iThenticate Plagiarism Detection Software License (or equal)
ID: 75N95025Q00070-RFQType: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIDABethesda, MD, 20892, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Dec 30, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 30, 2024, 12:00 AM UTC
  3. 3
    Due Jan 10, 2025, 10:00 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a software license for iThenticate, a plagiarism detection tool essential for the Intramural Research Program's manuscript preparations. The software must provide capabilities to check for plagiarism, assess manuscript originality, and identify AI-generated content, aligning with modern academic integrity standards. This acquisition is crucial for maintaining research integrity and improving the quality of scholarly outputs within government-funded research initiatives. Interested vendors must submit their quotations by 5:00 p.m. Eastern Time on January 10, 2025, referencing Solicitation Number 75N95025Q00070-RFQ, and can direct inquiries to Iris Merscher at iris.merscher@nih.gov or by phone at 301-827-2547.

Point(s) of Contact
Files
Title
Posted
Dec 30, 2024, 8:05 PM UTC
The National Institute on Aging (NIA) seeks to acquire a software license for iThenticate, a plagiarism detection tool essential for the Intramural Research Program (IRP) manuscript preparations. The software will not only check for plagiarism but also assess the originality of manuscripts and identify AI-generated content, in line with modern academic integrity standards. The acquisition will include one software license, valid from January 15, 2025, to January 14, 2026, with options for renewal over four additional periods extending through January 2030. Key features required include the ability to compare over 190 million sources and possess advanced AI writing detection capabilities. This acquisition aligns with the NIA's commitment to uphold research integrity and improve the quality of scholarly outputs, emphasizing the importance of proper manuscript preparation tools within government-funded research initiatives.
Dec 30, 2024, 8:05 PM UTC
The document outlines the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, which mandates that Offerors provide specific representations concerning their use of covered telecommunications equipment or services when responding to federal solicitations. This requirement, stemming from the John S. McCain National Defense Authorization Act for Fiscal Year 2019, prohibits executive agencies from procuring or extending contracts involving such equipment or services deemed critical technology or substantial components. It specifically delineates conditions under which Offerors may disclose their use of these services and outlines mandatory disclosure procedures if covered telecommunications items are involved. The Offeror must provide detailed information about the equipment, including the producer’s identity and the intended use of the equipment or services. This provision aims to facilitate compliance with federal procurement policies by ensuring transparency and preventing risks associated with certain telecommunications technologies. Overall, it reflects federal efforts to safeguard national security and ensure that contracts align with authorized technologies.
Dec 30, 2024, 8:05 PM UTC
The document outlines the requirements related to "covered telecommunications equipment or services" in contracting with the federal government. It defines the key terms and mandates that Offerors review the System for Award Management (SAM) for entities excluded due to their involvement with such telecommunications. Offerors must represent whether they provide or use covered telecommunications equipment or services in their offerings, following a reasonable inquiry process. The representation requires a signature from an authorized individual, providing accountability and transparency in compliance with federal regulations. This provision aims to ensure that federal contracts do not involve prohibited telecommunications products, enhancing security in government operations.
Dec 30, 2024, 8:05 PM UTC
The document outlines various Federal Acquisition Regulation (FAR) clauses incorporated into a contract to comply with applicable laws and Executive orders concerning the procurement of commercial items and services. Key topics include restrictions on subcontractor sales, ethics conduct, whistleblower protections, and small business utilization. Specific clauses like 52.203-6 on business ethics and 52.204-10 on executive compensation reporting are emphasized, alongside provisions concerning the prohibition of contracting with certain foreign entities and requirements for the service contract labor standards. It also addresses compliance responsibilities related to environmental considerations and employee rights. The contractor is instructed to flow down certain clauses to subcontractors while ensuring audits and inspections by representatives of the Comptroller General. Overall, this document serves as a guideline ensuring federal contracts adhere to legal requirements and promote ethical contracting practices, particularly relevant in the context of RFPs, federal grants, and state or local requests for proposals.
Dec 30, 2024, 8:05 PM UTC
The document outlines the requirements for offerors responding to solicitations involving Information and Communication Technology (ICT) that must conform to Section 508 accessibility standards set by HHS. It emphasizes compliance with HHS-established accessibility standards and necessitates the submission of an HHS Section 508 Accessibility Conformance Checklist or an Accessibility Conformance Report (ACR) based on the Voluntary Product Accessibility Template (VPAT). These documents are essential for the Government's evaluation of whether proposed ICT supplies meet required accessibility standards and help identify any necessary remediation. Offerors must declare any inability to conform to these standards, and if standards are not met post-award, the Contractor is responsible for remediation costs. When delivering electronic content, accompanying checklists are required unless waived by a contracting officer. The purpose is to ensure all ICT products and services provided are accessible, thereby enhancing equity and compliance in federal contracting processes.
Dec 30, 2024, 8:05 PM UTC
The document outlines the requirements for information and communication technology (ICT) accessibility under federal contracts, specifically incorporating provisions from Section 508 of the Rehabilitation Act of 1973. All ICT products, services, and documentation developed or delivered under a contract must comply with the Revised 508 Standards, accessible via the specified online resources. Contractors bear the responsibility for ensuring their offerings meet these standards, including rectifying non-compliance at their own cost. For modifications to contracts involving new ICT, contractors must submit an HHS Section 508 Accessibility Conformance Checklist or an Accessibility Conformance Report based on the Voluntary Product Accessibility Template (VPAT). In indefinite-delivery contracts, specific accessibility standards may be defined in task orders. The contractor must also notify the Contracting Officer of any perceived exemptions to the requirements. This clause emphasizes the government's commitment to accessibility and compliance in ICT procurement, ensuring quality and equal access for all users.
Dec 30, 2024, 8:05 PM UTC
The document outlines the invoice and payment provisions applicable to federal government contracts, emphasizing compliance and timely submissions. It specifies that an invoice must meet certain requirements, including details such as the contractor’s information, invoice date, unique invoice number, relevant contract identifiers, and payment conditions. Contractors are obligated to submit invoices electronically via the Department of Treasury’s Invoice Processing Platform (IPP). Payments must be made within 30 days of receipt of a proper invoice or government acceptance of services, with certain perishable goods potentially receiving faster payment timelines. The document also describes interest penalties for delayed payments and conditions under which they apply. Furthermore, there is a provision supporting accelerated payments to small business subcontractors, requiring contractors to process these payments within 15 days after receiving government payments. The notice also mandates that the relevant clauses should be included in subcontracts with small businesses. Overall, this document serves as a guideline for contractors engaged in federal contracts, ensuring they understand the invoicing, payment procedures, and requirements set forth by the government, particularly in regard to maintaining compliance and facilitating timely payments.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Preventative Maintenance Agreement for Various Instruments in the Department of Laboratory Medicine
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a firm-fixed-price purchase order for a preventative maintenance agreement for various laboratory instruments located in the Department of Laboratory Medicine. The procurement involves maintenance services for specific proprietary instruments, including the 7500 FAST Real-Time PCR Systems and the 3500xL Genetic Analyzer, which are critical for the rapid detection of infectious agents from clinical samples. The performance period for this contract is set from May 1, 2025, to April 30, 2030, with a total funding amount not exceeding $250,000. Interested parties are encouraged to submit capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by April 14, 2025, at 6:30 AM EST, as this is not a request for quotation.
SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
GraphPad Prism Subscription Renewal
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew a contract for 500 subscriptions of GraphPad Prism software, which is critical for biostatistical analysis and scientific graphing. This non-competitive procurement is justified under the Federal Acquisition Regulation (FAR) due to GraphPad Software, LLC being the sole provider of the software, with the renewal period set from April 8, 2025, to April 7, 2026. GraphPad Prism is widely utilized by research institutions and pharmaceutical companies, ensuring the accuracy and efficiency of scientific data analysis within the NIH. Interested vendors may express their capabilities, but the government retains discretion over competitive offers, with the total contract value not exceeding $250,000. For inquiries, contact Verne L. Griffin at verne.griffin@nih.gov or 301-594-7730, or Michael L. Falzone at michael.falzone@nih.gov or 301-827-1873.
iNDI ALFAtag cell lines for the iPSC Neurodegenetive Disease Initiative (iNDI) project
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the procurement of iNDI ALFAtag cell lines as part of the iPSC Neurodegenerative Disease Initiative (iNDI) project. The objective is to generate up to 230 isogenic iPSC cell lines, including fluorescent ALFAtags for visualization, adhering to established quality control standards for research on Alzheimer's disease and related dementias. This initiative is crucial for advancing scientific understanding of neurodegenerative diseases and creating a publicly accessible cell repository. Interested vendors must submit their proposals by April 15, 2025, at 12:00 PM Eastern Time, to Andrea Clay at amcgee@nih.gov, referencing solicitation number 75N95025Q00078.
Notice of Intent to Sole Source – Thermo Eberline
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Thermo Eberline for the provision of services and maintenance for existing radiation detection equipment at the NIH Clinical Center in Bethesda, Maryland. The procurement involves maintenance for three Thermo Eberline FHT 3511 PET Stack Monitors and one FHT-59 PING radiation detector, which are critical for monitoring exhaust emissions from several facilities. This acquisition is being conducted under the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source award due to the unique capabilities of Thermo Eberline as the only manufacturer of the required equipment. Interested parties may express their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by April 17, 2025, at 12 PM EST.
75N93025R00013 - Medical Residents for NIH's Clinical Center
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for the provision of Medical Residents at its Clinical Center in Bethesda, Maryland. The contract, identified as RFP No. 75N93025R00013, aims to enhance clinical care for adult and pediatric inpatients involved in research, requiring contractors to supply up to four postgraduate medical residents who will deliver essential medical services. Proposals must be submitted by April 14, 2025, with a total contract value ranging from $2,000 to $7,500,000 over a performance period from May 31, 2025, to May 30, 2030. Interested parties can direct inquiries to Sevag Kasparian or Maya Joseph via their respective emails for further clarification on the proposal requirements.
NOTICE OF INTENT FOR LABORATORY EQUIPMENT AND SUPPLIES
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Plexon, Inc. for the procurement of laboratory equipment and supplies essential for research purposes. The contract will cover various items including headstages and cables, multi-electrode arrays, acquisition and analysis software, an overhead camera system, and optogenetics systems, all of which are critical for data acquisition and analysis in laboratory settings. Interested vendors who believe they can provide equivalent products are invited to submit a capability package to the Contract Specialist, Ms. Van Holley, by 9:00 AM ET on April 18, 2025. Responses must include company details and product specifications, and all contractors must be registered with the System for Award Management (SAM).
Notice of Intent to Sole Source – Dynamic Systems Inc.
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Dynamic Systems Inc. for Oracle hardware and software maintenance and support. This procurement is critical for maintaining the functionality of the NIH Clinical Center's existing Sun Server environment, which hosts essential systems, applications, and databases vital to hospital operations. The contract will be awarded under the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source award due to the proprietary nature of Oracle products, which are deemed necessary for the Clinical Center's needs. Interested parties may submit their capabilities and interest to Kristin Nagashima, Contract Specialist, via email by April 15, 2025, at 6 PM EST.
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
Buyer not available
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.
In Vitro Assessments of Antimicrobial Activity
Buyer not available
The National Institutes of Health (NIH), through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking proposals for the In Vitro Assessments of Antimicrobial Activity (IVAAA) program, aimed at evaluating the therapeutic potential of compounds against various infectious agents. This solicitation encompasses multiple task areas, including assessments of bacteria, fungi, viruses, parasites, and the development of culturing techniques for difficult-to-grow pathogens, thereby enhancing the understanding and treatment of infectious diseases. The initiative is critical for advancing public health and ensuring preparedness against emerging infectious threats, with a contract value ranging from $2,500 to $15 million, and proposals due by April 24, 2025, at 3:00 PM EDT. Interested parties can direct inquiries to Alexander Beraud at alexander.beraud@nih.gov or Brian Madgey at brian.madgey@nih.gov.