RENEWAL OF SOFTWARE LICENSE, MAINTENANCE AND SUPPORT FOR GENEDATA ANALYST (AMBIS 2253271)
ID: NOI-NIAID-25-2253271Type: Presolicitation
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 9:00 PM UTC
Description

The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source contract for the renewal of the Genedata Analyst software license, along with maintenance and support services. This procurement is essential for the ongoing bioinformatics and statistical analysis of large ‘multi-omics’ datasets, which are critical for understanding immune responses in human samples during influenza A virus vaccination and infection studies. The software plays a vital role in the research conducted by the Viral Pathogenesis and Evolution Section, aiding in the development of novel vaccines and antiviral therapies. Interested vendors must submit capability statements via the NIH electronic Simplified Acquisition Submission System (eSASS) by 4:00 PM EST on January 31, 2025, and can contact Rita Davis at rita.davis@nih.gov or Tonia Alexander at talexander@niaid.nih.gov for further information.

Files
Title
Posted
The document provides instructions for submitting quotes through the National Institutes of Health (NIH) electronic Simplified Acquisition Submission System (eSASS). It emphasizes that all quotes must be submitted electronically via eSASS, with no acceptance of faxed or emailed submissions. Offerors must adhere to specified deadlines, with late proposals being deemed unacceptable. For quote preparation, the document outlines the need to create distinct PDF or Word files for both Technical and Business Quotes without cross-referencing each other. Each quote must be individually formatted to enhance word searches, and any signature documents should be merged into these files. Furthermore, it specifies naming conventions for the files to ensure easy identification, recommending formats that incorporate the offeror's name, solicitation number, and type of proposal. Clarity in documentation and adherence to guidelines are stressed to facilitate a smooth submission process. Overall, this guide serves to streamline quote submissions for government contract opportunities, ensuring compliance with federal requirements.
Lifecycle
Title
Type
Similar Opportunities
SPT Labtech Service Contract
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source service contract to SPT Labtech Limited for the maintenance of liquid handling systems used in immunobiology research. The contract will support the B Cell Analytic group of the Vaccine Immunology Program, which relies on SPT Labtech's Firefly and Dragonfly systems to analyze immune responses in clinical evaluations related to HIV vaccines. This procurement is critical for ensuring data integrity and continuity in research, as SPT Labtech is the only vendor capable of providing the necessary services for these specialized instruments. Interested vendors may submit their capabilities statements to Seth Schaffer at seth.schaffer@nih.gov within 15 days of this notice, with the contract expected to be awarded within 20 days. The period of performance spans from May 27, 2025, to May 26, 2028, with the place of performance located in Gaithersburg, Maryland.
12-Month maintenance agreement for Qtrap Mass Spectrometers
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through its National Institute of Allergy and Infectious Diseases (NIAID), is seeking to establish a 12-month maintenance agreement for Qtrap Mass Spectrometers with AB Sciex LLC. The procurement requires telephone technical support to be available within four hours and prioritized repair services within 48 hours, along with annual periodic maintenance for various laboratory equipment models. This maintenance agreement is critical for ensuring the operational efficiency and reliability of essential scientific instruments used in research. Interested parties must submit capability statements by April 29, 2025, to be considered, and all submissions should be made via the NIAID electronic Simplified Acquisition Submission System (eSASS) at HTTPS://ESASS.NIH.GOV. For further inquiries, potential vendors can contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov.
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.
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.
Renewal of HighBond Audit Essentials Solution Software
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew its subscription for the HighBond Audit Essentials Solution Software, a proprietary tool essential for Governance, Risk Management, and Compliance (GRC) processes. This procurement involves a Firm-Fixed-Price purchase order for software and licenses that enhance audit management capabilities, including 12 professional user licenses and 25 business user licenses, which are critical for maintaining compliance with federal regulations. The HighBond software centralizes audit responses and artifacts, thereby improving system security and streamlining audit processes across NIH. Interested parties must submit a capability statement by April 28, 2025, and can contact Ryan K. Alexander at ryan.alexander@nih.gov for further information.
Notice of Intent to Sole Source – TheraDoc subscription
Buyer not available
The National Institutes of Health (NIH) Clinical Center intends to award a firm fixed-price purchase order for subscription services related to the TheraDoc application, exclusively owned by Premier Healthcare LLC. This procurement aims to secure applications, support, maintenance, and training for the TheraDoc clinical surveillance solution, which is critical for enhancing healthcare delivery and patient safety. The acquisition will follow the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for a sole-source solicitation due to the unique nature of the services required. Interested parties may express their capabilities and submit comments to the NIH by November 21, 2024, with inquiries directed to Ryssa Nix at Ryssa.nix@nih.gov.
Bio Threat Detection Instrument
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 Safeware, Inc. for the procurement of a BioMeMe Bio Threat Detection Instrument. This new instrument is required to enhance the NIH Division of Fire and Rescue Services' capabilities by allowing simultaneous screening for 14 biological agents, replacing the outdated RAZOR Biothreat detection system that will soon be unsupported. The acquisition is critical for maintaining the NIH's FEMA Type I Hazardous Materials Unit designation and ensuring the safety of employees and visitors during biological research activities. Interested parties that believe they can fulfill the requirements must submit a capability statement by 9:00 AM (Eastern Time) on May 2, 2025, to the primary contact, Van V. Holley, at holleyv@od.nih.gov.
Notice of Intent - Sole Source Contract for Qiagen CLC Genomics WB Premium Network Software license
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to Qiagen LLC for the CLC Genomics WB Premium Network Software license. This procurement aims to secure a web-based research platform for DNA and RNA analysis, which is critical for the research conducted at the Walter Reed Army Institute of Research. The contract will include a one-year base license period with four optional one-year extensions, and Qiagen LLC is identified as the only source capable of providing this software. Interested parties must submit their responses by the deadline of 15 days from the notice publication, and inquiries can be directed to Mr. Keith C. Crum at keith.c.crum.civ@health.mil.
MSD TOTAL SERVICE PACKAGE SILVER FOR CCD CAMERA
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source contract with Meso Scale Diagnostics for a Total Service Package Silver for a CCD Camera. This procurement aims to support the Vaccine Research Center's efforts in developing monoclonal antibodies and vaccines for infectious diseases, including COVID-19, by utilizing a highly sensitive electrochemiluminescent (ECL) assay system for antibody detection. The urgency of this requirement is underscored by the ongoing threat of COVID-19 variants, making the timely provision of these services critical. Interested vendors must submit their capabilities statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by May 1, 2025, at 12:00 PM EST, with further details available through the provided contact information: Maliaka Pinkney at maliaka.pinkney@nih.gov or Jesse Weidow at weidowjd@niaid.nih.gov.
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.