Request for Proposals: On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and Related Services
ID: HT9425-25-R-0051Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due May 12, 2025, 1:00 PM UTC
Description

The Department of Defense, through the Army Medical Research Acquisition Activity (USAMRAA), is soliciting proposals for an On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and related services. The procurement aims to acquire a Commercial Patent Docketing and Database Software System to support the United States Army Medical Research and Development Command (USAMRDC) in managing patenting and licensing processes, ensuring compliance with legal requirements, and enhancing data management capabilities. This initiative is critical for effective intellectual property management within the medical research community, with the contract expected to be awarded by May 12, 2025. Interested parties should direct inquiries to Lisa Kuhns at 301-619-2336 or via email at lisa.z.kuhns.civ@health.mil, and proposals must adhere to the specified submission guidelines to be considered.

Point(s) of Contact
Files
Title
Posted
The United States Army Medical Research and Development Command (USAMRDC) requires an on-premises Intellectual Property (IP) and Technology Transfer (T2) database system and related services to enhance its capabilities for patenting and licensing medical inventions. This system will facilitate the tracking of IP agreements, legal compliance, and data management while ensuring adherence to the Federal Technology Transfer Act (FTTA). The contractor must offer a solution that resides on local servers at Fort Detrick, Maryland, including features such as automated docketing, legacy data upload, and user support. The project will span a 12-month base period with three optional six-month extensions, aiming for completion by June 2025. The implementation plan must acquire necessary authorizations, carry out data audits, and offer customer support and training for staff. The system must comply with stringent cybersecurity and risk management frameworks, reflecting the Department of Defense's operational security requirements. A variety of functional characteristics and capabilities are mandated, including user management, automated reminders for critical deadlines, and seamless integration with existing technologies. Overall, this initiative underscores USAMRDC's commitment to effective IP management and collaboration within the medical research community.
Apr 11, 2025, 3:13 PM UTC
The Quality Assurance Surveillance Plan (QASP) for the Intellectual Property and Technology Transfer Database outlines the government's procedures to ensure that services provided under the contract meet specified quality standards. The plan serves to ensure contractor performance, hold them accountable for quality control, and encourage improvements. Services include providing a Commercial-Off-The-Shelf (COTS) docketing and patent database software along with customer support, training, and updates. The government will perform quality assurance through defined surveillance methods, including random sampling and periodic inspections, and will document any nonconformances in detail. Nonconformance is classified into levels (minor, major, critical) based on severity, dictating the required response and corrective actions. The document details roles and responsibilities, including the Contracting Officer’s authority and the Contracting Officer’s Representative's monitoring duties. Performance objectives must be met to ensure acceptance of services, which include software licenses, system installation, data audits, customer support, and training. The QASP is a dynamic document that can be updated based on ongoing communications or contract modifications. This plan reflects the government's commitment to maintaining high-quality standards in contracting processes.
Apr 11, 2025, 3:13 PM UTC
This government file outlines a procurement request for a Dell Latitude 5490 laptop, specifically identified as MRMCNB18902, equipped with Windows 10 Enterprise Version 20H2. The requisition indicates a quantity of one unit, classified as "each." Notably, the item is marked as a serially managed asset and is part of the federal government's managed inventory system. Alongside the item description, the document includes specific identifiers such as Device ID and Product ID, along with contract details referenced under Attachment 3, which lists Government Furnished Property. This request reflects the federal government's structured approach to asset acquisition, ensuring compliance with protocols for documenting and managing government property as part of its operations.
Apr 11, 2025, 3:13 PM UTC
The document outlines technical requirements for accessing a PDF file that necessitates Adobe Reader version 8 or higher. It indicates that users may either not have Adobe Reader installed or may have an improperly configured environment for viewing the file. The instructions direct users to visit Adobe's website for guidance on installing the reader and configuring their systems to ensure proper functionality. This technical advisory is crucial in the context of government documents, as access to federal government RFPs, grants, and requests for proposals (RFPs) often comes in PDF formats. Ensuring that the appropriate software is available is essential for stakeholders to engage with governmental materials efficiently.
Apr 11, 2025, 3:13 PM UTC
The document outlines the requirements for submitting past performance references as part of a federal or state RFP. It contains a structured format for offerors to detail their relevant past projects, including the contracting organization, contract numbers, type, awarded costs, performance periods, and contacts for contract oversight. Each reference entry requires a description of the work performed, relating it to the solicitation's needs, as well as any performance issues encountered and the corrective actions implemented. Key components include an evaluation of the relationship between the offeror and the performing company, NAICS codes, and completion of CPARS or PPIRS evaluations. The emphasis is on preparing comprehensive reports that demonstrate reliability, accountability, and a track record of successful project execution to fulfill RFP requirements. This document is critical for assessing an offeror's ability to meet contractual obligations and secure government contracts.
The Small Business Participation Proposal related to the Intellectual Property and Technology Transfer Database and Services outlines the participation levels of small businesses required from all offerors in federal contracting. The document mandates that offerors, whether large or small, indicate their commitment to involving small businesses as primes or subcontractors. Key components include a checkbox section for identifying the business size and type (e.g., Woman-Owned, Veteran-Owned, etc.), alongside an obligation to report the percentage and dollar amount of work allocated to both small and large businesses, which must total 100%. Offerors must also list the specific services provided by small businesses and detail their commitment level, including types of contractual arrangements in place (such as written contracts or joint ventures). This proposal is essential for fostering small business involvement in federal acquisitions, aligning with government goals to ensure equitable participation and support for underrepresented firms in federal contracting opportunities.
The Organizational Conflict of Interest Certification Form from the US Army Medical Research and Development Command (USAMRDC) outlines procedures to manage potential conflicts of interest in procurement processes. It categorizes services into three areas: (1) Internal Support, (2) Admin/Acquisition Support/IT, and (3) Product Support, with the latter identified as relevant to this contract. The document aims to prevent unfair competitive advantages associated with contractors that might overlap roles in different categories. Contractors must conduct a comparative analysis when bidding across categories and provide either a certification of no conflict or a plan to mitigate identified conflicts. The USAMRDC will assess these submissions to determine contract eligibility. Violations of these protocols could lead to contract termination or disqualification from future opportunities. The certification ensures that all participating contractors understand the scope of their involvement and the implications regarding organizational conflicts of interest, maintaining fair competition and integrity within USAMRDC contracts.
Apr 11, 2025, 3:13 PM UTC
The document outlines a detailed pricing proposal for a federal contract concerning an Intellectual Property (IP) and Technology Transfer (T2) Software/Database System. It covers a base period and three optional periods from 2025 to 2027, detailing the costs associated with various tasks, including software licenses, labor costs for system installation, data audits, customer support, and training. The base price is set at $15,000, with each option period priced at $5,000. Labor costs are expressed in job units, while other direct costs are predefined by the government. Additionally, optional modules for publication review, marketing, customer relationship management, and records management are available. The table structure allows for auto-population of costs based on user inputs, mandating accurate mathematical calculations to ensure proposals are considered valid. Errors may lead to disqualification from the bidding process. This comprehensive pricing schema serves as a basis for contract negotiations and aligns with federal acquisition regulations, ensuring transparency and competitive pricing in the procurement process.
Apr 11, 2025, 3:13 PM UTC
The U.S. Army Medical Research Acquisition Activity (USAMRAA) is soliciting proposals for an Intellectual Property and Technology Transfer Database Software System under the solicitation number HT9425-25-R-0051. This procurement utilizes Simplified Acquisition Procedures and requests proposals by May 12, 2025. The contract intends to award one Firm Fixed Price (FFP) contract, including Cost-type Other Direct Costs, for a software system that captures data, generates documents, and establishes workflows related to patent docketing. The solution must be an on-premises system compatible with specific software requirements, including Microsoft Windows Server 2019 and SQL Server 2019, and include comprehensive customer support, system updates, and training. Proposals will be evaluated based on factors such as operating characteristics, technical approach, management strategies, past performance, and small business participation, using a best value tradeoff approach. Additionally, all proposals must adhere to strict formatting and submission guidelines, ensuring clarity and completeness to facilitate thorough evaluation. This opportunity follows previous contracts with Anaqua, Inc., and indicates an ongoing commitment to evolving tech solutions within medical research and development legal frameworks.
Lifecycle
Title
Type
Similar Opportunities
DOD USAMRDC FY23-FY27 BROAD AGENCY ANNOUNCEMENT for Extramural Medical Research Department of Defense Dept. of the Army -- USAMRAA
Buyer not available
Special Notice: DEPT OF DEFENSE DEPT OF THE ARMY is seeking extramural research and development ideas for medical research. The USAMRDC aims to provide solutions to medical problems for the American Service Member and the general public. This BAA solicits basic and applied research projects to advance medical science and technology. The selection process is highly competitive, and submissions are accepted throughout a 5-year period. Pre-proposals must be submitted through the electronic Biomedical Research Application Portal (eBRAP), and invited full proposals must be submitted through Grants.gov.
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the Army's Program Executive Office Soldier (PEO-S), is seeking proposals for Materiel Fielding and Medical Liaison Support Services under solicitation W911QY25RA001. The procurement aims to enhance Army medical readiness through comprehensive management, procurement, and distribution of medical equipment and supplies, with a focus on Soldier Medical Devices (SMD). This initiative is critical for ensuring operational support and healthcare delivery to military personnel, emphasizing compliance with federal regulations and quality standards. Interested small businesses must submit their proposals by April 21, 2025, and can direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
Facilities Project Management and Quality Assurance Support Logistics (LOG), Walter Reed Army Institute of Research (WRAIR)
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking proposals from small businesses for Facilities Project Management and Quality Assurance Support Logistics at the Walter Reed Army Institute of Research (WRAIR). The contract aims to provide essential services for overseeing medical research facility operations and maintenance, ensuring compliance with quality standards across facilities ranging from 22,140 to 1,000,000 square feet. This procurement is critical for maintaining operational continuity and supporting military health research initiatives, with a contract period from May 16, 2025, to May 15, 2030, and options for extensions. Interested parties must submit their proposals by April 21, 2025, and direct inquiries to Nathaniel Reus at nathaniel.a.reus.civ@health.mil or 301-619-9209.
Notice of Intent to Sole Source - USAMRDC/DHA Marketing Tool Subscription
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity (USAMRAA), intends to issue a sole source contract to Global Action Alliance Inc for a Marketing Tool Subscription aimed at supporting the U.S. Army Medical Research and Development Command and the Defense Health Agency. This subscription will provide access to a commercial Artificial Intelligence tool designed to assist licensing professionals in identifying biotechnology and pharmaceutical companies that are suitable for licensing Department of Defense intellectual property, offering insights into patents, clinical trials, and company data. The procurement underscores the significance of technological advancements and partnerships in military medical research and development. Interested parties are encouraged to submit evidence of comparable services by the specified deadline; otherwise, the sole source award will proceed. For further inquiries, contact Skylar Wells at skylar.a.wells2.civ@health.mil.
NOI to Sole Source - Qiagen IPA Analysis Match Software.
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to Qiagen LLC for the procurement of Qiagen IPA Analysis Match Software. This software is crucial for the U.S. Army Medical Research Institute of Infectious Diseases as it facilitates the analysis and integration of complex biological data, including gene expression and proteomics, and is necessary for renewing five existing software licenses. Qiagen LLC is uniquely positioned to fulfill this requirement due to its proprietary capabilities and extensive knowledge database, which are essential for biomarker discovery in funded projects. Interested vendors may submit capability statements by April 21, 2025, to the designated contacts, Grant Gratton and Jayme Fletcher, via email, as no solicitation document will be issued.
Scientific, Technical Research and Project Management Support Services for USAMRIID
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking contractor support for scientific, technical research, and project management services for the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) located in Frederick, Maryland. The procurement aims to provide non-personal support services essential for USAMRIID's mission to protect against biological threats, investigate disease outbreaks, and develop medical capabilities against emerging biological agents. This opportunity emphasizes the need for qualified personnel with expertise in various scientific disciplines, including bacteriology, molecular biology, and virology, to ensure compliance with stringent safety regulations in BSL-2 through BSL-4 biocontainment laboratories. Interested parties should direct inquiries to Christina Lewis or Jayme Fletcher via the provided email addresses, with proposals due as outlined in the solicitation documents.
DLA Research and Development; Acquisition Modernization Technology Research (AMTR) SP4701-23-B-0001
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the Acquisition Modernization Technology Research (AMTR) program under solicitation SP4701-23-B-0001. This initiative aims to modernize acquisition processes by assessing and improving procurement methodologies through research and development efforts, particularly focusing on IT modernization and advanced technologies that align with DLA's strategic objectives. The AMTR program is critical for enhancing logistics and supply chain management within the defense sector, ensuring that the DLA can meet evolving operational demands effectively. Interested vendors must submit their full cost and technical proposals by April 1, 2024, to be considered for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with further details available from primary contact Sara Cepeda at Sara.Cepeda@dla.mil or by phone at 215-737-5498.
Ambr 250 High Throughput Bioreactor System
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking to procure an Ambr 250 High Throughput Bioreactor System for the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research in Silver Spring, Maryland. This procurement aims to enhance capabilities for monoclonal antibody production, allowing for simultaneous testing of multiple conditions to accelerate the manufacturing of vaccines and biologics for military-relevant infectious diseases. The system must meet specific Minimum Essential Characteristics, including the ability to process up to 12 cultures, automated controls for critical parameters, and compliance with FDA regulations, particularly 21 CFR Part 11 for data integrity. Interested vendors should note that the anticipated solicitation release is on April 10, 2025, with a contract performance period from June 1, 2025, to May 31, 2029. For further inquiries, contact Ms. Brenda Mena at brenda.i.mena.civ@health.mil or Ms. Sharew Hailu at sharew.hailu.civ@health.mil.
TMDE Preventative Maintenance
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a contract focused on the preventative maintenance of Test Measurement and Diagnostic Equipment (TMDE) at the Walter Reed National Military Medical Center in Bethesda, Maryland. The contract will encompass comprehensive services including onsite preventive maintenance, calibration, repair services, and user training for 427 specified pieces of multi-vendor equipment, essential for maintaining operational integrity in military healthcare delivery. The performance period is set to commence on May 1, 2025, with options to extend through 2030, and proposals must be submitted by 9:00 AM on April 23, 2025. Interested vendors can direct inquiries to Pamela Renteria at pamela.i.renteria.civ@health.mil or Edgar DuChemin at edgar.r.duchemin.civ@health.mil.
Microbial Identification System (MIS)
Buyer not available
The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.