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
    Description

    The Department of Defense, specifically the Army Medical Research Acquisition Activity (USAMRAA), is soliciting proposals for an on-premises Intellectual Property (IP) and Technology Transfer (T2) Database Software System, along with associated services. The procurement aims to enhance the Army's capabilities in managing and protecting intellectual property through a robust commercial patent docketing system that operates on local servers at Fort Detrick, Maryland, while ensuring compliance with cybersecurity protocols and facilitating data capture, reporting, and workflow management. Proposals are due by May 12, 2025, and will be evaluated based on a best value tradeoff approach, considering factors such as technical approach, past performance, and small business participation. Interested parties can contact Lisa Kuhns at 301-619-2336 or via email at lisa.z.kuhns.civ@health.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Army Medical Research and Development Command (USAMRDC) seeks an on-premises Intellectual Property (IP) and Technology Transfer (T2) Database and related services, as outlined in this Performance Work Statement (PWS). The project supports USAMRDC's mission under the Federal Technology Transfer Act by enhancing patent tracking, licensing, and management of innovation. Key requirements include a commercial docketing system capable of operating on local servers at Fort Detrick, Maryland, enabling compliance with Army cybersecurity protocols. The proposal must detail tools for data capture, automated docketing, user management, and customer support services. The contractor is expected to facilitate system installation, perform data audits, ensure legacy data migration, and provide training services. Additional elements may involve optional customized modules to support specific workflow needs. A detailed task framework emphasizes authorized access, progress reporting, and compliance with governance standards. The contract spans one base year with options for extensions, emphasizing a structured approach to managing government intellectual property and achieving operational efficiency while transitioning to a future cloud-based system. This initiative underscores USAMRDC's commitment to advancing medical research capabilities through effective technology transfer.
    The United States Army Medical Research and Development Command (USAMRDC) seeks proposals for an Intellectual Property (IP) and Technology Transfer (T2) Database and associated services under a performance work statement (PWS). This initiative aligns with the Federal Technology Transfer Act and is crucial for tracking and managing inventions with commercial potential. The project aims to implement a robust commercial docketing and patent database system that enables data capture, reporting, and workflow establishment. Proposals must include a solution that operates on USAMRDC’s local server in Fort Detrick, Maryland, adhere to specific performance characteristics, and comply with security and risk management requirements. The contract encompasses a 12-month base period with three additional 6-month option periods. Requirements also cover comprehensive user training, customer support, data migration from legacy systems, and potential customized modules. Critical deliverables include organizational conflict of interest proposals, non-disclosure agreements, and various implementation plans. The aim is to enhance collaboration across medical research facilities while ensuring compliance with Department of Defense protocols, ultimately facilitating improved management of intellectual property and technology transfer processes.
    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.
    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.
    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.
    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.
    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.
    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.
    The document addresses questions submitted to the government concerning the RFP HT9425-25-R-0051, relating to a contract for IT services. Key points include the confirmation that there were other vendors besides Anaqua with on-premises solutions in the previous RFP, and that this current requirement is a follow-on to two prior contracts with Anaqua, Inc. The government outlines an absolute requirement for the software to operate on Microsoft SQL Server 2019 but states that newer versions will be considered if they meet compatibility standards without needing an upgrade. Additionally, the government clarified that they cannot reconsider non-responsive proposals that fail to meet specific requirements by the designated deadline. Overall, this document emphasizes strict adherence to technical demands and timelines in the bidding process for federal contracts.
    The U.S. Army Medical Research Acquisition Activity seeks proposals through a Combined Synopsis/Solicitation to procure an on-premises Intellectual Property (IP) and Technology Transfer (T2) Database Software System, along with related services. The solicitation, HT9425-25-R-0051, was issued using Simplified Acquisition Procedures, with proposals due by May 12, 2025. The contract will be a Firm Fixed Price (FFP) arrangement, with potential Other Direct Costs (ODCs). Interested vendors are required to submit both a Non-Cost/Price proposal and a Cost/Price proposal, addressing specific technical and operational criteria laid out in the Performance Work Statement (PWS). Proposals will be evaluated based on operating characteristics, technical approach, management and quality control, past performance, and small business participation. The government prioritizes an on-premises solution compatible with existing systems, emphasizing the need for uniqueness in user access and automated docketing capabilities. The evaluation process highlights a best value tradeoff approach, stressing that technical factors will take precedence over price in determining awards. The initiative reflects the Army's commitment to enhancing its patent management and technology transfer capabilities, ensuring compliance with necessary standards while fostering efficient collaboration with contractors.
    The U.S. Army Medical Research Acquisition Activity is soliciting proposals for a Commercial Patent Docketing and Database Software System, with associated services, as part of an effort to support the Army's Intellectual Property and Technology Transfer (T2) requirements. This solicitation follows simplified acquisition procedures and targets firms capable of delivering an on-premises solution compliant with specified operational standards, including compatibility with existing Microsoft server software and the capability for automated docketing. Proposals are due by May 12, 2025, and must be submitted electronically, with detailed guidelines for electronic format and content provided. Offerors will be evaluated through a "best value" tradeoff process based on key factors such as operating characteristics, technical approach, management and quality control strategies, past performance, and small business participation. Emphasis is placed on compliance with performance objectives specified in the Performance Work Statement and understanding of the required support services. The solicitation encourages robust participation from small businesses, requiring comprehensive plans for their involvement. Overall, this RFP represents a strategic initiative aimed at enhancing the Army's capacity to manage and protect intellectual property through advanced software solutions.
    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.
    Similar Opportunities
    REQUEST FOR INFORMATION – MUTUALLY BENEFICIAL MULTIDISCIPLINARY INNOVATION ECOSYSTEMS
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Aberdeen Proving Ground-Research Triangle Park (ACC-APG-RTP), is issuing a Request for Information (RFI) to explore options for support to the U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL). This RFI aims to gather insights and gauge interest from potential offerors who possess the capabilities and relationships necessary to meet the requirements outlined in the notice. The information collected will assist in planning and does not imply any commitment to contract or provide feedback on submissions. Interested parties are encouraged to submit their responses voluntarily to the MBMIS-RFI inbox at MBMIS-RFI@army.mil, as no funding amount or specific deadlines are provided in this notice.
    Microbial Identification System (MIS)
    Dept Of Defense
    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.
    DLA Research and Development; Acquisition Modernization Technology Research (AMTR) SP4701-23-B-0001
    Dept Of Defense
    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 enhance defense acquisition processes by identifying and implementing IT modernization efforts and advanced technologies that align with strategic focus areas, particularly in logistics and supply chain management. The AMTR program is critical for addressing the evolving operational requirements of the DLA, with a projected funding of up to $50 million per year for three years, covering Fiscal Years 2024-2026. Interested vendors must submit full cost and technical proposals via email to the designated contacts by the initial closing date, with the BAA remaining open for five years and subsequent opportunities for White Papers after the initial evaluation period.
    FlowJo Software License Renewals
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the renewal of 25 FlowJo Software Licenses for the United States Army Medical Research Institute of Infectious Diseases (USAMRIID). The procurement requires licenses that support flow cytometric data analysis, accept FCS files from BD and Beckman Coulter cytometers, and provide features such as usage reports and simultaneous user access, among others. This opportunity is a total small business set-aside, with a firm fixed price (FFP) structure, and quotes are due by January 5, 2026, following a release on December 12, 2025. Interested vendors should direct inquiries to Jayme Fletcher or Emily K. O'Hara via their provided email addresses.
    Request for Information Trusted Partner Program
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Aberdeen Proving Ground-Research Triangle Park (ACC-APG-RTP), is issuing a Request for Information (RFI) to identify academic institutions interested in participating in a Trusted Partner Program (TPP) to support the U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL). The RFI aims to gather market research on potential offerors capable of conducting basic scientific research and providing science, technology, and engineering support across eleven key technical fields, with an emphasis on interdisciplinary projects and the ability to handle sensitive information. Responses to this RFI are voluntary and will inform the potential establishment of a Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, with submissions due by December 31, 2025. Interested parties should direct inquiries to Meaghan Pimsler at meaghan.l.pimsler.civ@army.mil.
    Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals from qualified small businesses to provide contractor support for advancing enterprise data readiness and governance within the Military Health System. The primary objectives include developing a comprehensive baseline data inventory, establishing a centralized metadata repository, conducting an Analysis of Alternatives for an enterprise data catalog, and implementing automated metadata harvesting tools to enhance data accessibility and usability. This initiative is crucial for improving decision-making and operational efficiency in military healthcare, with a total contract value of $34 million and a performance period from January 30, 2026, to January 29, 2027, with options for additional 12-month periods. Interested parties should direct inquiries to Linda M. Walker or Andrea V. Rivas via email, and proposals must be submitted electronically by January 9, 2026.
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    Biomedical Research Application Evaluation and Support Services (BRAES)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information regarding Biomedical Research Application Evaluation and Support Services (BRAES) as part of a market research initiative. The objective is to support the Congressionally Directed Medical Research Programs (CDMRP) by managing biomedical research funding, which includes a two-tier review process and the development of a Quality Control Plan. This opportunity is crucial for ensuring the integrity and efficiency of the application evaluation process, utilizing government-furnished systems for application processing and award management. Interested parties must submit their responses to the Request for Information (RFI) by 12:00 p.m. Eastern Time on December 15, 2025, to Ms. Deanna S. Moose at deanna.s.moose.civ@health.mil, adhering to the specified guidelines and page limits.
    Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software Renewals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a Firm Fixed Price contract for the renewal of 423 Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software licenses from General Dynamics Mission Systems, Inc. These licenses are crucial for maintaining cybersecurity compliance for fielded Armored Multi-Purpose Vehicles (AMPV) platforms and will provide three years of necessary support. The procurement is vital for ensuring the operational integrity and security of military systems. Interested parties can reach out to Troy Haarala at troy.r.haarala.civ@army.mil or call 571-588-9334 for further details regarding this opportunity.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.