Request for Information: Computer Aided Facility Management (CAFM) Software System
ID: 75N91024Q00115_RFIType: Special Notice
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The National Institutes of Health, specifically the National Cancer Institute (NCI), is seeking information regarding Computer-Aided Facility Management (CAFM) and Integrated Workplace Management Systems (IWMS) to support its operational needs. The NCI currently utilizes Planon software and is interested in identifying qualified vendors, particularly small businesses, that can provide either authorized reselling of Planon products or alternative commercially-available systems. This initiative is crucial for maintaining efficient facility operations across NCI's extensive real estate portfolio, which includes approximately 125 buildings and 8,500 users. Interested parties should submit their responses by email to Contract Specialist Renee Jones-Chuang at renee.jones-chuang@nih.gov, referencing notice number 75N91024Q00115, as there is no solicitation available at this time and no contract is anticipated to be awarded in Fiscal Year 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a Request for Information (RFI) for an Integrated Workplace Management System (IWMS) and Computer-Aided Facility Management (CAFM) solution by the National Cancer Institute (NCI). Key details include the current usage metrics of the Planon system, with approximately 8,500 users, including 20 power users who submit service requests. The NCI's real estate portfolio includes about 125 buildings totaling approximately 3 million gross square feet. For data hosting and compliance, it specifies that all data must reside within the U.S. and that any cloud service must comply with FedRAMP authorization. The NCI does not mandate a shift to Software as a Service (SaaS) solutions over on-premise alternatives but requires assessment of the vendor's readiness for FedRAMP certification if applicable. Overall, this RFI outlines the requirements and expectations for prospective vendors related to facility management solutions while ensuring compliance with federal data management standards.
    The National Cancer Institute (NCI) seeks to procure services for the support, maintenance, and customization of its Planon ProCenter Integrated Workplace Management System (IWMS), a software platform used for space and facility management. The objective is to ensure the ongoing functionality and compliance of this system that supports NCI's operational needs, including portfolio management, move coordination, and conference room booking. The contractor will be responsible for several tasks, including renewing software licenses, customizing software, providing annual maintenance, delivering end-user training, and conducting project testing and implementation. Given the sensitive nature of some documents involved, the contractor must adhere to strict security protocols and ensure all digital materials conform to Section 508 compliance for accessibility. This contract reflects the government's commitment to maintaining advanced management systems that support efficient facility operations in alignment with regulatory requirements.
    Lifecycle
    Similar Opportunities
    Notice of Intent: Maximo Subscription and Support, NIST, Boulder, CO
    Buyer not available
    The National Institute of Standards and Technology (NIST), part of the Department of Commerce, is seeking a contractor to provide subscription and support services for IBM Maximo Asset Management as they transition to a new system, Nuvolo. The primary objectives include ensuring the operability of Maximo, performing necessary upgrades and testing, and adhering to IT security regulations throughout the project. This contract, which will be negotiated on a sole-source basis under the Service-Disabled Veteran-Owned Small Business Program, has an initial performance period of three months starting July 1, 2025, with the possibility of three additional three-month extensions. Interested contractors must submit a capabilities statement by March 19, 2025, and can contact Shawn Borisow at shawn.borisow@nist.gov or 303-497-5432 for further details.
    NOTICE INTENT FOR ANNUAL SILVER SUPPORT PLAN
    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), intends to negotiate a sole source contract with Leica Microsystems for an Annual Silver Support Plan maintenance agreement. This contract is essential for maintaining the operational integrity of various Leica instruments that are critical to ongoing infectious disease research, and it will include comprehensive support features such as repair parts, labor, two preventative maintenance visits annually, and technical support. Interested vendors must demonstrate their capability to provide prioritized service and include proof of OEM-trained technicians in their submissions. Proposals are due by March 11, 2025, and must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS). For further inquiries, vendors can contact Leah Hinson at leah.hinson@nih.gov.
    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 PLAN FOR MOLECULAR DEVICES EQUIPMENT (SPECTRAMAX-L, 2 EA AND STAKMAX , 2 EA)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors to provide a service plan for two SpectraMax-L devices and two StakMax devices, essential for laboratory operations. The procurement aims to ensure the maintenance and repair of these critical molecular devices, which play a vital role in various biomedical research applications. Interested contractors must adhere to the Federal Acquisition Regulation (FAR) clauses outlined in the associated documentation, which emphasize ethical conduct, labor standards, and compliance with statutory requirements. For further inquiries, interested parties can contact Dana Monroe at dana.monroe@nih.gov or by phone at 406-375-9814.
    75N93025R00013 - Medical Residents for NIH Clinical Center
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is preparing to issue a presolicitation notice for a contract to provide Postgraduate Medical Residents at the NIH Clinical Center in Bethesda, Maryland. This contract aims to fulfill a new requirement for medical care for NIAID's adult inpatients, necessitating the provision of four medical residents daily, each dedicating approximately 80 hours of professional services weekly, with rotations lasting at least 28 consecutive days. The anticipated duration of the contract is 5.5 years, and proposals are expected to be submitted online around March 12, 2025, as part of an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Interested offerors are encouraged to participate in this full and open competition, and for further inquiries, they may contact Sevag Kasparian or Maya Joseph via their respective emails.
    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.
    Facility Management System (FMS) Systems Administration and Data Management
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified contractors to provide systems administration and data management services for its Facility Management System (FMS). The procurement involves a firm-fixed-price contract for the administration and management of the FMS, particularly the ARCHIBUS platform, which is crucial for efficient facility tracking and space management in compliance with federal guidelines. This total small business set-aside solicitation is set to commence on March 24, 2025, and will run for one year, with four optional renewal periods extending through 2030. Interested vendors should direct inquiries to Kimberly Pennix at kimberly.pennix@fda.hhs.gov, and must adhere to various federal regulations, including security clearance standards and confidentiality agreements.
    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.
    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.
    Certified Cloud hosting and applications
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health, is seeking qualified vendors to provide certified cloud hosting and applications under a total small business set-aside contract. The procurement aims to secure computing infrastructure services, including data processing and web hosting, which are essential for supporting various health-related initiatives and research activities. This opportunity emphasizes the importance of reliable and secure cloud services in facilitating the NIH's mission to enhance public health through innovative research. Interested parties can reach out to Van V. Holley at holleyv@od.nih.gov or call 301-594-9439 for further details regarding this opportunity.