Facility Management System (FMS) Systems Administration and Data Management
ID: 75F40125Q00010Type: Solicitation
Overview

Buyer

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

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- PROFESSIONAL: POLICY REVIEW/DEVELOPMENT (R406)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Food and Drug Administration (FDA) requires a contractor to provide systems administration and data management support for its Facility Management System (FMS), specifically the ARCHIBUS platform. This initiative is essential for tracking facilities and managing space efficiently in line with federal guidelines and increasing agency demands. The contractor will ensure reliable system functionality, maintain data integrity, and provide user training and support for space planning and facility projects. Required qualifications include being an authorized ARCHIBUS partner with expertise in various software modules. The contract emphasizes high-quality customer service, clear communication, and adherence to strict security protocols, including background checks for personnel. The performance will primarily occur at FDA headquarters in Maryland, and the contract is proposed as a Firm Fixed Price order with a five-year term. The emphasis on data management, user support, and regulatory compliance underlines the FDA's commitment to efficient facility oversight amidst growing operational needs.
    The document outlines the pricing worksheet for Request for Quotations (RFQ) No. 75F40125Q00010, focusing on Facility Management System (FMS) Systems Administration and Data Management services. It specifies a base performance period of 12 months, detailing various labor categories, with an emphasis on the FMS Systems Administrator/Data Manager role. The worksheet requires vendors to input hourly rates and estimated hours for multiple option periods, each lasting another 12 months. For each period, it includes a section for the total firm-fixed price calculation based on the labor category's work hours and rates. Key points include a structured presentation of cost estimates, with sections dedicated to base and option period pricing, underscoring the federal procurement process's transparency and requirement for clear budgeting. The document serves as an essential component of government RFPs, ensuring that potential vendors understand the expectations for pricing and labor categorization for their services in managing the Facility Management System. Overall, it highlights the government's intent to procure specific services through a structured financial framework, facilitating accountability and clarity in federal contracting practices.
    The document consists of Attachment C of the Request for Quotations (RFQ) No. 75F40125Q00010, which serves as the RFQ Question Submittal Form for potential offerors regarding the Facility Management System (FMS) Systems Administration and Data Management. It outlines the process for submitting inquiries related to the RFQ, indicating the necessity for all questions to be directed through this standardized form. The attachment references various sections of the RFQ and includes details from the solicitation instructions, statements of work, and labor category qualifications, ensuring that offerors are aware of the scope and expectations. The purpose of the form is to facilitate organized communication between the agency and prospective vendors, providing a structured mechanism to clarify requirements and enhance the proposal process. This initiative reflects the agency’s commitment to transparency and effective management in procuring services related to facility management systems.
    The federal regulation document outlines the terms and conditions that contractors must adhere to when engaged in contracts involving commercial products and services. Key provisions include compliance with specific Federal Acquisition Regulation (FAR) clauses that enforce laws and executive orders. Among them are clauses addressing prohibitions against certain confidentiality agreements, the contracting of products from specific foreign entities, and requirements for accelerated payments to small business subcontractors. The document is structured into paragraphs detailing contractor obligations, applicable clauses indicated by the Contracting Officer, and provisions for record examination by the Comptroller General. Furthermore, it specifies which clauses need to flow down to subcontractors, ensuring compliance throughout the supply chain. By mandating adherence to established laws concerning labor, ethics, and safety, the regulation aims to maintain transparency and accountability in federal contracting processes. This comprehensive framework supports myriad federal, state, and local RFPs, promoting fair practices and safeguarding against conflicts of interest.
    The FDA Contractor Personnel Security Language outlines the security requirements for contractor employees working with the Department of Health and Human Services (DHHS). Contractors and subcontractors needing access to DHHS facilities or sensitive information must complete a background investigation leading to a favorable determination. Employees working less than 30 days are considered visitors and are exempt from background checks but must be escorted. Key provisions include submitting a roster of employees, acquiring Personal Identity Verification (PIV) cards for those staying long-term, and following the e-QIP system for background checks managed by the Office of Personnel Management (OPM). Additionally, foreign nationals must meet a residency requirement of three out of five years in the U.S. Furthermore, the contractor must safeguard non-public information and manage PIV card issuance carefully. The document emphasizes the significance of security compliance and the consequences of failing to adhere to the outlined procedures. Overall, it establishes a framework for maintaining security standards in contracting processes within federal and state-funded projects, ensuring the protection of sensitive government operations.
    This document outlines an employee agreement to protect non-public information accessed from the Food and Drug Administration (FDA) as part of their duties under a specific contract. The agreement emphasizes the employee's obligation not to disclose, publish, or release any sensitive information, citing relevant legal provisions, including 21 U.S.C. 331(j), 21 U.S.C. 360j(c), and 18 U.S.C. 1905, which govern the confidentiality of such data. The document also mentions potential criminal penalties for violations of these laws. It requires the employee's signature along with that of a witness, thereby formalizing the commitment to uphold the confidentiality of the FDA's non-public information. The structure is straightforward, consisting of sections for agreement, legal references, and signature lines. This agreement is particularly relevant in the context of government Requests for Proposals (RFPs) and grants, where safeguarding sensitive information is critical for maintaining trust and compliance with federal regulations.
    The document details a Request for Quotations (RFQ) No. 75F40125Q00010 from the U.S. Food and Drug Administration (FDA) seeking commercial services for the Facility Management System (FMS) and Data Management. This total small business set-aside solicitation falls under NAICS code 541690 and involves a firm-fixed-price contract, effective from March 24, 2025, to March 23, 2026, with four optional renewal periods extending through 2030. The scope includes services related to the administration and management of the FMS. Contractors must abide by various federal regulations, including those concerning occupational health and safety, data rights, and conflict of interest. The document stipulates that contractor employees must refrain from using personal devices for government business and must not have unauthorized access to non-public information. It establishes operational guidelines regarding holiday observance, training schedules, and an organizational conflict of interest clause, ensuring no participants engage in actions that could compromise impartiality. Lastly, compliance with electronic invoicing via the Department of Treasury’s Invoice Processing Platform is mandated for payment requests.
    Lifecycle
    Similar Opportunities
    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.
    Notice of Intent to Sole Source - FDA_2272025
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), intends to issue a Sole Source Firm Fixed Price contract for the procurement of two Emulate Zoe CM1 Organ-On-A-Chip culture modules and one Orb Hub Module-1. This procurement aims to evaluate microphysiological systems (MPS) as alternatives to traditional in-vitro models in pharmacokinetic and toxicology studies, which are crucial for advancing FDA's scientific operations and regulatory practices. The selected modules will support the FDA's Division of Applied Regulatory Science (DARS) and must be delivered and installed within 12 months post-award at the FDA’s White Oak Campus in Silver Spring, Maryland. Interested suppliers who believe they can meet the requirements outlined in the Statement of Work are invited to submit capability statements by March 7, 2025, to Hilda Aryeh at hilda.aryeh@fda.hhs.gov.
    FMS Cache Rx Products
    Buyer not available
    The Department of Health and Human Services, specifically the Office of Assistant Secretary for Preparedness and Response (ASPR/ORM-SNS), is seeking qualified vendors to supply FMS Cache Rx Products through a Combined Synopsis/Solicitation. The procurement involves a range of pharmaceutical products, including both over-the-counter and prescription medications, with specific requirements for quantities, packaging types, and compliance with regulatory standards. This initiative is crucial for ensuring the availability of essential medical supplies for government facilities, thereby supporting public health services. Interested vendors should contact Terri Reed at terri.reed@hhs.gov or Kimberly Golden at kimberly.golden1@hhs.gov for further details and to participate in the bidding process.
    Base Notice: Tobacco Retailer Inspections - 75F40125R00046
    Buyer not available
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking contractors for the Tobacco Retailer Inspections under solicitation number 75F40125R00046. The primary objective is to conduct compliance inspections of tobacco retail establishments to ensure adherence to the Tobacco Control Act, focusing on age verification and advertising regulations. This initiative is crucial for safeguarding public health and preventing youth access to tobacco products. Interested contractors should direct inquiries to Janice Heard at janice.heard@fda.hhs.gov or Brandon Rafus at brandon.rafus@fda.hhs.gov, with proposals due by the specified deadline.
    FY25 FDA Broad Agency Announcement (BAA) for Advanced Research and Development of Regulatory Science
    Buyer not available
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking proposals for the FY25 Broad Agency Announcement (BAA) aimed at advancing research and development in regulatory science. This initiative focuses on enhancing the FDA's product regulation processes, with key research areas including alternative methods, advanced manufacturing techniques, and improved post-market surveillance. The opportunity is open to a diverse range of applicants, including small businesses and academic institutions, and emphasizes the importance of addressing public health challenges and engaging underserved populations. Interested parties must submit a concept paper by November 8, 2024, with the final proposal due by March 4, 2025. For further inquiries, contact Ian Weiss at Ian.Weiss@fda.hhs.gov or call 301-796-5728.
    DEPARTMENT OF STATE WORLDWIDE FACILITY MAINTENANCE SUPPORT SERVICES (FMSS)
    Buyer not available
    The U.S. Department of State is seeking qualified contractors to provide Worldwide Facility Maintenance Support Services (FMSS) for approximately 290 U.S. Embassies and Consulates globally. The procurement aims to ensure the safety, security, and functionality of around 20,500 properties through a range of services, including engineering support, project coordination, and facility management. This contract, structured as an indefinite-delivery, indefinite-quantity agreement with a ceiling price of $50 million, is crucial for maintaining operational integrity in international diplomatic environments. Interested parties should contact Jose Vasquez at vasquezj4@state.gov or call 202-445-3759 for further details, with proposals due by the specified deadlines.
    Preventive Maintenance Service for Thermo Orbitrap Fusion Lumos Mass Spectrometer System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking preventive maintenance services for its Thermo Orbitrap Fusion Lumos mass spectrometer system, which is crucial for the Clinical Cancer Metabolism Facility's research activities. The contractor will be responsible for providing all necessary labor, materials, and equipment to maintain the system's functionality, including annual scheduled visits for cleaning, calibration, and testing, as well as emergency services at no additional cost. This procurement is vital for ensuring the accuracy and reliability of data from clinical trials, directly impacting patient care and safety, and is structured as a firm fixed-price order for one year with four optional extensions. Interested parties, particularly small businesses, are encouraged to submit capability statements by March 3, 2025, and can contact David Romley at David.Romley@nih.gov or 240-276-7822 for further information.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    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), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
    RFI for FFMS Infrastructure O&M Support Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking qualified contractors to provide Operations and Maintenance (O&M) Support Services for the Federal Financial Management System (FFMS) infrastructure. The procurement aims to ensure the system's adaptability, accessibility, and security while encompassing essential services such as project management, independent verification and validation (IV&V) testing, and routine infrastructure maintenance. This initiative is critical for managing financial processes across various DHS components, emphasizing the need for compliance with federal regulations and robust support mechanisms. Interested parties should contact Evan Strother at evan.strother@ice.dhs.gov or Kennedy McKay at Kennedy.McKay@ice.dhs.gov for further details regarding the RFI process.
    Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 IDIQ
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), is seeking proposals for the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract aims to provide analytic support and technical assistance for healthcare delivery models under the Affordable Care Act, focusing on enhancing care quality and managing costs for Medicare, Medicaid, and CHIP beneficiaries. The selected contractors will engage in a range of activities including data analysis, program monitoring, and stakeholder engagement, with a total contract ceiling of $3.5 billion over its duration. Interested parties must submit their proposals, including technical and business components, by the specified deadlines, and can direct inquiries to Christopher Critzman at RMADA3@cms.hhs.gov or John Cruse at John.Cruse@cms.hhs.gov.