SAS Software
ID: 0012239500Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DHA ENTERPRISE MED SUPPORT EMS-CDFORT SAM HOUSTON, TX, 78234, 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 Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 9:00 PM UTC
Description

The Defense Health Agency (DHA) intends to issue a sole source firm fixed price purchase order for SAS Software and its maintenance renewal, as outlined in a Special Notice. This procurement is necessary for the continued operation of the Program Management Office (PMO) EIDS, which relies on SAS Software for data management and statistical analysis. The software, provided exclusively by Executive Information Systems (EIS), LLC, is integral to DHA's operations, and transitioning to an alternative solution would pose significant risks, including operational disruptions and additional training costs. Interested parties may submit capability statements to Mr. David Rall at david.j.rall2.civ@health.mil, although this notice does not constitute a solicitation for quotes or proposals.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 11:04 PM UTC
The Defense Health Agency (DHA) plans to issue a sole source firm fixed price purchase order for SAS Software and its maintenance renewal, under FAR regulations that allow for non-competitive procurement when only one source is available. The authorized reseller, Executive Information Systems (EIS), LLC, is the only company providing the required software, which is integral to DHA's operations, enabling data management and statistical analysis necessary for the Program Management Office's mission. Transitioning to a different software would impede operations due to integration complexities, training costs, and potential service interruptions. The DHA emphasizes that this notice does not solicit quotes or proposals; however, interested parties may submit capability statements demonstrating their ability to meet the requirements, in case a competitive solicitation is eventually issued. All inquiries can be directed to the designated Contract Specialist, Mr. David Rall.
Lifecycle
Title
Type
SAS Software
Currently viewing
Special Notice
Similar Opportunities
JMP SAS PRO Software Licenses
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), Natick Division, intends to award a Firm Fixed Price contract for the annual renewal of JMP SAS/JMP PRO Software Licenses on a sole source basis to Executive Information Systems, LLC. This procurement is essential as the JMP SAS/JMP PRO software is uniquely capable of providing comprehensive statistical analysis and experimental design capabilities, which are not matched by other available graphical user interface statistical packages. Interested parties are invited to express their interest and capability via email to the primary contacts, Martina Biro and Brandon Rivett, by 1500 EST on April 18, 2025, as this notice does not constitute a request for proposals and no solicitation document is available.
John Hopkins Adjusted Clinical Groups Software Renewal
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to issue a sole source contract for the renewal of John Hopkins Software's Adjusted Clinical Groups (ACG) licenses, which are critical for operational analytics and clinical registry needs. This procurement aims to enhance patient case management by enabling the identification of patients for preventive care and those at high risk for hospitalization, utilizing the ACG system's multi-morbidity framework for accurate risk assessments and resource utilization predictions. The contract will be a fixed price agreement with a base year and one option year, and interested parties may submit capability statements to demonstrate their eligibility; if no responses are received by the deadline, the sole source award will proceed. For further inquiries, interested parties can contact Mary Jane Pastran at MaryJane.G.Pastran.ctr@health.mil or Thomas Reese at thomas.l.reese4.civ@health.mil.
Award for Enterprise Software Services (ESS) Bridge at Defense Health Agency
Buyer not available
The Defense Health Agency (DHA) has awarded a sole-source contract to American Systems Corporation (ASC) for Enterprise Software Services (ESS) Bridge, focusing on DevSecOps platform management and operational support for the Medical Enterprise Test Innovation Center (METIC). This contract, valued at $26,744,145, aims to develop, test, and deploy critical software applications and medical devices, including MHS GENESIS, ensuring uninterrupted support for essential Defense Healthcare Management Systems (PEO DHMS) projects. The performance period for this contract is from March 27, 2025, to December 26, 2025, with options for extension through August 25, 2026. For further inquiries, interested parties may contact Domonique Holmes at domonique.p.holmes.civ@health.mil or Dominique Brown at dominique.u.brown.civ@health.mil.
Notice of Intent to Sole Source to Enterprise Management Solutions (EMS)
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Enterprise Management Solutions (EMS) for the renewal and support of Prephix software subscriptions. This procurement aims to secure a user subscription license for Prephix updates and new features, along with one year of help desk support, which includes up to 40 hours of customer assistance. The contract is crucial for maintaining the operational capabilities of the software used by the Navy, ensuring continued access to essential updates and support services. Interested vendors must respond to this notice by 5:00 PM EST on April 16, 2025, and must be registered in the System for Award Management (SAM) to participate in the procurement process. For further inquiries, contact Jessica B. Lawless at jessica.b.lawless.civ@us.navy.mil or by phone at 843-218-4520.
Biostatistical Software
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is conducting market research for biostatistical software solutions, specifically targeting Cytel’s East Horizon software and its associated modules. The objective is to identify commercial items that can fulfill specific biostatistical requirements essential for meeting FDA regulatory standards in medical research. This RFI is crucial for gathering insights into available software that supports various clinical trial designs and statistical analyses across the ORA portfolios. Interested vendors are encouraged to submit white papers by April 23, 2025, to Matthew Gembe at matthew.w.gembe.civ@health.mil, with all submissions treated as proprietary and not returned.
Sources Sought Notice for LWW Collection Subscriptions
Buyer not available
The Defense Health Agency (DHA) is conducting a Sources Sought Notice to identify potential vendors capable of providing subscription services for Lippincott Williams & Wilkins (LWW) online books, journals, and databases. The procurement aims to ensure comprehensive access to essential medical literature, which is critical for supporting healthcare personnel and organizations within the Department of Defense and Military Health System. The selected contractor will be responsible for delivering a reliable service that includes advanced search capabilities, technical assistance, and timely updates on new journal articles, thereby enhancing the quality of patient care and professional development for military medical staff. Interested parties must submit their capability statements by April 22, 2025, at 12:00 PM Eastern Standard Time, and can direct inquiries to Linda M. Walker or Destiny Wood via the provided email addresses.
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.
Surgical Microvascular Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to Synovis Micro Companies Alliance, Inc. for the procurement of specialized surgical instruments, specifically the Surgical Micro-vascular Anastomotic GEM Coupler, Clamp, and Clips, which are exclusively available from this supplier. This procurement supports the Main Operating Room Department at Walter Reed National Military Medical Center in Bethesda, Maryland, highlighting the critical need for these unique medical devices in surgical procedures. Interested parties may express their interest and capabilities by emailing the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a deadline for responses set for 10:00 AM EST on April 29, 2024. This opportunity is categorized under a Total Small Business Set-Aside, and the contract will be awarded under the authority for Other than Full and Open Competition.
SIRSI Dynix Software Maintenance Renewal NIPR/SIPR
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for the renewal of SirsiDynix software maintenance for both NIPR and SIPR environments. This procurement aims to secure annual maintenance services for the SirsiDynix Symphony software, which is crucial for managing library records, digital file management, and maintaining an online reference catalog that supports the Tech Division's classified library system related to EOD 60-series publications. The contract will cover multiple components, including software extensions and annual subscriptions, with a performance period from April 1, 2024, to March 31, 2025, and options for two additional years. Interested vendors must respond by April 16, 2025, at 10 AM EST, and should direct their inquiries and submissions to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).
Notice of Intent to Sole Source Lynx OS 7.0 Software Support
Buyer not available
The Department of Defense, specifically the Fleet Readiness Center, intends to award a sole-source contract to Lynx Software Technologies, Inc. for the renewal of software licenses and maintenance support for the LynxOS 7 Real-Time Operating System. This procurement includes essential services such as software license renewal, annual maintenance subscriptions, and security patch support, which are critical for the operational requirements of the Mission Software Fleet Support Team (MSFST) handling the MH60RS. The contract will ensure uninterrupted software support for mission-critical operations, with a performance period of one year from the effective date of the purchase order. Interested parties may submit capability statements to Sean Quigley at sean.s.quigley.civ@us.navy.mil within three calendar days of this notice for consideration in determining the need for competitive procurement.