Renewal of HighBond Audit Essentials Solution Software
ID: NIH-SS-7175759_7183370Type: Special Notice
Overview

Buyer

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

NAICS

Other Management Consulting Services (541618)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    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.

    Point(s) of Contact
    ALEXANDER, RYAN K
    ryan.alexander@nih.gov
    Files
    Title
    Posted
    The National Institutes of Health (NIH) plans to issue a Firm-Fixed-Price purchase order for the renewal of HighBond Audit Essentials Solution Software from Diligent at Carahsoft. Citing FAR Part 6.302-1, NIH indicates that Diligent is the only known source capable of meeting the specific software requirements, which include audit management functionality essential for Governance, Risk Management, and Compliance (GRC). The HighBond software is proprietary, integral to existing compliance processes, and switching to a different vendor would necessitate a costly recreation of existing templates and reports. The notice invites other parties who believe they can fulfill the requirement to submit a capability statement but clarifies that this is not a request for competitive quotes. Interested offerors must meet certain registration and reporting criteria outlined in the System for Award Management (SAM) and must respond by April 28, 2025. An award is anticipated within 10 days, barring the identification of additional capable sources. This document serves as a formal notification of the sole-source procurement and outlines necessary steps for potential offerors.
    This document outlines a request for proposals (RFP) involving the acquisition of software and professional services related to audit management for federal government entities. The main components include an Audit Essentials Solution, which consists of software access and various licenses tailored for professional and business users involved in audit activities. Specifically, it details the procurement of one unit of the Audit Essentials Solution, 12 professional user licenses, and 25 business user licenses. Additionally, it includes a subscription bundle that provides resources for IT compliance across multiple frameworks, including Federal Compliance, COBIT Toolkit, NIST 800-53, and ISO 2700X. This request highlights the government's emphasis on enhancing audit management capabilities through structured software solutions and toolkits designed for compliance with federal regulations, thereby supporting robust audit processes within various governmental departments.
    Lifecycle
    Title
    Type
    Similar Opportunities
    TheraDoc Hospital Epidemiology System subscription/renewal from Premier Healthcare LLC (Notice of Intent to Sole Source)
    Health And Human Services, Department Of
    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.
    KNIME Data Science Platform Renewal
    Health And Human Services, Department Of
    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.
    FlowJo - Flow Cytometry Analysis Software Justification
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure 180 site licenses for Flow Cytometry Analysis Software (FlowJo) to support research initiatives at the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS). This software is critical for analyzing flow cytometry data, which is essential in various biomedical research applications. Interested vendors can reach out to Derek Bowks at derek.bowks@nih.gov or by phone at 301-594-7712 for further details regarding this procurement opportunity.
    Qiagen CLC Workbench Software Licenses
    Health And Human Services, Department Of
    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 a 12-month license of Qiagen CLC Workbench software with QIAGEN LLC. This software is uniquely required for the NIEHS's specific research needs, and the procurement is being conducted under the authority of 41 U.S.C. 1901, as outlined in FAR 13.106-1(b)(1), which allows for a sole source acquisition when only one responsible source is available. Interested parties that believe they can meet the requirements are invited to submit a capability statement via email to Joseph Williams by December 17, 2025, at 12:00 PM EST, although this notice is not a solicitation for quotes. For further inquiries, contact Joseph Williams at joseph.williams2@nih.gov or Melissa Gentry at gentry1@niehs.nih.gov.
    Geneious Prime Enterprise Licenses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to award a sole source firm fixed price contract to Graphpad Software LLC for the procurement of Geneious Prime Enterprise Academic Yearly Subscription, covering 200 seats. This software licensing is critical as it is integrated into several validated CLIA test protocols, and the government is unable to modify these protocols due to time and cost constraints. The anticipated period of performance for this contract is from February 23, 2026, to February 22, 2031, with the possibility of four one-year option periods. Interested vendors are encouraged to express their interest and capability by submitting proposals to the Contracting Officer at xur0@cdc.gov by 5:00 PM (ET) on December 16, 2025.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
    SR-X Biomarker Detectio System Maintenance Services
    Health And Human Services, Department Of
    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.
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Health And Human Services, Department Of
    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).
    R--Repository for Osteoarthritis Initiative
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking repository services for the Osteoarthritis Initiative. The primary objective of this procurement is to engage services for the archiving, storage, maintenance, and retrieval of biological specimens associated with the initiative sponsored by the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS). This acquisition is crucial for ensuring the integrity and accessibility of valuable biological data that supports ongoing research in osteoarthritis. Interested parties can reach out to Derek Bowks at derek.bowks@nih.gov for further information regarding this opportunity.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.