NTELX Perpetual License, Software Maintenance & Support
ID: FDA-RFI-11-01-2024Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF REGULATORY AFFAIRSSilver Spring, MD, 20993, USA

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Nov 1, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 1, 2024, 12:00 AM UTC
  3. 3
    Due Nov 14, 2024, 6:00 PM UTC
Description

The U.S. Food and Drug Administration (FDA) is seeking small business sources to provide a perpetual license, maintenance, and support for NTELX software, specifically for the Office of Regulatory Affairs (ORA). This procurement aims to ensure continuous operational support for mission-critical applications used by ORA staff, which are vital for optimizing import inspections and public health compliance under the Bioterrorism Act of 2002. The NTELX software, including key modules such as PREDICT, FDanalyzer, FDfusion, FDmonitor, and FDauditor, processes approximately 50 million lines of import data annually, making it essential for risk assessment and compliance targeting. Interested small businesses must submit their capability statements by November 14, 2024, and can contact Robert Waite at robert.waite@fda.hhs.gov for further information.

Point(s) of Contact
Files
Title
Posted
Nov 1, 2024, 7:54 PM UTC
The U.S. Food and Drug Administration (FDA) is conducting market research to identify small business sources capable of providing NTELX software licensing, maintenance, and support for the Office of Regulatory Affairs (ORA). The FDA's mission includes optimizing import inspections and ensuring public health, particularly under the Bioterrorism Act of 2002. The NTELX software, specifically the PREDICT application, is essential for risk assessment and compliance targeting of import entries, processing approximately 50 million lines annually. Key modules include FDanalyzer for data analysis, FDfusion for execution of rules, FDmonitor for business process oversight, and FDauditor for audit tracking. The FDA seeks technical support that includes Level 1 assistance, timely software updates, and potential future upgrades to ensure operational continuity. Interested small businesses are encouraged to respond with capability statements detailing their qualifications and previous experiences. Responses are due by November 14, 2024. This notice, while not a solicitation, aims to inform the FDA's upcoming contracting decisions and does not obligate the government to award any contracts. Confidentiality of proprietary information is emphasized throughout the communication.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Dosimeters
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking contractors to provide dosimetry services for occupational radiation monitoring, including the supply of Optically Stimulated Luminescence (OSL) and Thermoluminescent Dosimeters (TLD). The primary objective is to ensure that radiation exposure for employees across various FDA offices and laboratories remains within the limits set by the Nuclear Regulatory Commission and the Occupational Safety and Health Administration. This procurement is critical for maintaining safety standards and monitoring radiation exposure effectively, supporting a workforce of up to 2,000 employees across multiple locations. Interested vendors must submit their quotes by April 7, 2025, and can contact Elena Tatarov at elena.tatarov@fda.hhs.gov for further details regarding the solicitation number FDA-25-1285024.
Drug Utilization: Hospital Inpatient & Emergency Dept. Data (Recompete)
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking proposals for a contract titled "Drug Utilization: Hospital Inpatient & Emergency Dept. Data (Recompete)." The primary objective of this procurement is to gain immediate and unlimited access to commercially available drug utilization data for both adult and pediatric populations in hospitals, which will support the FDA's regulatory activities related to drug safety and utilization assessments. This data is crucial for enhancing public health safety and informing regulatory decision-making regarding marketed drugs. Interested parties should note that the contract may cover up to $5 million over several years, with a response deadline of April 16, 2025. For further inquiries, potential offerors can contact Ryan Alexander at ryan.alexander@fda.hhs.gov.
Liquids Analytics Platform
Buyer not available
The Federal Energy Regulatory Commission (FERC) is seeking proposals for the acquisition of the Law IQ Liquids Analytics Platform, which includes a base contract and four optional years. This platform is essential for enhancing the efficiency of oil program research by providing comprehensive access to pipeline tariff data, thereby facilitating the analysis of tariff and rate trends critical to the Commission's mission. The platform will significantly streamline the research process, particularly for mergers and acquisitions, by converting complex tariff PDF submissions into an easily searchable database. Interested vendors must submit their quotes via email to Trey Hair by April 8, 2025, at 12:00 PM Eastern Time, with all inquiries directed to him by April 7, 2025. The procurement emphasizes quality control, requiring all software to be free of malicious code, and includes provisions for up to five user licenses and an optional newsletter.
Food and Drug Administration (FDA) Regulatory Compliance Training
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking proposals for FDA Regulatory Compliance Training aimed at enhancing the competency of personnel involved in FDA-regulated research activities. The training will cover essential areas such as Good Clinical Practices (GCP), Good Laboratory Practices (GLP), current Good Manufacturing Practices (cGMP), and Quality Systems Regulations (QSR), ensuring compliance with federal and Department of Defense regulations. This initiative is critical for the U.S. Army Medical Research and Development Command (USAMRDC) as it supports the development of FDA-approved pharmaceuticals and devices for military personnel. Interested contractors should contact Matthew Gembe at matthew.w.gembe.civ@health.mil or 301-619-1350 for further details, with proposals due in alignment with the specified timelines in the solicitation documents.
Extended Warranty and Technical Support for BBI-piPET-314-13
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA), is seeking to award a sole source contract to Brain Biosciences, Inc. for extended warranty and technical support services for the BBI-piPET-314-13 primate PET scanner. The primary objective of this procurement is to ensure the continued high-quality imaging performance of the scanner, which is vital for conducting research on substance use disorders (SUD). This contract will include annual preventative maintenance, software updates, diagnostic services, and emergency repairs, all aimed at supporting critical research initiatives. Interested parties may submit their capabilities and proposals to Shaun Rostad at shaun.rostad@nih.gov, with responses due by the specified deadline, as this opportunity is set aside for small businesses under NAICS code 811210.
U.S. Customs and Border Protection (CBP) Laboratory & Scientific Services (LSS) Forensic Laboratory Information Management System (FLIMS)
Buyer not available
The U.S. Customs and Border Protection (CBP) is soliciting proposals for a Forensic Laboratory Information Management System (FLIMS) to enhance its Laboratory and Scientific Services (LSS) operations. The primary objective of this procurement is to modernize the existing system to improve evidence handling, case management, and compliance with accreditation standards, incorporating features such as user authentication, chain of custody tracking, and customizable workflows. This initiative is crucial for ensuring efficient data management and maintaining the integrity of forensic processes across regional labs, adhering to federal IT security standards and supporting FedRAMP certification. Interested vendors should direct inquiries to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov, with the contract period anticipated to begin on July 1, 2025, and extend through June 30, 2026, including nine optional one-year extensions.
DA10 - IBM SPSS Statistics Base License Renewal
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking proposals for the renewal of IBM SPSS Statistics Base Software Licenses, which is a brand name mandatory requirement. This procurement is crucial for the Naval Submarine Medical Research Laboratory (NSMRL) to maintain its statistical analysis capabilities, which are essential for various research and operational tasks. Interested vendors must submit their quotes via email by April 3, 2025, at 11:00 a.m. EST, and ensure they are registered in the System for Award Management (SAM) database. For further inquiries, vendors can contact Ms. Nichole Stevens at 860-694-4821 or via email at nichole.e.stevens.civ@us.navy.mil.
7A20--626-25-3-701-0042 / 36C249-25-AP-1313 - DSS Infusion Therapy Manager (Pharm)
Buyer not available
The Department of Veterans Affairs, through its NCO 9 Network Contracting Office, is conducting market research to identify sources for an Infusion Therapy Manager (ITM) software that will manage chemotherapeutic and other complex medications for veterans. The software must ensure interoperability with existing systems, facilitate chemotherapy protocol standardization, and provide comprehensive training for users, while complying with Veterans Health Administration safety and security standards. This initiative is crucial for enhancing patient care by streamlining medication management and ensuring efficient access to critical patient data through the VistA system. Interested vendors are invited to submit their company information, including business size and certifications, by April 7, 2025, to Phon Phasavath at Phon.phasavath@va.gov, as this notice serves solely for market research and does not imply any commitment to award a contract.
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.
CDC DFWED NARST Sensititre Supplies
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source contract for antimicrobial resistance testing supplies, specifically Sensititre™ broth microdilution testing products, from ThermoFisher Scientific. This procurement is essential for the National Antimicrobial Resistance Monitoring System (NARMS), which has utilized these proprietary materials since 1996 to ensure a standardized approach to monitoring enteric bacteria resistance. The unique nature of these supplies necessitates this sole source approach, as alternatives would require significant investments in new equipment and validation processes, potentially disrupting critical surveillance efforts. Interested parties may respond within 15 days to express their interest, with proposals directed to contract specialist Ashley Williams at dal3@cdc.gov.