GraphPad Prism Subscription Renewal
ID: 75N94025Q00058Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NICHDBETHESDA, MD, 20817, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2026, 1:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 5:04 PM UTC
The National Institute of Child Health and Development (NICHD), in collaboration with the National Institute of Diabetes, Digestive, and Kidney Disease (NIDDK), intends to contract with GraphPad Software, LLC for the renewal of 500 subscriptions of GraphPad Prism software. This decision is justified under the Federal Acquisition Regulation (FAR) as a non-competitive procurement due to GraphPad being the sole provider of the software. The renewal period is set for April 8, 2025, to April 7, 2026, following an earlier purchase of 800 licenses in March 2024. GraphPad Prism is essential at NIH for its biostatistical analysis, curve fitting, and scientific graphing capabilities, widely utilized by research institutions and pharmaceutical companies. The acquisition, not exceeding $250,000, falls under FAR’s Simplified Acquisition Procedures, allowing for this streamlined process. Interested vendors may respond to this notice to indicate their capabilities, but the government retains discretion over whether to entertain competitive offers. This non-competitive approach reflects an identified need for continued access to the software to ensure the accuracy and efficiency of scientific data analysis within NIDDK.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
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.
Scienomics Materials and Processes Simulations (MAPS ) Licenses and maintenance support
Buyer not available
The National Institute of Standards and Technology (NIST) is seeking to negotiate a sole-source contract for the renewal of Scienomics Materials and Processes Simulations (MAPS) licenses and maintenance support. This procurement is essential for NIST's ongoing work in molecular and coarse-grained modeling, simulation, visualization, and analysis, utilizing the proprietary MAPS software developed by Scienomics, which is the only vendor capable of providing the necessary license renewal. Interested parties who believe they can meet these requirements must submit their capabilities in writing by 8:00 a.m. Eastern Time on April 25, 2025, to Prateema E. Carvajal at prateema.carvajal@nist.gov, as no solicitation package will be issued for this opportunity.
Mathworks MATLAB software licenses and maintenace support
Buyer not available
The National Institute of Standards and Technology (NIST), part of the Department of Commerce, intends to negotiate a sole source contract with MathWorks Inc. for the acquisition of MathWorks MATLAB software licenses and maintenance support for a one-year period. This procurement aims to renew essential software licenses and maintenance support necessary for NIST's operations at its Gaithersburg and Boulder campuses, ensuring continuity in computational, visualization, and programming capabilities critical to NIST's scientific mission. Interested parties that believe they can meet these requirements are invited to submit their capabilities in writing by 8:00 a.m. Eastern Time on April 30, 2025, to Prateema E. Carvajal at prateema.carvajal@nist.gov, as no solicitation package will be issued for this opportunity.
Advanced Instruments, LLC Osmo Pro Max.
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a fixed-price sole source purchase order to Advanced Instruments, LLC for the procurement of an Osmo Pro Max automated osmometer and associated services. This acquisition is essential for the Department of Laboratory Medicine, which requires the osmometer for conducting osmolality testing on various body fluids, a critical diagnostic tool for evaluating patients' water balance and monitoring treatment efficacy. The procurement process is being conducted under FAR Part 13, allowing for a sole source acquisition due to the specific compatibility and quality assurance requirements already established with Advanced Instruments. Interested parties capable of providing similar products may submit a capability statement by April 24, 2025, to Emeka Onyejekwe at emeka.onyejekwe@nih.gov.
Pointwise Renewal
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Pointwise software and support exclusively from Cadence Design Systems, Inc. This procurement is necessary due to the unique features of the software, which are essential for hydrodynamic modeling and analysis in naval engineering projects. The government intends to issue a firm fixed-price purchase order on a sole-source basis, with an estimated total cost of $53,240 for the license renewal and support needed from June 1, 2025, to May 31, 2026. Interested parties may submit capabilities statements by 11:59 AM on April 30, 2025, and inquiries should be directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
PRIMO Software Licensing
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified small businesses to provide PRIMO Software Licensing and Maintenance Support Services. The procurement involves supplying 21 PRIMO software licenses for a base year, with two additional option years, to ensure the continuous operation of the FDA's CFSAN CAEMS system. This software is crucial for pharmacovigilance and regulatory compliance, enhancing the FDA's capabilities in monitoring food safety. Interested parties must submit their quotes by August 26, 2024, and are encouraged to contact Roosevelt Walker at roosevelt.walker@fda.hhs.gov for further details. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with federal acquisition regulations and accessibility standards.
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.
Notice of Intent to Sole Source – Mobility Research Inc.
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 Mobility Research Inc. for the procurement of a LiteGait 500X mobility device, which is essential for patient rehabilitation at the Mark O. Hatfield Clinical Research Center. This acquisition aims to replace an outdated mobility device to ensure compliance with patient safety standards and enhance rehabilitation outcomes for patients requiring physical therapy. The LiteGait device, which supports patients up to 500 pounds and adheres to a "no lift" policy, is critical for maintaining operational efficiency and safety in clinical settings. Interested parties may submit their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by May 9, 2025, at 4 PM EST, with the total contract value estimated at $27,245.
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.