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
    R--Notice of Intent to Sole Source
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), has issued a presolicitation notice for a sole source contract aimed at providing operations, maintenance, and modernization support for ClinicalTrials.gov. The objective of this procurement is to enhance IT services that facilitate the accurate collection, storage, and retrieval of clinical trial data, ensuring compliance with statutory requirements and improving data quality. This initiative is crucial for maintaining transparency and usability of clinical trial information, aligning with the strategic goals of the National Library of Medicine (NLM). Interested parties can contact Delfo R. Mizhquiri at sacomizhquirid2@nih.gov or by phone at +1 301 827 4430 for further details. The expected duration of the support is six months, with a hybrid contract type involving both Firm-Fixed-Price and Time-and-Materials arrangements.
    B--To procure JEOL1400 Equipment Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure maintenance services for the JEOL1400 equipment. This presolicitation opportunity aims to ensure the proper functioning and longevity of the equipment, which is critical for various research and analysis activities within the NIH. The maintenance services will fall under the NAICS code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance, highlighting the specialized nature of the required services. Interested vendors can reach out to Tiffany M. Kennedy at tiffany.kennedy@nih.gov for further details, although specific funding amounts and deadlines have not been disclosed in the current overview.
    Notice of Intent to Sole Source - FDA_2272025
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), intends to issue a Sole Source Firm Fixed Price contract for the procurement of two Emulate Zoe CM1 Organ-On-A-Chip culture modules and one Orb Hub Module-1. This procurement aims to evaluate microphysiological systems (MPS) as alternatives to traditional in-vitro models in pharmacokinetic and toxicology studies, which are crucial for advancing FDA's scientific operations and regulatory practices. The selected modules will support the FDA's Division of Applied Regulatory Science (DARS) and must be delivered and installed within 12 months post-award at the FDA’s White Oak Campus in Silver Spring, Maryland. Interested suppliers who believe they can meet the requirements outlined in the Statement of Work are invited to submit capability statements by March 7, 2025, to Hilda Aryeh at hilda.aryeh@fda.hhs.gov.
    INTENT TO SOLE SOURCE - CAREFUSION for Pyxis rental with full support
    Buyer not available
    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.
    7A21--Intent to Sole Source NMIS System Software
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source contract to ec2 Software Solutions for the Nuclear Medicine Information System (NMIS) Network Software, which is critical for managing radiopharmaceutical doses and ensuring compliance with health physics procedures. This procurement aims to replace the outdated Syntrac system, thereby maintaining regulatory compliance and enhancing operational efficiency within the Nuclear Medicine Department. The selected software must include essential interfaces, data conversion capabilities, and comprehensive training for staff, with a total contract value expected to be under $30,000. Interested vendors may submit their capabilities for consideration by contacting Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581, although the decision to proceed with competitive procurement remains at the government's discretion.
    Notice of Intent for Fluent Liquid Handler Maintenance Service
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is issuing a pre-solicitation notice for a sole-source maintenance and service agreement for the Tecan Fluent 780 Base Unit. The contract will encompass annual preventative maintenance, hardware and software updates, utilization software service, hotline support, and a guaranteed 48-hour response time, all to be conducted by Tecan-certified professionals. This maintenance service is crucial for ensuring the operational continuity of essential laboratory equipment while adhering to regulatory compliance. Interested suppliers must submit their qualifications by March 12, 2025, through the NIAID electronic Simplified Acquisition Submission System (eSASS), and inquiries can be directed to Leah Hinson at leah.hinson@nih.gov.
    Service/Maintenance Agreement for the Lab2Lab pneumatic tubing system
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide a service and maintenance agreement for the Lab2Lab pneumatic tubing system. This procurement aims to ensure the reliable operation and upkeep of the pneumatic tubing system, which is crucial for efficient laboratory operations and the transportation of samples within the NIH facilities. The selected contractor will be responsible for maintenance and repair services, adhering to the standards set forth in the NAICS code 811210, which pertains to electronic and precision equipment repair and maintenance. Interested parties can reach out to Kaitlyn Landi at kaitlyn.landi@nih.gov or by phone at 301-827-1804 for further details regarding this opportunity.
    Service and maintenance for WOLF G2 Cell Sorter with N1 Pro attachment
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide service and maintenance for a WOLF G2 Cell Sorter with an N1 Pro attachment, crucial for cardiac RNA research. The procurement includes an initial preventative maintenance inspection and ongoing support for up to three optional years, with responsibilities encompassing repairs by factory-trained technicians and unlimited remote support. This contract is firm-fixed price, emphasizing clear cost expectations and prohibiting travel reimbursements, with all work to be performed at the Government Laboratory of Cardiovascular Science in Baltimore, Maryland. Interested parties should contact Rashiid Cummins at rashiid.cummins@nih.gov for further details.
    SERVICE AGREEMENT FOR REESE ELECTRONIC MONITORING SOFTWARE
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a service agreement for the Reese Electronic Monitoring Software. This procurement aims to secure maintenance and repair services for electronic and precision equipment, which are critical for the NIH's operational efficiency and research capabilities. The services will be performed in Hamilton, Montana, and are categorized under the NAICS code 811210, focusing on the maintenance and repair of laboratory instruments and equipment. Interested vendors can reach out to Maliaka Pinkney at maliaka.pinkney@nih.gov or call 240-669-5308, or contact Jesse Weidow at weidowjd@niaid.nih.gov or 406-375-9783 for further details.
    GE Imaging Systems Maintenance Agreement
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Economic Enterprises (IEEs) for a GE Imaging Systems Maintenance Agreement. This procurement aims to establish a Firm-Fixed Price, Non-Personal Service Type Contract for maintenance services across five healthcare facilities located in South Dakota and North Dakota, focusing on onsite calibration, preventive maintenance, and safety testing in accordance with original equipment manufacturers' recommendations and federal healthcare standards. The contract is anticipated to last five years, with services scheduled at quarterly, semi-annual, and annual intervals, ensuring compliance with accrediting standards and enhancing the operational efficiency of medical equipment. Interested parties must submit their capabilities via email to William Kohl at william.kohl@ihs.gov by March 17, 2025, as this notice serves informational purposes only and does not guarantee contract award or payment for responses.