nih.gov or 301-594-7730, or Michael L. Falzone at michael.falzone@nih.gov or 301-827-1873.
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Buyer not available
    The National Institutes of Health (NIH), specifically the Clinical Center (CC), intends to negotiate a sole-source contract for the renewal of maintenance services for two QX200 AutoDG ddPCR Systems from Bio-Rad Laboratories. This five-year service contract, valued at $151,494, is essential for the ongoing maintenance and support of these systems, which are critical for droplet digital PCR (ddPCR) vector copy number detection and gene modification efficiency testing on clinical cellular products. The contract ensures compliance with FDA regulations and is vital for patient care testing, as failure to secure these services could adversely affect patient safety. Interested parties may submit capability statements by December 18, 2025, to valerie.gregorio@nih.gov, referencing NOI-CC-26-000112.
    SR-X Biomarker Detectio System Maintenance Services
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking maintenance services for the Quanterix SR-X Biomarker Detection System and Washer, with a presolicitation notice for a sole-source procurement. The contract aims to extend warranty services for the original equipment, ensuring that maintenance and repairs are conducted by the manufacturer to avoid warranty voidance and mitigate risks. This procurement is crucial for maintaining the functionality of laboratory equipment used in biomedical research, with services expected to be performed primarily at the Clinical Research Center in Bethesda, Maryland. Interested vendors must submit their quotations, including required documentation, by December 20, 2025, at 12:00 PM EST to Kelly Robinson at kelly.robinson@nih.gov.
    KNIME Data Science Platform Renewal
    Buyer not available
    The National Institute of Environmental Health Sciences (NIEHS), part of the Department of Health and Human Services, intends to negotiate a sole source contract for the renewal of the KNIME Data Science Platform. This procurement involves a 12-month license for KNIME Business Hub products, which are uniquely suited to meet the specific software requirements of the NIEHS. The software is critical for data science applications within the agency, and the government has determined that only KNIME INC can fulfill this need. Interested parties that believe they can meet these requirements may submit a capability statement to Joseph Williams at joseph.williams2@nih.gov by December 17, 2025, at 12:00 PM EST, although this is not a solicitation for quotes.
    TheraDoc Electronic Clinical Surveillance Platform
    Buyer not available
    The Department of Veterans Affairs is seeking to procure the TheraDoc Electronic Clinical Surveillance Platform through a federal contract. This procurement aims to enhance clinical surveillance capabilities within the department, ensuring improved patient care and safety through advanced electronic monitoring solutions. The platform is critical for the effective management of clinical data and real-time surveillance, which is essential for healthcare operations within the Veterans Affairs system. Interested vendors can reach out to the Contract Specialist, Mickey A. Linize, at mickeya.linize@va.gov or by phone at 913-946-1967 for further details regarding the justification and requirements associated with this opportunity.
    All Sites Primary Barrier Equipment and Decontamination Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.