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
    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
    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
    Similar Opportunities
    Notice of Intent to Sole Source - FDA_2272025
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), intends to issue a Sole Source Firm Fixed Price contract for the procurement of two Emulate Zoe CM1 Organ-On-A-Chip culture modules and one Orb Hub Module-1. This procurement aims to evaluate microphysiological systems (MPS) as alternatives to traditional in-vitro models in pharmacokinetic and toxicology studies, which are crucial for advancing FDA's scientific operations and regulatory practices. The selected modules will support the FDA's Division of Applied Regulatory Science (DARS) and must be delivered and installed within 12 months post-award at the FDA’s White Oak Campus in Silver Spring, Maryland. Interested suppliers who believe they can meet the requirements outlined in the Statement of Work are invited to submit capability statements by March 7, 2025, to Hilda Aryeh at hilda.aryeh@fda.hhs.gov.
    Facility Management System (FMS) Systems Administration and Data Management
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified contractors to provide systems administration and data management services for its Facility Management System (FMS). The procurement involves a firm-fixed-price contract for the administration and management of the FMS, particularly the ARCHIBUS platform, which is crucial for efficient facility tracking and space management in compliance with federal guidelines. This total small business set-aside solicitation is set to commence on March 24, 2025, and will run for one year, with four optional renewal periods extending through 2030. Interested vendors should direct inquiries to Kimberly Pennix at kimberly.pennix@fda.hhs.gov, and must adhere to various federal regulations, including security clearance standards and confidentiality agreements.
    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 contractors for the Tobacco Retailer Inspections under solicitation number 75F40125R00046. The primary objective is to conduct compliance inspections of tobacco retail establishments to ensure adherence to the Tobacco Control Act, focusing on age verification and advertising regulations. This initiative is crucial for safeguarding public health and preventing youth access to tobacco products. Interested contractors should direct inquiries to Janice Heard at janice.heard@fda.hhs.gov or Brandon Rafus at brandon.rafus@fda.hhs.gov, with proposals due by the specified deadline.
    CORHQ-25-Q-0059 SM- Approva BizRight for FDIC
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is seeking proposals for software maintenance services under the solicitation titled "CORHQ-25-Q-0059 SM- Approva BizRight." The procurement involves ongoing maintenance for four specific software applications, with a total of 7,000 units required across multiple contract periods, including a base period from June 30, 2025, to June 29, 2026, and two option periods extending into 2028. This initiative underscores the FDIC's commitment to maintaining its technological infrastructure, ensuring operational efficacy through consistent software support. Interested vendors can reach out to Ellisha Smith at ellismith@FDIC.gov or call 571-212-4449 for further details regarding the proposal submission process.
    FLEX-EX Maintenance Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking proposals for the FLEX-EX Maintenance Renewal contract. This procurement aims to secure maintenance services for the FLEX-EX software, which is critical for various applications within the Navy's operational framework. The selected contractor will be responsible for ensuring the software remains functional and up-to-date, thereby supporting the Navy's mission and operational readiness. Interested vendors can reach out to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or by phone at 760-793-4069, or Faith L LaGore at faith.l.lagore.civ@us.navy.mil or 760-793-3498 for further details.
    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.
    Tableau Business Intelligence Software
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking proposals from qualified small businesses for the procurement of Tableau Business Intelligence Software. The solicitation includes the acquisition of a Tableau Creator Server and a Tableau Viewer Server, with specific quantities and part numbers outlined, emphasizing that only authorized brands will be accepted. This procurement is crucial for enhancing data analysis and visualization capabilities within the Navy, ensuring compliance with current software standards and accessibility requirements under Section 508. Proposals are due by 2:00 PM on March 13, 2025, and interested parties can contact William Henry Morton at william.h.morton39.civ@us.navy.mil or 484-358-2255 for further information.
    Notice of Intent to Sole Source - Renewal of Agware License and Support
    Buyer not available
    The Department of Agriculture, specifically the USDA Departmental Administration, intends to procure a sole source contract for the renewal of the AgWare License Package, which includes essential software maintenance and support for agricultural and housing appraisals. This procurement aims to enhance appraisal processes critical to agricultural assessments, ensuring that the software functions effectively in remote areas without network access and complies with industry standards such as the Uniform Standards of Professional Appraisal Practice (USPAP). The AgWare software is designed to streamline appraisal report production through robust data analysis capabilities and integrated mapping functionalities, particularly for Agricultural Real Estate Appraisal (AREA). Interested contractors must submit capability statements by March 11, 2025, and must be registered as Small Businesses in SAM.GOV. For further inquiries, contact Benjamin Alpers at benjamin.alpers@usda.gov or call 970-295-5691.
    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.
    NHLBI Procurement Forecast - FY2025-Q1 & Q2
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Heart, Lung, and Blood Institute (NHLBI), has issued a special notice regarding its procurement forecast for the first and second quarters of Fiscal Year 2025. This notice outlines anticipated contracting opportunities, including a variety of goods and services such as scientific support services, IT security, and specialized scientific equipment, with a focus on fostering small business participation. The forecast serves as a planning tool for potential vendors, indicating that while the projected procurements are subject to change, they are essential for supporting the NIH's mission in health research. Interested parties can find detailed information, including estimated dollar values and points of contact, in the attached document, with initial award dates ranging from late 2024 to mid-2025.