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
  1. 1
    Posted Aug 16, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 11, 2024, 12:00 AM UTC
  3. 3
    Due Sep 30, 2024, 4:00 PM UTC
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
Sep 11, 2024, 5:38 PM UTC
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.
Sep 11, 2024, 5:38 PM UTC
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
Title
Type
Special Notice
Similar Opportunities
Visitor Badge System (VBS) Visitor Management Portal (VMP) Phase 2
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to enhance the Visitor Badge System (VBS) Visitor Management Portal (VMP) through Phase 2 of its development. The project aims to upgrade the existing VBS EntryPoint Application and Registration Modules to improve visitor processing at NIH facilities, ensuring compliance with the HHS Foreign National Access Management Policy. This initiative is critical for maintaining security and operational efficiency at various NIH locations, including the Bethesda Main Campus and Fort Detrick. Interested small businesses must submit capability statements by April 16, 2025, to be considered for the anticipated Firm-Fixed-Price award, with further inquiries directed to Ryan K. Alexander at ryan.alexander@nih.gov or Stefanee Chaney at chaneyst@mail.nih.gov.
NIAID High Containment Integrated Research Facility Fort Detrick, Frederick, MD (IRF-Frederick)
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH) and specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking qualified small business sources to provide operational, scientific, and administrative support services at the Integrated Research Facility (IRF-Frederick) located at Fort Detrick, Maryland. The primary objective of this Sources Sought Notice is to enhance research capabilities focused on infectious diseases and biodefense, particularly in conducting high-containment studies and evaluating medical countermeasures. The anticipated contract will span one base year with six additional one-year options, emphasizing the need for continuous operation and emergency preparedness in a biosafety level 4 environment. Interested parties must submit their capability statements by April 11, 2025, detailing relevant experience and operational capacity, and can contact Matt Lear at matt.lear@nih.gov or Rosemary Gomes at Rosemary.Gomes@nih.gov for further information.
Structured Network Cabling Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide Structured Network Cabling Services for the National Institute of Environmental Health Sciences (NIEHS) located in Durham, North Carolina. The procurement aims to identify small businesses capable of delivering a range of cabling services, including the installation and repair of horizontal and vertical backbone cables, infrastructure installation, and mass notification systems. This initiative is part of NIH's commitment to enhancing operational capabilities through partnerships with qualified small businesses in the structured cabling industry. Interested parties must submit a Capability Statement detailing their qualifications and experience to Andrew Gathogo at andrew.gathogo@nih.gov by the specified deadline, as this notice is solely for market research and does not solicit bids or proposals.
R--NNSA Program Management Information System NA-11
Buyer not available
The Department of Energy's National Nuclear Security Administration (NNSA) is seeking information for the development of a Program Management Information System (PMIS) to enhance its Research, Development, Test & Evaluation (RDT&E) operations. The PMIS aims to streamline program management activities, integrate with the Planning, Programming, Budget, and Evaluation (PPBE) process, and improve transparency and decision-making across NNSA's five RDT&E subprograms. This initiative is crucial for modernizing program management within the Defense sector, ensuring effective communication and coordination while incorporating advanced technologies such as artificial intelligence. Interested vendors are invited to submit capability statements by April 30, 2025, detailing their experience in software development, with further inquiries directed to Kyle C. Krzywicki at kyle.krzywicki@nnsa.doe.gov or by phone at 202-586-0831.
Notice of Intent to Sole Source – Dynamic Systems 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 Dynamic Systems Inc. for Oracle hardware and software maintenance and support. This procurement is critical for maintaining the functionality of the NIH Clinical Center's existing Sun Server environment, which hosts essential systems, applications, and databases vital to hospital operations. The contract will be awarded under the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source award due to the proprietary nature of Oracle products, which are deemed necessary for the Clinical Center's needs. Interested parties may submit their capabilities and interest to Kristin Nagashima, Contract Specialist, via email by April 15, 2025, at 6 PM EST.
Fire System and Suppression Maintenance and Repair Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors to provide Fire System and Suppression Maintenance and Repair Services at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The selected contractor will be responsible for preventive maintenance, emergency repairs, and inspections of the government-owned SimplexGrinnell fire annunciator system and associated fire suppression systems, ensuring compliance with safety standards and operational readiness. This contract is crucial for maintaining effective fire safety measures within government facilities and spans from September 30, 2025, to September 29, 2026, with options for four annual extensions based on performance. Interested parties can contact Andrew Gathogo at andrew.gathogo@nih.gov or by phone at 984-287-4386 for further details.
MAINTENANCE SERVICES FOR THERMOFISHER MANUFACTURED CENTRIFUGES & INCUBATORS
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 maintenance services for 23 incubators and 16 centrifuges located in Bethesda, Maryland. The procurement requires priority onsite repair during business hours, annual preventive maintenance, rapid response for corrective repairs, and unlimited phone and email support, emphasizing the critical role of these laboratory instruments in health research. Interested vendors must provide OEM authorization to deliver these services and be registered in the System for Award Management (SAM), with quotes due by April 10, 2025, under solicitation number RFQ-NIAID-25-2257534. For further inquiries, vendors can contact Leah Hinson at leah.hinson@nih.gov.
Nuclear Command, Control, and Communication (NC3) Classified Maintenance Information System (CMIS) Request for Information (RFI)
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) to develop a Nuclear Command, Control, and Communication (NC3) Classified Maintenance Information System (CMIS) aimed at enhancing field maintenance capabilities for NC3 assets. The initiative focuses on creating a cloud-hosted software solution that complies with Department of Defense Information Impact Level 6 standards, with initial efforts directed towards defining a Minimum Viable Product (MVP) that includes essential functionalities such as managing maintenance assets, requirements, documentation, personnel, and security. This RFI serves as a preliminary exploration for innovative solutions and does not guarantee future contracts; interested parties are encouraged to provide insights on system architecture, development timelines, and estimated costs. For further inquiries, respondents may contact Corey Shanahan at corey.shanahan@us.af.mil or Andrew Gross at andrew.gross.4@us.af.mil.
Combined Synopsis/Solicitation Confocal Microscope System
Buyer not available
The National Institute of Standards and Technology (NIST) is soliciting quotations for an automated high-speed confocal microscope system under RFQ number 1333ND25QNB030114. This procurement aims to acquire a sophisticated imaging system capable of analyzing biomolecules such as proteins and DNA, which is critical for advancing semiconductor technology as part of the CHIPS program. The system will enhance measurement science in the semiconductor supply chain, requiring high spatial resolution and multiple imaging modalities, while ensuring compliance with federal procurement regulations. Interested vendors must submit inquiries to Nina Lin or Tracy Retterer and provide firm-fixed-price quotations by April 14, 2025, at 9 AM ET, with all submissions adhering to specified guidelines and requirements.
STANDARDS DEVELOPMENT LICENSED PLATFORM SUBSCRIPTION
Buyer not available
The National Institute of Standards and Technology (NIST) is conducting a Sources Sought Notice to identify qualified sources for a customized online standards development platform licensed subscription. The platform is required to facilitate the management of standards document development processes, including features for committee participation, discussion tracking, voting mechanisms, document commenting, editing, and archiving. This initiative is crucial for enhancing collaboration among various stakeholders involved in standards development, ensuring efficient and effective document management. Interested vendors must submit detailed capability statements and relevant information to Randy E. Schroyer at randy.schroyer@nist.gov by the specified response date, with no formal solicitation documents currently available.