Maintenance Support Agreement-eFlow
ID: PSC332863Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFOFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION (ASA)PSC PROCUREMENT MANAGEMENT PORTFOLIOBethesda, MD, 20857, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Health and Human Services (HHS) intends to negotiate a sole source contract with NMS Imaging Inc. for maintenance and support of the Electronic Workflow (eFlow) system. This procurement is necessary as NMS Imaging is the sole provider capable of delivering the required maintenance services, having developed and customized the eFlow system. The maintenance and support are critical for the continued functionality and efficiency of the eFlow system, which plays a vital role in HHS operations. Interested parties that believe they can provide the required services must submit a capabilities statement by September 20, 2024, at 12:00 PM Eastern Time to Bryan Daines at bryan.daines@psc.hhs.gov.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Intent to Sole Source for MANUSCRIPT SUBMISSION AND TRACKING SYSTEM ENVIRONMENTAL HEALTH PERSPECTIVES (EHP)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institute of Environmental Health Sciences (NIEHS), intends to negotiate a sole-source contract with Knowledgeworks Global Limited (KGL) for a Manuscript Submission and Tracking System to support its scholarly journals, including Environmental Health Perspectives (EHP) and the Journal of Health and Pollution (JHP). The procurement aims to leverage KGL's unique capabilities and prior success in delivering such systems, ensuring a seamless transition from the current Aries Systems’ Editorial Manager and ProduXion Manager, thereby maintaining operational efficiency as submissions are expected to grow annually by 5%. This contract is vital for upholding NIEHS's commitment to a high-quality, diamond open-access publishing model with no author fees. Interested parties should note that responses to this presolicitation must be submitted by September 19, 2024, with the contract period spanning from October 2024 to October 2029, including a base year and four option periods. For further inquiries, contact Chantal Cornelius at chantal.cornelius@nih.gov.
    Maintenance for fMRI software
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Nordic Neuro Lab, Inc. for maintenance services related to the existing NordicBrain software and hardware at Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement aims to ensure ongoing support and maintenance of specialized medical software and hardware that are critical for the operations of the Radiology Department at WRNMMC. The contract will be awarded under the authority permitting Other than Full and Open Competition, with interested parties required to express their capabilities by 10:00 AM EST on September 19, 2024, via email to the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.
    NIEHS - Exodus H-600
    Active
    Health And Human Services, Department Of
    The National Institute of Environmental Health Sciences (NIEHS) intends to negotiate a sole-source contract with Exodus Bio, Inc. for the acquisition of an Exodus H-600 automatic exosome isolation system. This procurement aims to enhance the NIEHS's capabilities in biological product manufacturing, specifically focusing on the isolation of exosomes, which are critical for various research applications in environmental health. The contract, associated with NAICS Code 325414, is expected to include one unit of the specified equipment, with a delivery timeframe of 60 days post-award. Interested parties capable of fulfilling this requirement are encouraged to submit a capability statement via email by September 18, 2024, and inquiries can be directed to Tanya Redfearn at shields3@niehs.nih.gov or by phone at 984-287-3052.
    Intent to Sole Source RS Means Software
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract with The Gordian Group, Inc. for the licensing of RS Means Software. This software is essential for enhancing the accuracy and efficiency of the NIH's construction cost estimation processes, providing reliable and up-to-date cost data critical for project planning and budgeting. The acquisition of RS Means is vital for ensuring precise estimates that reflect current market trends, thereby reducing the risk of cost overruns and improving overall project management. Interested parties that believe they can meet these requirements must respond within five days of the notice, providing necessary company information, as the contract is set to be awarded as a firm-fixed-price purchase order for a one-year period, from September 23, 2024, to September 22, 2025. For further inquiries, contact Amanda Tilton at amanda.tilton@nih.gov or call 301-594-5711.
    SOURCES SOUGHT: Maintenance and Repair Service for the Nanopore Promethion Long Read Sequencer
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified vendors to provide maintenance and repair services for the Nanopore Promethion Long Read Sequencer. The primary objective is to ensure the reliable functioning of this critical laboratory equipment, which supports ongoing research at the National Institute on Aging, particularly in neurogenetics and Alzheimer's disease studies. The selected contractor will be responsible for preventative maintenance, software upgrades, and troubleshooting, with a requirement for OEM-certified parts and factory-trained technicians. Interested parties must submit their capability statements to Hashim Dasti at hashim.dasti@nih.gov by September 18, 2024, at 11 AM Eastern Time, adhering to specified formatting guidelines.
    INTENT TO SOLE SOURCE - CAREFUSION for Pyxis rental with full support
    Active
    Health And Human Services, Department Of
    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to negotiate a sole source contract with CareFusion Solutions for Pyxis rental with full support. Pyxis is a drug automated distribution system that controls the availability, access distribution, and patient safety. The contract will be in effect from the date of award to March 31, 2025. This is a non-competitive procurement based on exclusive licensing agreement. Other potential sources may submit a capability statement by July 24th, 2024.
    HCOREHPOP24
    Active
    Buyer not available
    The U.S. Department of Health and Human Services (HHS) is seeking proposals for a web-based Software as a Service (SaaS) application to enhance the Health Partner Ordering Portal (HPOP), aimed at managing the ordering and distribution of medical countermeasures (MCMs) and public health resources during emergencies. The contractor will be responsible for ensuring compliance with 21CFR Part 11 and providing services that include project management, software development, and analytics support, while also maintaining strict security and operational standards. This procurement is critical for improving the U.S. government's public health response capabilities, particularly in light of recent health crises. Interested small businesses must submit their proposals by September 17, 2024, and can contact Ketwana Wright at Ketwana.Wright@hhs.gov for further information.
    J065--Intent to Sole Source - Equipment Maintenance for Bruker 1272 microCT system
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the RPO East, intends to award a sole-source Firm-Fixed-Price Contract to Micro Photonics, Inc. for maintenance services on the Bruker 1272 microCT system, encompassing a base year and four one-year option periods. The procurement aims to secure comprehensive onsite preventative maintenance and service, including scheduled maintenance, labor, parts, travel costs, and annual calibrations to ensure optimal functionality of the medical imaging equipment. This contract underscores the importance of maintaining advanced medical imaging systems to ensure reliability and operational efficiency in healthcare settings. Interested parties must submit capability information by 10:00 AM EST on September 19, 2024, to demonstrate their ability to meet the requirements outlined in the attached Statement of Work, with all communications directed to Contracting Officer Renee Kale at renee.kale@va.gov.
    J065--Bioplex Maintenance Agreement Intent to Sole Source For Louis Stokes Cleveland Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, intends to negotiate a sole source Firm-Fixed Price Contract for a maintenance agreement concerning the Bio-Rad Laboratories Bioplex system at the Louis Stokes Cleveland Medical Center. This procurement is essential for ensuring the operational integrity and reliability of the Bioplex system, which is critical for medical diagnostics and patient care. The government has determined that Bio-Rad Laboratories is the only source capable of fulfilling this requirement, and while this is a non-competitive notice, interested contractors may submit capabilities statements by the deadline of September 17, 2024, to Sara Wood, Contract Specialist, at sara.wood1@va.gov. No solicitation package will be available, and responses must demonstrate clear evidence that competition would be advantageous to the government.
    IQ View Software
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for the IQ View Software to Comp-Ray Inc. This software is designed to facilitate the export of radiology exams for patients seeking treatment at other medical facilities, thereby enhancing the efficiency of patient care within the Indian Health Services. The contract will be for a period of five years, with the place of performance located in Phoenix, Arizona, and is being pursued under FAR 6.302-1, which allows for procurement from a single source when no other supplies or services can meet agency requirements. Interested parties are invited to submit capability statements to Jeremiah Murrell at jeremiah.murrell@ihs.gov by 12 PM EST on September 19, 2024, for consideration in the procurement process.