Professional Support and Provision of the National Institutes of Health (NIH) Consolidated Colocation Site (NCCS)
Type: Special Notice
Overview

Buyer

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

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - DATA CENTER SUPPORT SERVICES (LABOR) (DC01)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 9:00 PM UTC
Description

The National Institutes of Health (NIH), specifically the National Library of Medicine (NLM), is seeking to award a sole source contract for professional support and provision of the National Institutes of Health Consolidated Colocation Site (NCCS). This procurement aims to secure services related to computing infrastructure, data processing, and web hosting, with the intention of utilizing the GSA Schedule for future optional support that may exceed $25,000. The services are critical for maintaining the operational efficiency of the NIH's data center, which plays a vital role in supporting health-related research and information dissemination. Interested parties can reach out to Damian Hurge at hurgeda@mail.nih.gov or call 301-827-6402 for further inquiries regarding this opportunity.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Similar Opportunities
Notice of Intent to Sole Source – TheraDoc subscription
Buyer not available
The National Institutes of Health (NIH) Clinical Center intends to award a firm fixed-price purchase order for subscription services related to the TheraDoc application, exclusively owned by Premier Healthcare LLC. This procurement aims to secure applications, support, maintenance, and training for the TheraDoc clinical surveillance solution, which is critical for enhancing healthcare delivery and patient safety. The acquisition will follow the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for a sole-source solicitation due to the unique nature of the services required. Interested parties may express their capabilities and submit comments to the NIH by November 21, 2024, with inquiries directed to Ryssa Nix at Ryssa.nix@nih.gov.
Renewal Of Existing Software
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is planning to issue a Firm-Fixed-Price purchase order for the renewal of a software license from Carahsoft Technology Corp., which is essential for operational reporting and budget monitoring. This license, provided by Arima Genomics Inc., is justified as a sole source under FAR Part 6.302-1 due to its unique capabilities, and its renewal is critical to maintaining essential functions across various divisions, including payroll and fund status oversight. Interested small businesses are encouraged to submit capability statements if they can meet the requirements, with the government expected to issue an award approximately three days after the notice date, provided no alternative capable organizations are identified. Responses must be submitted via email by April 21, 2024, and inquiries can be directed to Lynda Cole at lynda.cole@nih.gov or by phone at 301-402-7220.
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.
Return to Office Design Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals from qualified small businesses for Return to Office Design Services. The primary objective of this procurement is to assist the NIH's Office of Research Services in optimizing workspace efficiency, managing facilities, and implementing cost-saving measures through the repurposing of underutilized areas, while providing strategic recommendations for long-term space utilization. This contract, which is set aside for small businesses under NAICS code 561499, will cover a base year from July 1, 2025, to June 30, 2026, with options for two additional years, and emphasizes compliance with federal guidelines and sustainability goals. Interested parties should contact Isaac J. Bellamy at isaac.bellamy@nih.gov for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
Preventative Maintenance Agreement
Buyer not available
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.
Service Contract for Leica Imaging Platforms for the Laboratory of Immune System Biology (LISB)
Buyer not available
The Department of Health and Human Services, through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking a contractor to provide a service contract for the maintenance of Leica Imaging Platforms utilized by the Laboratory of Immune System Biology (LISB). The objective of this procurement is to ensure optimal operational conditions for 14 advanced microscopy instruments, which are critical for research in immunology and infectious diseases, through preventive maintenance, remedial repairs, and prompt onsite responses by factory-trained engineers. The contract will span a base period from May 1, 2025, to March 31, 2026, with four additional option periods extending through March 31, 2030. Interested vendors must submit their quotes by 3:00 PM EST on April 24, 2025, to Kathy Song at kathy.song@nih.gov, and are encouraged to address any questions by April 18, 2025.
This is a Notice of Intent to Sole Source and not a request for quotations for a Service Agreement for Zeiss LSM 710/780 Confocal microscopes
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Environmental Health Sciences (NIEHS), is issuing a notice of intent to negotiate a sole-source service agreement with PRECISION OPTICS, LLC for the maintenance of Zeiss LSM 710/780 confocal microscopes. The contract will cover comprehensive preventative maintenance, including inspections, repairs, and software updates for government-owned microscopes, ensuring their optimal performance for scientific research. This maintenance is crucial for the NIEHS's ongoing commitment to maintaining essential scientific equipment with factory-trained personnel. Interested parties that believe they can meet the requirements are invited to submit a capability statement by April 18, 2025, as the contract is set to span from June 1, 2025, to May 31, 2026. For further inquiries, contact Christopher Brown at christopher.brown3@nih.gov or call 984-287-3011.
This is a Notice of Intent to Sole Source and not a request for quotations for a MAINTENANCE AGREEMENT FOR The Sysmex XN-1000V Analyzer
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is issuing a notice of intent to negotiate a sole-source maintenance agreement for the Sysmex XN-1000V automated clinical hematology analyzer with Sysmex America, Inc. This contract is crucial for the Cellular Molecular Pathology Branch (CMPB) as it provides essential diagnostics support for NIEHS investigations, requiring comprehensive maintenance services including at least two preventive inspections, emergency repairs, and the provision of necessary replacement parts, excluding consumables, at no additional cost to the government. The performance period for this agreement is set from May 17, 2025, to May 16, 2028, and interested parties who believe they can meet these requirements are invited to submit their capability statements by April 18, 2025. For further inquiries, contact Christopher Brown at christopher.brown3@nih.gov or call 984-287-3011.
CARD Masters of Professional Studies (MPS) Fellowship Program
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a non-competitive contract for the CARD Masters of Professional Studies (MPS) Fellowship Program. This procurement involves providing educational services for six students enrolled in a Master’s in Data Science program, including specific courses in data analysis and bioinformatics, with all credits being transferrable to the University of Maryland Baltimore County. The anticipated award date is April 30, 2025, and interested parties must submit their proposals by 9:00 a.m. Eastern Standard Time on April 21, 2025, to Kevin Alvarez at kevin.alvarez@nih.gov. The contract is expected to be a firm fixed-price purchase order, with a performance period of twelve months.
monitoring and alarm services for the sample storage equipment
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole source contract with Rees Scientific Corporation for ongoing monitoring and alarm services for sample storage equipment at the NIAID Integrated Research Facility in Frederick, Maryland. The procurement aims to ensure continuous monitoring of critical laboratory freezers, refrigerators, and incubation chambers that maintain the integrity of select agent samples and other research materials, which are vital for studying emerging infectious diseases. This contract will cover essential services including parts replacements, software and hardware support, and calibration services for the proprietary Rees monitoring system, which is crucial for maintaining operational safety and compliance in biosafety level laboratories. Interested vendors may submit capability statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by April 22, 2025, at 5:00 PM ET, with all submissions requiring prior registration in the eSASS system.