CANCELLATION - The Food and Drug Administration Enterprise IT Application Development (EAD) BPA
ID: FDA-RFI-75F40124Q00156Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The U.S. Food and Drug Administration (FDA) is conducting a Request for Information (RFI) to identify potential stakeholders capable of providing professional Information Technology (IT) services for its Enterprise IT Application Development (EAD) Blanket Purchase Agreement (BPA). The FDA seeks to gather insights from vendors, particularly small businesses, to assess their capabilities in delivering IT application development services that align with the agency's modernization efforts and strategic goals. This initiative is crucial for enhancing the FDA's IT framework and improving public health outcomes through efficient and innovative technology solutions. Interested parties must submit their responses using the provided template by May 24, 2024, and can direct inquiries to Peter Lee at peter.lee@fda.hhs.gov or Phillip Frame at phillip.frame@fda.hhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document titled "Attachment 1 - FDA TBM Layers and Diagrams" outlines the structure and components of a Targeted Biologics Monitoring (TBM) framework as developed by the U.S. Food and Drug Administration (FDA). It details the layering system, which categorizes information and processes involved in monitoring biologics across various applications. Key elements include data collection methods, analysis protocols, and compliance guidelines to ensure safety and efficacy. Diagrams provided within the document illustrate the interrelationships between different layers, facilitating comprehension of the TBM system. Ultimately, the document serves as a foundational resource for stakeholders involved in biologic regulation, emphasizing the FDA's commitment to enhancing public health through systematic monitoring and analysis of biologics, ensuring adherence to federal standards. This structured approach is vital for submitting RFPs and grants concerning biologics-related initiatives at the federal and state levels.
    The FDA Standard Language for IT Acquisition Packages outlines the operational protocols and reporting requirements for contractors under a Blanket Purchase Agreement (BPA). Contractors are required to conduct a kickoff meeting to establish roles and responsibilities, submit weekly and monthly status reports detailing project progress, issues, and deliverables via the Enterprise Status Tracking and Reporting System (eSTARS), and track Government Furnished Equipment (GFE). The document emphasizes the need for experienced personnel and mandates the submission of a Monthly Financial Report regarding labor efforts and expenditures. Moreover, specific clauses address operations and maintenance (O&M) task areas, requiring contractors to develop annual cost reduction plans targeting a 5% expenditure cut. Transition procedures for onboarding and offboarding are also specified to ensure minimal disruption during contractor transitions. Additionally, hardware supply requirements dictate compliance with technical security standards such as IEEE 802.1X and Section 508 accessibility guidelines to ensure that electronic IT products and services are accessible and meet federal standards. Collectively, these protocols are designed to ensure effective management and accountability in FDA IT initiatives.
    The document is a comprehensive acronym list associated with the Statement of Work (SOW) for a Blanket Purchase Agreement (BPA) related to Enterprise Application Development (EAD) at the Food and Drug Administration (FDA). It contains a detailed compilation of acronyms relevant to various technology and management aspects crucial for government operations, particularly in areas such as cybersecurity, data management, cloud services, and project management. Key terminology includes Active Directory (AD), Artificial Intelligence (AI), Business Continuity and Recovery (BCAR), and various federal regulations like the Federal Acquisition Regulations (FAR) and the Federal Information Security Management Act (FISMA). The structure facilitates quick reference, aiding professionals in understanding the jargon prevalent in federal procurement and IT environments. This acronym glossary serves to enhance communication and efficiency among stakeholders involved in government RFPs and grants, ensuring alignment on terminology as they execute projects and contracts within the federal system.
    The document pertains to federal and state/local Requests for Proposals (RFPs) and grants, focusing on various project bids and funding opportunities. While the specific content of the document appears heavily garbled or corrupted, the overarching theme involves government initiatives aimed at soliciting proposals for the provision of services or products in sectors such as environmental management, infrastructure upgrades, or public health improvements. Key elements typically included in such documents may encompass eligibility criteria for applicants, deadlines for submission, funding amounts, and project specifications. The emphasis is on ensuring compliance with governmental regulations, which is critical for all bidding entities. Moreover, the document suggests a systematic approach necessary for aligning proposed projects with federal or state priorities, reflecting a commitment to transparency, efficiency, and responsible use of taxpayer funds. This summary underscores the significance of fostering competitive bidding processes and emphasizes the role of grants and RFPs in facilitating public sector improvements through strategic partnerships with private entities and non-profits.
    The Enterprise Performance Life Cycle (EPLC) Agile Methodology Overview outlines a structured framework for managing IT projects within the Department of Health and Human Services (HHS), specifically the FDA. This document emphasizes a project management methodology that incorporates Agile practices, particularly Scrum, to enhance project flexibility and responsiveness throughout various phases of a project's life cycle. It describes ten distinct phases—from Initiation to Disposition—detailing activities, responsibilities, and artifacts required for each phase. Key differences between Waterfall and Agile methodologies are highlighted, notably in deliverable updates and testing processes, as Agile focuses on iterative sprints instead of linear progress. The framework promotes collaborative engagement between Business Owners, IT teams, and Contractors, facilitating tailored project agreements according to specific needs. Artifacts such as the Business Case, Project Charter, and various design documents emphasize documentation and review processes necessary for project approval and implementation. This comprehensive guide serves to ensure quality management, technical viability, and operational effectiveness throughout the life cycle of IT projects within HHS and the FDA, aligning with federal regulations and organizational goals.
    The document outlines the personnel security clearance standards and residency requirements for contractors working with the Department of Health and Human Services (DHHS). Key employees requiring access to DHHS facilities or sensitive information must undergo thorough background checks, unless they are considered visitors (working less than 30 days). Contractors must submit a roster of employees and ensure compliance with security clearance guidelines, including obtaining Personal Identity Verification (PIV) cards, particularly for employees working 30 days or more. The government funds the majority of background checks, although the contractor must bear costs for fingerprinting conducted outside designated sites. The document details the consequences of non-compliance, including restricted access for contractor employees and potential penalties for misuse of government-issued credentials. It also specifies the risk designation tiers, indicating varying levels of review required based on job responsibilities. Special provisions for foreign nationals regarding residency requirements are highlighted, emphasizing that only those who have resided in the U.S. for at least three of the last five years may qualify for PIV cards. Overall, the document establishes a comprehensive framework for ensuring the security of sensitive information within DHHS, guiding contractors in maintaining compliance to protect both personnel and non-public data.
    The document outlines a comprehensive list of technologies employed by the FDA, pertinent to various federal, state, and local RFPs and grants. It encompasses a diverse array of software platforms, programming languages, database systems, cloud services, and compliance management tools that support FDA operations and initiatives. Notable entries include cloud-based solutions like AWS, data analysis technologies such as R and SAS, and regulatory management systems specifically tailored for biologics and pharmaceuticals. The detailed catalog emphasizes the FDA's reliance on a variety of technology solutions, including AI, big data analytics, and document management systems, to enhance regulatory efficiency, facilitate data-driven decision-making, and ensure compliance with health and safety standards. The purpose of this document is to provide a centralized reference for technologies relevant to FDA operations, thereby assisting stakeholders in understanding the technological landscape and compliance requirements when responding to RFPs or applying for grants. It serves as a foundational guide to the tools that underpin the FDA's mission to safeguard public health via regulated technologies. The listing is structured as a straightforward inventory, categorizing technologies without extensive descriptions, yet illustrating the complexity and breadth of the FDA’s technology use in fulfilling its regulatory roles.
    The document details the security categorization of various Cloud Service Providers (CSPs) utilized by the FDA, specifically focusing on 34 vendors that host a total of 128 cloud applications and systems. It outlines the type of cloud service (IaaS, SaaS, or PaaS) and their associated security levels, ranging from Low to High. Key examples include AWS GovCloud classified as IaaS with a Moderate/High security level, and Zscaler ZIA and ZPA, both classified as SaaS with High security categorization. The purpose of this document is to inform stakeholders involved in federal and local RFPs and grants about compliant CSP options and their security implications, essential for ensuring data protection and regulatory adherence. By providing a structured overview of the cloud service landscape, the FDA emphasizes the importance of choosing reliable and secure cloud solutions.
    The document outlines the responsibilities of a Contractor in relation to the utilization of Cloud Service Provider (CSP) Migration Rebates under a contract with the Food and Drug Administration (FDA). Upon award, the Contractor must inform the Contracting Officer and the Contracting Officer's Representative within 10 business days if they plan to use Amazon Web Services (AWS) Migration Acceleration Program (MAP) or similar CSP programs. The Contractor must also notify the FDA of any anticipated rebates during the migration process, which includes assessing readiness, mobilizing resources, and migrating workloads. The Contractor is responsible for reimbursing the FDA for any incentives received from these programs, which may be utilized in various ways—such as reducing contract value or providing service credits against invoices. Compliance with existing CSP program terms is mandatory, and the Contractor must keep the FDA informed of any changes that could affect FDA incentives. This document signifies the FDA's focus on effectively leveraging cloud migration incentives while ensuring transparency and adherence to contractual obligations.
    The file outlines the FDA's application development constraints, detailing its IT infrastructure, software development lifecycle, and compliance with federal regulations. It describes the FDA's reliance on remote and cloud-based systems across several data centers, emphasizing the need for standardized IT procurement and enterprise-level coordination to reduce redundancies and optimize costs. Various environments (Production, Pre-Production, Development, and Test) are established to ensure proper application deployment and maintenance while adhering to security and performance standards. The document mandates adherence to the HHS Enterprise Performance Lifecycle and includes guidelines on communication protocols, security authorizations, and compliance with the Federal Information Security Management Act. Special attention is given to accessibility standards, documented processes for technology approval, and the integration of modernized architecture, including APIs and containerization. Overall, the document serves to guide contractors supporting FDA IT projects, ensuring compliance with stringent governmental regulations and enhancing operational efficiency in software development.
    The document outlines Security and Privacy Requirements for federal procurements, particularly emphasizing information security and physical access security. It details the necessary baseline security requirements, including protecting the confidentiality, integrity, and availability of government information; mandatory training for contractor staff; incident response protocols; and compliance with the Privacy Act. Key sections address procurements involving Privacy Act records, government information processed on Government-Owned Contractor-Operated (GOCO) systems, and cloud services adherence to Federal Risk and Authorization Management Program (FedRAMP) requirements. The document insists on continuous monitoring of security practices, regular assessments, and the importance of safeguarding controlled unclassified information. It mandates contractors to implement robust incident reporting procedures, maintain compliance with federal regulations, and ensure secure handling of sensitive data throughout the contract lifecycle. Overall, it serves as comprehensive guidance for contractors fulfilling federal RFPs, ensuring information security and privacy protection while adhering to federal standards and regulations.
    The FDA's Request for Information (RFI) focuses on procuring Information Technology application development services through Blanket Purchase Agreements (BPAs) under the General Services Administration's Schedule for Professional Services. It seeks to gather market insights and identify capable vendors, particularly small businesses, who can meet its IT development needs over a five-year period. This RFI does not solicit formal proposals; instead, it emphasizes voluntary stakeholder participation. Responses must be provided using a designated template, addressing specific questions related to organizational information and task qualifications. Stakeholders are encouraged to provide feedback on the draft Statement of Work (SOW) to enhance clarity and innovation in the contracting process. The FDA underlines that expenses incurred by respondents during this process are their own, and it reserves the right to seek further clarification as needed. The RFI is a market research tool, not a commitment to contract award, and participation may influence future opportunities within the FDA’s enterprise IT initiatives.
    The Food and Drug Administration (FDA) is soliciting contractors for an Enterprise IT Application Development Blanket Purchase Agreement (BPA) to support the modernization of its IT systems across various Centers and Offices. This BPA seeks to foster collaboration and improve efficiencies in IT application development by providing a structured procurement approach that adheres to regulatory compliance and strategic objectives of the FDA. Key goals include enhancing business process transformation, centralizing IT governance, and adopting innovative technologies like artificial intelligence and cloud services. The BPA's scope encompasses a wide array of services from program management, risk management, system integration, and cybersecurity support to database management and application development. It aims to establish standards for development processes, utilize agile methodologies, and leverage economies of scale to reduce operational costs by an average of 5% annually. Ultimately, the initiative aligns with the FDA's mission to protect public health while ensuring effective, efficient, and innovative technologies are integrated into its service delivery model.
    The FDA has issued a Request for Information (RFI) to conduct market research for potential stakeholders capable of providing professional IT services for its Enterprise IT Application Development (EAD) Blanket Purchase Agreement (BPA). This initiative is part of the FDA's broader effort to modernize its IT framework and digital capabilities, aligning with its strategic goals to streamline operations and improve public health outcomes. The FDA's Office of Digital Transformation seeks to gather responses that demonstrate stakeholders' capabilities in areas such as governance, program management, risk management, and innovation. Responses to this RFI are purely voluntary and will be used to assess the capability of small businesses to meet the FDA's needs. The RFI is not a commitment to contract, and FDA will not provide individual feedback on submissions. Interested stakeholders must submit responses using the provided template by May 24, 2024. The FDA aims to establish a multivendor acquisition vehicle that facilitates agile processes and ensures compliance with federal directives, ultimately enhancing the FDA's regulatory functions and IT investment efficiency. The FDA's modernization efforts reflect its commitment to advancing technologies that meet the challenges of the evolving healthcare landscape.
    The document addresses key questions and answers related to the FDA's Request for Information (RFI) for the Enterprise IT Application Development Blanket Purchase Agreement (BPA). The primary concern is the evaluation process, which will focus on BPA proposals rather than future deliverables. Additionally, it clarifies that submissions should adhere to a character limit of 1000, which includes spaces, rather than a word count. Regarding the scope of the BPA, it specifies that it mainly falls under the SIN 54151S and/or 54151HEAL categories, with any software purchases being handled through existing strategic acquisition vehicles. This framework ensures that the FDA maintains control over the procurement of enterprise software licenses necessary for the EAD BPA while facilitating clarity and compliance throughout the evaluation and proposal processes. Overall, this document is crucial for interested parties to understand the parameters and requirements before participating in the BPA proposal submissions.
    Lifecycle
    Similar Opportunities
    FDA Data Dashboard Bridge Order
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is issuing a sole source bridge order to Salient CRGT, Inc. for the FDA Data Dashboard project. This procurement aims to support the FDA’s Division of Enforcement Systems Solutions through a limited source justification in accordance with FAR 8.405-6 requirements, utilizing the GSA MAS Schedule 54151S for Information Technology Professional Services. The services provided are critical for maintaining and enhancing the FDA's data management capabilities, ensuring effective enforcement and regulatory compliance. Interested parties can reach out to Michelle Dacanay at michelle.dacanay@fda.hhs.gov for further details regarding this opportunity.
    MRC Operations and Maintenance Support Services, Laurel, MD
    Buyer not available
    The U.S. Food and Drug Administration (FDA) is seeking qualified small business vendors to provide Operations and Maintenance Support Services at the Muirkirk Road Complex in Laurel, Maryland. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year ordering period, aimed at ensuring continuous operations for critical laboratory research and animal testing facilities. The contract encompasses a range of services, including routine maintenance, emergency repairs, and specialized technical support, with a maximum value of $49 million. Interested parties must have an active registration in SAM.gov and are encouraged to review the draft solicitation package available online, as no proposals or questions will be accepted during the presolicitation phase. For further inquiries, vendors may contact Sarah Hussain at sarah.hussain@fda.hhs.gov or Maria L. Finan at Linda.Finan@fda.hhs.gov.
    DA10--RFI - Modernization of Veterans Canteen Service IT Systems (VA-26-00004970)
    Buyer not available
    The Department of Veterans Affairs is seeking input for the modernization of its Veterans Canteen Service IT Systems through a Request for Information (RFI) identified as VA-26-00004970. The primary objectives of this procurement include enhancing performance, streamlining processes, improving customer service, and integrating new functionalities while ensuring robust security measures and compliance with industry standards. This modernization effort is crucial for the efficient operation of approximately 220 retail and food service locations nationwide, which currently rely on outdated technologies. Interested vendors should direct their inquiries to Contract Specialist Justin Daniel at justin.daniel@va.gov, and responses to the RFI are due by August 1, 2025, with a focus on providing detailed proposals that meet the outlined requirements.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for the Air Traffic Organization (ATO). The primary objective is to support the ongoing development, integration, and maintenance of critical systems, particularly the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system, which is essential for managing logistics and maintenance operations within the National Airspace System (NAS). This opportunity is crucial for enhancing the efficiency and effectiveness of the FAA's supply chain operations, with a focus on modernizing processes and leveraging emerging technologies. Interested vendors must submit their responses to the Request for Information (RFI) by 5:00 PM CT on January 5, 2026, and can direct inquiries to Stephanie Riddle at stephanie.r.riddle@faa.gov.
    FA8307_RFI_Red_Hat_Openshift_Alternatives
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified vendors regarding alternatives to the Red Hat OpenShift Platform Plus, which is currently utilized for application development and deployment. The government requires solutions that can operate across unclassified impact levels, support C++ software pipelines, and incorporate a DevSecOps approach to enhance security within development workflows. This initiative is crucial for maintaining productivity and compliance in software development processes. Interested vendors must submit their responses using the provided RFI template to the designated contacts, Geoffrey Bender and Elijah Simmons, by the specified deadline, noting that no contract awards will be made as a result of this RFI.
    Managed Cloud Hosting for CDC-supported Public Health Applications
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is conducting a Request for Information (RFI) to explore managed cloud hosting options for public health applications. The objective is to gather insights on potential cloud service providers that can support the hosting of various public health tools and applications, which are critical for disease surveillance and data management across state, tribal, local, and territorial public health departments. This initiative aims to enhance the efficiency and effectiveness of public health data integration and surveillance systems, ensuring timely access to vital health information. Interested parties are encouraged to submit their responses by 4:00 PM EST on November 30, 2025, to Jasmine Powell at jpowell5@cdc.gov.
    Commercial retailer-supplier communication platform
    Buyer not available
    The Defense Commissary Agency (DeCA) is seeking qualified vendors to develop a commercial retailer-supplier communication platform aimed at enhancing the efficiency of supply chain operations within its commissary stores. The primary objectives of this initiative include reducing out-of-stock levels, improving on-time-in-full delivery, and enhancing vendor compliance through a digital communication hub that facilitates direct interaction between DeCA and direct-store delivery vendors. This request for information (RFI) is part of a market research effort to identify potential sources for a prototype Other Transaction agreement, with responses due by November 20, 2025, and inquiries accepted until November 13, 2025. Interested vendors should submit a capabilities statement to Alicia Taylor at alicia.taylor@deca.mil, ensuring that proprietary information is clearly marked.
    OCC Enterprise Data Management Support Services
    Buyer not available
    The Office of the Comptroller of the Currency (OCC) is seeking information from industry vendors to support its Enterprise Data Management (EDM) program through a Request for Information (RFI). The OCC aims to enhance its EDM capabilities, which operate in a hybrid on-premises and cloud environment, by gathering insights on innovative solutions for data warehouse modernization, automation, governance, and analytics. This initiative is crucial for ensuring effective data management practices and compliance within the OCC's operations. Interested parties must submit their responses, including company profiles and strategies for cloud migration, by Noon ET on Wednesday, November 19, 2025, to Danielle Pena at danielle.pena@occ.treas.gov.
    RFI Strategic Replatforming and Modernization of GSA's Real Estate Technology Portfolio
    Buyer not available
    The General Services Administration (GSA) is seeking vendor input through a Request for Information/Sources Sought (RFI) for the strategic replatforming and modernization of its Public Buildings Service (PBS) real estate technology portfolio. The objective is to identify experienced systems integrators and solution providers capable of delivering modular, interoperable, and cloud-native Software-as-a-Service (SaaS) solutions that enhance business capabilities, improve data visibility, and streamline workflows across the real estate lifecycle. This modernization effort is crucial for consolidating and enhancing PBS's fragmented IT environment, which currently relies on various systems such as IBM Maximo and Salesforce CRM. Interested vendors must submit their questions by October 15, 2025, and written responses by November 17, 2025, to the designated contacts, Daniel Ortiz and Micheal Scott, at the GSA.
    Bureau of Engraving and Printing (BEP) Request for Information (RFI) - Device Assisted Security Features - FY26
    Buyer not available
    The Bureau of Engraving and Printing (BEP) is issuing a Request for Information (RFI) to explore device-assisted security features for future U.S. currency. The objective is to identify innovative technologies and materials that enhance security against counterfeiting while remaining accessible for public authentication through low-cost devices such as optical filters, magnifiers, or cell phones. This initiative is crucial for maintaining the integrity of U.S. currency and ensuring public confidence in its security features. Interested parties are invited to submit preliminary samples and technical descriptions by November 15, 2026, at 2:00 PM Eastern Time, with all associated costs borne by the submitter. For further inquiries, contact Kevin Ibershoff at kevin.ibershoff@bep.gov or Falcon Albino at falcon.albino@bep.gov.