Notice of Intent to Sole Source - Cytel for East Horizon Software Platform
ID: HT9425-012867Type: Special Notice
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 - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole-source contract to Cytel Inc. for their East Horizon Software Platform, which is essential for fulfilling the biostatistical software needs of the Office of Regulated Activities within the Defense Health Agency. This procurement is based on market research indicating that Cytel Inc. is the only vendor capable of providing the required software, thereby eliminating the possibility of competitive bids. The contract is significant for supporting the research and development efforts of the Defense Health Agency, ensuring that critical biostatistical functions are met efficiently. Interested vendors may challenge this sole-source decision by submitting a capability statement to Matthew Gembe at matthew.w.gembe.civ@health.mil by May 22, 2025, at 3 PM Eastern Time.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Medical Research Acquisition Activity (USAMRAA) plans to award a sole-source contract to Cytel Inc. for their East Horizon Software Platform, which fulfills the biostatistical software needs of the Office of Regulated Activities (ORA) within the Defense Health Agency Research & Development Medical Research & Development Command. After market research, it was determined that no other vendors can provide a comparable product. As such, Cytel Inc. is deemed the only capable vendor for these specific software requirements. This notice serves as a notice of intent, fulfilling federal synopsis requirements under FAR 5.201, and does not solicit competitive quotes or present a formal solicitation document. However, vendors may challenge the decision by submitting a capability statement via email, which the government will evaluate if they perceive competition as beneficial. Relevant inquiries should be directed to Matthew Gembe at the provided email, and submissions are due by May 22, 2025, by 3 PM Eastern Time. This announcement underscores the government's discretion in deciding whether to pursue a competitive procurement or a sole-source contract.
    Lifecycle
    Similar Opportunities
    Justification and Approval for Sole Source award for Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB) Support Services.
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for support services related to the Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB). This procurement aims to secure essential management support services that are critical for the effective operation and oversight of the DHA's resource management initiatives. The contract, referenced as HT001123C0069, underscores the importance of specialized support in enhancing the efficiency of defense health operations. Interested parties can reach out to Saera Khan at saera.khan.civ@health.mil or 703-681-6507, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further details.
    Notice of Sole Source Award
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Phoenix Area Indian Health Service, is issuing a notice for a sole source award for a Point of Care Web-Based Software System. This procurement aims to provide a clinical decision support resource software system that assists clinicians in making informed point-of-care decisions to enhance patient care quality across various health clinics in the Phoenix area. The software, supplied by UptoDate Incorporated, is crucial for delivering high-quality, evidence-based medical care by offering timely access to peer-reviewed clinical information. Interested parties capable of providing similar services may submit a capability statement to Michele Lodge at Michele.Lodge@ihs.gov by 3 PM (EST) on January 2, 2026, referencing notice number PHX-SS-26-004. The period of performance for this contract is set from January 1, 2026, to June 30, 2026.
    Notice of Intent to Award Sole Source to California Department of Public Health
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to the California Department of Public Health for Newborn Screening Services. This procurement is essential for supporting the Naval Medical Center San Diego, Naval Hospital Camp Pendleton, and Navy Medicine Training Center Twentynine Palms, as mandated by various legislative requirements. The contract will be a Commercial, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with the agency identifying only one responsible source that can meet its needs. Interested parties may submit bids or proposals for consideration, with inquiries directed to Jessica Medina at jessica.l.medina21.civ@health.mil by December 17, 2025, at 1600 PST. The applicable NAICS Code is 621511, with a business size standard of $41.5 million.
    Qiagen CLC Workbench Software Licenses
    Health And Human Services, Department Of
    The National Institute of Environmental Health Sciences (NIEHS), part of the Department of Health and Human Services, intends to negotiate a sole source contract for a 12-month license of Qiagen CLC Workbench software with QIAGEN LLC. This software is uniquely required for the NIEHS's specific research needs, and the procurement is being conducted under the authority of 41 U.S.C. 1901, as outlined in FAR 13.106-1(b)(1), which allows for a sole source acquisition when only one responsible source is available. Interested parties that believe they can meet the requirements are invited to submit a capability statement via email to Joseph Williams by December 17, 2025, at 12:00 PM EST, although this notice is not a solicitation for quotes. For further inquiries, contact Joseph Williams at joseph.williams2@nih.gov or Melissa Gentry at gentry1@niehs.nih.gov.
    Hologic Covid Testing Supplies
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to procure Hologic COVID-19 testing supplies for the Tidewater Contracting Division. This sole source acquisition, valued at $1,697,962.00, is essential for maintaining the functionality of existing analyzers at NH Jacksonville, as Hologic is the only vendor capable of providing the necessary compatible assays and reagents. The procurement is critical for ongoing COVID-19 testing efforts, and market research has confirmed that no substitute items are available, thus justifying the sole source approach. Interested parties can reach out to Jessica Horst at jessica.l.horst5.civ@health.mil or Annette Jackson at annette.d.jackson2.civ@health.mil for further information.
    Sole Source Labtrac
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    SOLE SOURCE – ANSYS SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS software via a sole source justification. This procurement is aimed at acquiring specialized IT and telecom business application software as a service, which is critical for various defense-related applications and simulations. The software is essential for enhancing operational capabilities and ensuring effective project execution within the Navy's technological framework. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    Notice of Intent to Sole Source Department of Defense Enterprise Software Initiative (DoD ESI) for Oracle
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center, Pacific (NIWC Pacific), intends to award a sole-source contract to Oracle America, Inc. for Oracle commercial products and services under Contract Number N66001-26-D-0020. This procurement aims to secure an indefinite delivery/indefinite quantity (IDIQ) agreement for Oracle software licenses, maintenance, hardware, support, and consulting services, which are critical for the operational needs of the entire DoD enterprise, the Intelligence Community, and the Coast Guard. The estimated value of this contract is approximately $7.13 billion, justified under 10 U.S.C. § 3204(c)(1) due to Oracle being the only responsible source, with a contract structure designed to provide significant discounts and efficiency. Interested parties may submit capability statements via SAM.gov by December 25, 2025, although the government retains discretion over the non-competitive decision, with an estimated award date set for January 2025. For further inquiries, contact Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474.
    Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking industry input for the Health Care Delivery Solutions (HCDS) Electronic Health Record (EHR) Follow-on (MHS GENESIS) procurement. This initiative aims to modernize the DoD's healthcare management system by enhancing interoperability, optimizing patient care, and leveraging commercial technology advancements while ensuring efficient integration with the Department of Veterans Affairs (VA). The procurement process is critical for maintaining a robust electronic health record system that serves approximately 9.6 million beneficiaries and 194,000 users. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by November 17, 2025, and can direct inquiries to Sonya Edom at sonya.m.edom.civ@health.mil or Gabriela Hurte at gabriela.y.hurte.civ@health.mil. The anticipated timeline includes a draft RFP in Q1 FY26 and contract awards by Q4 FY26.
    Notice of Intent to Sole Source – Stemcell Technologies
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to StemCell Technologies Inc. for the procurement of EasySep cell separator kits for the Department of Laboratory Medicine at the NIH Clinical Center. These kits are essential for use with RoboSep instruments currently utilized in the laboratory, and StemCell Technologies is the sole manufacturer capable of meeting the specific clinical and research requirements of the department. Interested parties may express their interest and capabilities regarding this procurement, but the government retains discretion over the decision not to compete the requirement. Comments and inquiries should be directed to Kristin Nagashima at kristin.nagashima@nih.gov by December 19, 2025, at 12 PM EST.