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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    TheraDoc Hospital Epidemiology System subscription/renewal from Premier Healthcare LLC (Notice of Intent to Sole Source)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew its subscription and support for the TheraDoc Hospital Epidemiology System from Premier Healthcare LLC. This procurement aims to ensure continued access to the TheraDoc clinical surveillance and infection control decision support system, which is vital for patient safety, infection prevention, and regulatory compliance at the NIH Clinical Center. The system aggregates and analyzes data from various clinical sources, providing real-time alerts and reports essential for daily operations. Interested parties may submit capability statements by December 15, 2025, to Lu Chang at lu-chang.lu@nih.gov, as this is a sole-source requirement with a performance period starting October 1, 2025, through September 30, 2026, with two additional option years.
    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.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Health And Human Services, Department Of
    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
    Health And Human Services, Department Of
    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.
    KNIME Data Science Platform Renewal
    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 the renewal of the KNIME Data Science Platform. This procurement involves a 12-month license for KNIME Business Hub products, which are uniquely suited to meet the specific software requirements of the NIEHS. The software is critical for data science applications within the agency, and the government has determined that only KNIME INC can fulfill this need. Interested parties that believe they can meet these requirements may submit a capability statement to Joseph Williams at joseph.williams2@nih.gov by December 17, 2025, at 12:00 PM EST, although this is not a solicitation for quotes.
    SR-X Biomarker Detectio System Maintenance Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking maintenance services for the Quanterix SR-X Biomarker Detection System and Washer, with a presolicitation notice for a sole-source procurement. The contract aims to extend warranty services for the original equipment, ensuring that maintenance and repairs are conducted by the manufacturer to avoid warranty voidance and mitigate risks. This procurement is crucial for maintaining the functionality of laboratory equipment used in biomedical research, with services expected to be performed primarily at the Clinical Research Center in Bethesda, Maryland. Interested vendors must submit their quotations, including required documentation, by December 20, 2025, at 12:00 PM EST to Kelly Robinson at kelly.robinson@nih.gov.
    FlowJo - Flow Cytometry Analysis Software Justification
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure 180 site licenses for Flow Cytometry Analysis Software (FlowJo) to support research initiatives at the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS). This software is critical for analyzing flow cytometry data, which is essential in various biomedical research applications. Interested vendors can reach out to Derek Bowks at derek.bowks@nih.gov or by phone at 301-594-7712 for further details regarding this procurement opportunity.
    All Sites Primary Barrier Equipment and Decontamination Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.
    Notice of Intent to Sole Source – Life Technologies Corp.
    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 Life Technologies Corporation for the procurement of reagents and consumables necessary for operating Life Technologies instruments at the NIH Clinical Center's Department of Laboratory Medicine. This acquisition is critical as the reagents have been validated for specific assays, including BCR-ABL fusion, cKIT mutation, and JAK2 mutation assays, ensuring consistency in patient testing and avoiding potential delays in patient care that could arise from switching vendors. Interested parties may express their interest and capabilities to the NIH by contacting Kristin Nagashima at kristin.nagashima@nih.gov, with comments due by December 17, 2025, at 12 PM EST.