TRAINING WORKSHOPS FOR OD MENTORING PROGRAMMING FOR FEDERAL STAFF
ID: NIHOD6903465Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHBethesda, MD, 20892, US

NAICS

Professional and Management Development Training (611430)

PSC

MISCELLANEOUS ITEMS (9999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    Special Notice: Health and Human Services, Department of, National Institutes of Health intends to award a sole source contract for training workshops to Envision Consulting Group. The workshops will be used to enhance communication and collaboration within the Office of the Director (OD) staff. The training will focus on individual communication styles using DiSC and will help navigate change, build resilience, and foster an agile mindset. The workshops will include communication style assessments, interactive exercises, and communication skill-building activities. The goal is to improve interactions with staff and colleagues within the OD. The workshops will be conducted by Trailblazers/Envision Beyond, a minority/woman-owned certified business. This notice is not a request for competitive proposals or quotations. Interested parties must submit capability information by April 10th, 2024. Contact Ms. Van Holley at holleyv@od.nih.gov for more information.

    Point(s) of Contact
    Files
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    CALIBRATION AND REPAIR MAINTENANCE AGREEMENT FOR EXISTING EQUIPMENT
    Buyer not available
    Special Notice: Department of Health and Human Services, National Institutes of Health intends to award a sole source contract to TSI, Inc. for a Calibration and Repair Maintenance Agreement for existing equipment. The vendor will provide calibration and repair service for approximately 130 pieces of TSI and TSI-Quest industrial hygiene and exposure monitoring equipment. This service is typically required on an annual basis and includes the replacement of consumable items, inspection and cleaning of serviceable parts, and repairs by technically qualified personnel. The vendor will also provide a detailed service report and ensure that the calibration service meets or exceeds accuracy standards traceable to the National Institutes for Standards and Technology (NIST). Interested parties must submit capability information by March 14, 2024, to establish their ability to meet this requirement. Contact Ms. Van Holley at holleyv@od.nih.gov for inquiries and submissions.
    Preventative Maintenance Agreement
    Buyer not available
    Solicitation Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF - NATIONAL INSTITUTES OF HEALTH is seeking a Preventative Maintenance Agreement for integration systems used in the current Operating Rooms to the Education Room in Bethesda, Maryland, United States. The purpose of this agreement is to support the existing systems and prevent delay in case the integration system goes down. The agreement requires remote monitoring capabilities, collaboration among NIH and other research institutes, and web-based and teleconference consultation and collaboration. The contract duration includes a base year and two option years. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13. Interested parties may respond to this notice, and the Government will determine whether to compete the requirement based on the responses received.
    Notice of Intent -(NA-18) Support Services for Requirements Management Systems Engineering
    Buyer not available
    The Department of Energy's National Nuclear Security Administration (NNSA) intends to award a sole source contract to Techsource Inc. for support services related to requirements management systems engineering. The contract will provide technical and analytical support in areas such as requirements management policy development, traceability, verification, and the maintenance of a requirements repository tool, with an initial base period of three months and options for two additional three-month periods and one one-month period, totaling a potential duration of ten months. This procurement is critical for ensuring effective systems engineering principles are applied to the NNSA's requirements management processes, with a competitive solicitation for a five-year contract anticipated by the end of fiscal year 2025. Interested parties may direct inquiries to Samuel Hudson at samuel.hudson@nnsa.doe.gov or Rubina Satar at Rubina.Satar@nnsa.doe.gov by 8:00 AM EDT on February 14, 2025.
    Technical Rigor Training Course
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to Eastern Research Group Inc. for the provision of Technical Rigor Training Courses aimed at enhancing the technical proficiency of its workforce. The training will cover critical topics such as Safety, Quality, Project Management, and System Engineering, with the implementation of four to ten sessions per fiscal year, accommodating up to 25 students per session. This initiative is vital for ensuring compliance with safety regulations and fostering a culture of safety and health excellence among contractors at NSWC sites. Interested parties must submit their capabilities by February 14, 2025, at 10 AM EST, and should direct inquiries to Rebecca Maddox at rebecca.a.maddox2.civ@us.navy.mil or Melinda Blaine at melinda.s.blaine.civ@us.navy.mil.
    NIH Business and Professional Support Services (BPSS) IV
    Buyer not available
    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF is seeking NIH Business and Professional Support Services (BPSS) IV. This includes various business and professional support services such as financial analysis, business solutions, acquisition lifecycle support, business process improvement, organizational assessment, communication and training, program planning and management services, policy development, implementation, and administration, system integration work, Center of Excellence (COE) support, and human resources (HR) solutions. The purpose of this notice is to provide an update for BPSS IV, as the required internal documents are currently being processed. The posting of the solicitation is not estimated at this time. Any updates regarding the solicitation will be posted on sam.gov. Please monitor sam.gov for updates. Thank you for your patience and understanding.
    U--Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc.
    Buyer not available
    Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc. The Department of Defense, specifically the Department of the Navy, through the Naval Facilities Engineering Command, intends to award a sole source contract to the American Society of Heating Refrigerating and Air Conditioning Engineers, Inc. (ASHRAE). The contract is for the provision of two ASHRAE courses: Humidity Control: Principles and Applications, and Complying with Standard 90.1-2013. These courses will be conducted at six different locations: NAVFAC NW (Silverdale, WA), NAVFAC Atlantic (Norfolk, VA), NAVFAC Pacific (Pearl Harbor, HI), NAVFAC SE (Jacksonville, FL), NAVFAC Washington (Washington, DC), and NAVFAC SW (San Diego, CA). The purpose of this procurement is to provide training on humidity control principles and applications, as well as compliance with Standard 90.1-2013. These courses are essential for ensuring proper HVAC system operation and energy efficiency in various naval facilities across the country. The training will equip personnel with the necessary knowledge and skills to effectively manage humidity levels and comply with industry standards. This procurement falls under the Special Notice category and meets the conditions of FAR 13.106-1(b)(1), which allows for a sole source contract when only one responsible source is reasonably available to provide the required supplies. It is important to note that this Notice of Intent is not a request for Expressions of Interest (EOIs), proposals, or quotations. No solicitation documentation exists, and no telephone inquiries will be accepted. The North American Industry Classification System (NAICS) Code for this procurement is 611430, Professional and Management Development Training. The Small Business size standard is $11 million. ASHRAE, being a large business, is the identified source for this requirement. Interested parties may submit a statement of capabilities if they believe they can meet the requirement. However, it is crucial to provide clear and convincing evidence that competition would be advantageous to the Government. The Government will be the sole determiner regarding a company's ability to meet all requirements. If no responses are received within two weeks after the publication of this notice, a firm fixed price sole source award will be made to ASHRAE. The anticipated award date is 7 April 2016. For further information or to submit a statement of capabilities, interested parties should contact Amber Forehand-Hughes at amber.forehand@navy.mil or call 757-322-8336. Please note that the Government does not intend to pay for any information provided under this notice. The decision to not compete this proposed contract is solely within the discretion of the Government. In summary, the Department of Defense, Department of the Navy, intends to award a sole source contract to ASHRAE for the provision of Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 training courses. These courses will be conducted at six different locations to ensure proper humidity control and compliance with industry standards in naval facilities.
    NOTICE OF INTENT TO AWARD - (NA-1.1) for Support Services
    Buyer not available
    The Department of Energy's National Nuclear Security Administration (NNSA) intends to award a sole source contract to Project Enhancement Corporation (PEC) for support services related to governance and management, as well as enterprise-wide strategic planning for NNSA’s Office of Policy and Strategic Planning. The contract will involve developing long-term strategic priorities, providing policy support, and coordinating with various stakeholders, with an initial base period of three months and the possibility of two additional three-month extensions, totaling a potential duration of nine months. This procurement is critical for ensuring effective policy and strategic planning within NNSA, leading up to a planned competitive five-year solicitation by the end of fiscal year 2025. Interested parties may direct inquiries to Jeremy D. Crutcher or Rubina Satar at the provided email addresses, as this notice serves solely as an announcement of intent and is not a request for proposals.
    Renewal Service Agreement for Various BD Flow Cytometers and Lasers
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to award a sole-source contract to Becton, Dickinson, and Company (BD) for a 12-month service agreement covering various BD flow cytometers and lasers. This procurement aims to ensure the operational continuity of critical research instruments that require specialized maintenance and repair services, which can only be provided by the original manufacturer. The service agreement includes parts, labor, travel for repairs, preventative maintenance inspections, software updates, and unlimited support, with a performance period from April 22, 2025, to April 21, 2026. Interested vendors may express their capabilities to meet these requirements by contacting Danielle Tines at danielle.tines@nih.gov within 15 days of this notice.
    Intent to Sole Source - American University
    Buyer not available
    The Department of Transportation, specifically the Federal Railroad Administration (FRA), intends to award a sole source contract to American University for the provision of training space in the Aspiring Leaders Development Program for five FRA employees. This procurement, valued at $37,600, is based on a partnership between the Department of Transportation and American University, which ensures uniformity in course delivery across various DOT modes and offers volume discounts, making American University the only viable provider for this requirement. Interested parties who believe they can fulfill the requirements are invited to submit a statement of capabilities by 8:00 a.m. EST on February 18, 2025, to KeriAnne Gallagher at kerianne.gallagher@dot.gov.