PRIMO Software Licensing
ID: FDA-75F40124Q00495Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, 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 Aug 19, 2024, 12:00 AM UTC
  2. 2
    Updated Aug 21, 2024, 12:00 AM UTC
  3. 3
    Due Aug 26, 2025, 4:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Sep 3, 2024, 7:04 AM UTC
The document is an amendment to a Request for Quote (RFQ) for PRIMO Software Licensing and Maintenance Support Services issued by the FDA. The RFQ is aimed at obtaining 21 licenses for PRIMO pharmacovigilance software over a base year and two option years, ensuring continuous operation of the FDA's CFSAN CAEMS system. The submission deadline for quotes is August 26, 2024. Key requirements include delivery of software licenses within five business days post-award, a kickoff meeting, and subsequent provision of user account access and monthly usage reports. The contract will be firm-fixed-price, emphasizing the importance of compliance with technical specifications and accessibility standards. Additionally, the solicitation highlights the evaluation criteria based on technical capability and pricing, mandates electronic invoice submission through the U.S. Department of Treasury’s Invoice Processing Platform, and emphasizes protections for sensitive information. The RFQ reflects the FDA's commitment to utilizing small businesses for procurement, ensuring compliance with federal regulations throughout the process.
Sep 3, 2024, 7:04 AM UTC
The document outlines a Request for Quote (RFQ) for PRIMO Software Licensing and Maintenance Support Services issued by the FDA (Solicitation Number FDA-SOL-75F40124Q00495). Scheduled for response by August 26, 2024, it is designated as a total Small Business Set Aside, with a firm fixed price purchase order anticipated. The contractor is required to provide 21 PRIMO software licenses for one base year (September 29, 2024, to September 28, 2025) and two option years, ensuring continuous usage of the CFSAN CAEMS system. Key deliverables include a kickoff meeting, user account information, and monthly usage reports. The solicitation stipulates that contractors must be authorized resellers or service agents and provides specific instructions regarding pricing, invoicing through the Treasury's IPP system, and compliance with security requirements for sensitive information. Evaluation criteria will focus on technical capability and price, emphasizing adherence to federal acquisition regulations and accessibility standards. This RFQ serves to enhance the FDA's software capability while ensuring compliance with regulations and promoting small business participation.
Lifecycle
Title
Type
PRIMO Software Licensing
Currently viewing
Combined Synopsis/Solicitation
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.
“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.
Illumina MiSeq Instrument Service Agreement
Buyer not available
The U.S. Food and Drug Administration (FDA) is conducting market research to identify small business sources capable of providing a service agreement for the Illumina MiSeq instrument, which is essential for the National Center for Toxicological Research (NCTR). The procurement involves a preventative maintenance and corrective maintenance service agreement, including scheduled on-site visits, unlimited technical support, and adherence to OEM specifications. This service is critical for ensuring the reliability of ongoing research at the NCTR facility in Jefferson, Arkansas. Interested parties must submit their capability statements by April 30, 2025, to Nick Sartain at nick.sartain@fda.hhs.gov, referencing NCTR-2025-128267.
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.
Research and Development of the FDA ARGOS System
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified vendors for the research and development of the FDA ARGOS System, as outlined in a Sources Sought Notice. The primary objective is to enhance the FDA ARGOS database and develop bioinformatics and artificial intelligence tools to analyze genetic data, thereby improving public health preparedness and regulatory processes related to medical countermeasures against infectious diseases. This initiative is crucial for advancing diagnostic capabilities through Next Generation Sequencing (NGS) technology, which can identify microbial pathogens efficiently and accurately. Interested parties must submit their responses, including a Vendor Feedback Form, to Nicholas Bisher and Kimberly Pennix by May 2, 2025, at 2:00 PM EST, as no solicitation is currently available.
Base Notice: Tobacco Retailer Inspections - 75F40125R00046
Buyer not available
The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking proposals for tobacco retailer inspections under Solicitation No. 75F40125R00046. The objective is to secure third-party contractors to conduct compliance inspections of tobacco retail establishments, ensuring adherence to the Tobacco Control Act and related regulations aimed at preventing youth access to tobacco products. This solicitation emphasizes the importance of thorough inspections and documentation to support FDA enforcement actions, thereby safeguarding public health. Interested vendors must submit their proposals by April 30, 2025, with questions due by April 28, 2025; for further inquiries, contact Janice Heard at janice.heard@fda.hhs.gov or Brandon Rafus at brandon.rafus@fda.hhs.gov.
IDIQ for the purchase of human induced pluripotent stem cell-derived cells
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking to award a sole-source contract for the procurement of human induced pluripotent stem cell-derived cells from Fujifilm Cellular Dynamics. This acquisition aims to support a research program focused on microphysiological systems (MPS), which are critical for advanced in-vitro models used in drug safety and efficacy assessments. The cells, including cardiomyocytes, neurons, astrocytes, and hepatocytes, will be cryopreserved and utilized by FDA scientists at the Center for Drug Evaluation and Research, ensuring continuity in ongoing projects due to the established partnership with Fujifilm. Interested vendors may submit capability statements within 15 days of the notice, with the response deadline set for 10 AM EST on May 2, 2025; inquiries should be directed to Telisha Wilson at telisha.wilson@fda.hhs.gov.
FDA NCTR On-Site Pathology Services
Buyer not available
The U.S. Food and Drug Administration (FDA) is preparing to solicit comprehensive on-site animal pathology services for its National Center for Toxicological Research (NCTR) to support its research programs aimed at public health protection. The required services will encompass a variety of pathology support tasks, including necropsies, histopathology, and specialized techniques such as immunohistochemistry and respiratory pathology, as dictated by research protocols from Principal Investigators. This opportunity is significant for businesses in the professional, scientific, and technical services sector, with the solicitation number 75F40125R00059 expected to be released around April 30, 2025, and a closing date set for 30 days post-release. Interested parties should monitor SAM.gov for updates and can contact Tim Walbert at timothy.walbert@fda.hhs.gov or 870-543-7267 for further information.
Jefferson Laboratories On-Site Laboratory Equipment Maintenance, Repair, and Fabrication Services
Buyer not available
The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking proposals for on-site laboratory equipment maintenance, repair, and fabrication services at the National Center for Toxicological Research (NCTR) in Jefferson, Arkansas. The selected contractor will be responsible for maintaining and repairing a variety of laboratory instruments, ensuring compliance with safety protocols and standard operating procedures, while also providing preventive maintenance and specialized equipment design services. This contract is crucial for supporting ongoing toxicological research, as much of the equipment requires maintenance beyond manufacturer warranties. Interested parties should submit their proposals, adhering to the instructions and evaluation criteria outlined in the solicitation, with inquiries directed to Suzanne Martella at suzanne.martella@fda.hhs.gov or by phone at 870-543-7540. The contract will be awarded as a firm fixed-price agreement covering a base year and four option years, with detailed requirements specified in the solicitation documents.
SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
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), 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.