Cloudera support services
ID: 000HCRGE-2026-94821Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR DISEASE CONTROL AND PREVENTIONCDC OFFICE OF ACQUISITION SERVICESATLANTA, GA, 30333, USA

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTING (HPC) SUPPORT SERVICES (LABOR) (DB01)

Set Aside

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

    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking small business sources for Cloudera support services and cloud subscription credits. The objective of this procurement is to enhance data management and analytics for pathogen genomic surveillance, building on existing Cloudera adoption within CDC programs, with services required from February 8, 2026, to February 7, 2028. The selected vendor will provide professional services for deploying and configuring Cloudera on cloud services, implementing advanced molecular detection use cases, and offering prepaid cloud credits, all while adhering to strict security and compliance standards. Interested parties must submit their capability statements via email to Staci Boykin at zwh7@cdc.gov by January 16, 2024, at 3:00 p.m. Eastern Time, with late submissions not being accepted.

    Point(s) of Contact
    Staci Boykin
    zwh7@cdc.gov
    Files
    Title
    Posted
    The Centers for Disease Control and Prevention (CDC) Office of Advanced Molecular Detection (OAMD) seeks Cloudera support services and cloud subscription credits from February 8, 2026, to February 7, 2028. This acquisition will enhance data management and analytics for pathogen genomic surveillance, building on existing Cloudera adoption within CDC programs. The vendor will provide professional services for deploying and configuring Cloudera on cloud services, implementing AMD use cases, and offering prepaid cloud credits. Key tasks include planning, deployment, optimization, AI/machine learning support, and hybrid cloud migration. The work will be performed remotely, with strict security, privacy, and reporting requirements, including FedRAMP compliance for cloud services and adherence to various NIST and federal security standards.
    Lifecycle
    Title
    Type
    Cloudera support services
    Currently viewing
    Sources Sought
    Similar Opportunities
    Health Information Service Provider (HISP) services to implement the eHealth Direct Transport for the National Healthcare Safety Network (NHSN)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to award a sole source firm fixed price contract to NITOR Group LTD, doing business as Rosetta Health, for Health Information Service Provider (HISP) services. The objective of this procurement is to implement the eHealth Direct Transport for the National Healthcare Safety Network (NHSN), enabling secure and reliable data transmission from healthcare facilities and information systems to the NHSN application using established protocols. This initiative is crucial for enhancing the efficiency and security of healthcare data exchange, aligning with the standards set by the Nationwide Health Information Network (NwHIN) Direct Protocol. Interested parties may submit their interest and capability to respond to this requirement by emailing the Contract Specialist, Staci Boykin, at zwh7@cdc.gov, by 3:00 PM (ET) on January 13, 2026, with the anticipated contract performance period spanning from April 1, 2026, to March 31, 2028.
    LSJ for DHIS Management and Consulting Services MOD 00002
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to modify an existing contract for DHIS Management and Consulting Services under Task Order 75D30122F15055. The modification, labeled as MOD 00002, aims to increase the level of effort for Task 4.4.4 and reclassify Task 4.4.5 as an optional task for both base and option periods, reflecting the need for enhanced support due to the involvement of multiple stakeholders in related programs. This procurement is crucial for the effective management of the CDC Data Hub and Electronic Case Reporting initiatives, ensuring that the necessary resources are allocated to meet the demands of these programs. Interested parties can reach out to Marie Bartkevicius at vgj6@cdc.gov or 770-488-8493, or Lauren Peel at ijt9@cdc.gov or 770-488-2649 for further information regarding this opportunity.
    Clinical Research Products Management Center (CRPMC)
    Health And Human Services, Department Of
    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 seeking qualified small business sources for the Clinical Research Products Management Center (CRPMC) contract. This contract aims to provide comprehensive management and oversight of investigational study products for clinical trials, ensuring compliance with federal regulations and supporting critical research in HIV/AIDS and related areas. The anticipated contract will span seven years, beginning approximately March 16, 2027, and will require the delivery of 27 full-time equivalents (FTEs) annually, with options for increased labor as needed. Interested parties must submit a capability statement by January 23, 2026, to Shawnice Williams at shawnice.williams@nih.gov, adhering to specified formatting guidelines.
    CDC- UNICOM Systems Inc- Software License Maintenance
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC), part of the Department of Health and Human Services, intends to award a sole-source contract to UNICOM Systems, Inc. for software license maintenance of the UNICOM Intelligence Suite, which is critical for supporting the Pregnancy Risk Assessment Monitoring System (PRAMS) Integrated Data Collection System (PIDS). This contract will ensure continued access to essential software functionalities, including updates, patches, security enhancements, and technical support, as UNICOM Systems, Inc. is the sole owner of the proprietary intellectual property for this software. The anticipated period of performance includes a base year with one option year, and interested parties may submit capability statements by January 15, 2026, to Ashley Williams at dal3@cdc.gov for evaluation, although the award will proceed with UNICOM Systems, Inc. if no viable alternatives are identified.
    Notice of Intent to Award Sole Source
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) intends to award a sole source firm fixed price purchase order to AB Sciex for the servicing and maintenance of AB Sciex laboratory equipment in Atlanta, Georgia. The contract, which spans from May 1, 2026, to April 30, 2031, requires ongoing preventative maintenance and repair services for critical equipment such as mass spectrometers and liquid chromatographs, with a goal of maintaining an operational uptime of at least 95%. This equipment is vital for conducting essential chemical analyses in public health, and the contractor must provide certified Sciex-trained engineers, respond to service calls within 24 hours, and submit regular reports on service activities. Interested parties may submit capability statements or proposals to Peter Loree at zus0@cdc.gov within 10 days of this notice.
    LSJ for DHIS Management and Consulting Services MOD 00003
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to modify an existing contract for DHIS Management and Consulting Services under Task Order 75D30122F15055. This modification, identified as MOD 00003, aims to enhance the level of effort for existing tasks and introduce new optional tasks related to web application support and case surveillance community practices, which are critical for improving data collection and submission efficiency among state and local health departments. The contract includes a base period of twelve months, with three additional twelve-month option periods, and is intended to ensure continuity and efficiency in the services provided, leveraging the incumbent contractor's existing knowledge and experience. Interested parties can reach out to Marie Bartkevicius at vgj6@cdc.gov or 770-488-8493 for further details.
    NOTICE of Intent to SOLE SOURCE - Biolytic Lab Performance INC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price purchase order to Biolytic Lab Performance INC for the maintenance and upkeep of Dr. Oligo 48 Medium Throughput DNA Synthesizers. This procurement is critical for ensuring the operational readiness of a laboratory instrument that plays a vital role in standard laboratory operations and public health emergencies, necessitating regular maintenance and access to proprietary codes and OEM parts. Biolytic is uniquely qualified to provide these services due to their trained engineers and exclusive access to genuine OEM parts, with a response time of 24-48 hours for service calls. Interested parties may submit their interest and capability to respond to this requirement via email to the contract specialist by COB January 22, 2026, although this notice is not a request for competitive quotations.
    Serological Assays for the Detection and Characterization of Influenza Viruses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking proposals for "Serological Assays for the Detection and Characterization of Influenza Viruses." The procurement aims to secure services for performing Hemagglutinin Inhibition (HAI) assays on approximately 6,000 human samples annually, with the potential for surge support up to 10,500 tests, alongside the development of new high-throughput serology assays. This initiative is crucial for enhancing the CDC's capabilities in monitoring and responding to influenza outbreaks. Interested parties should note that the solicitation has been reopened, with key deadlines extended, and are encouraged to contact Jennifer Gartzke at jgartzke@cdc.gov for contractual inquiries. The contract will span a base period of 12 months with four additional option years, and all work must comply with Section 508 accessibility standards.
    Laboratory Response Network Support Modification Justification
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking support for the Laboratory Response Network through a modification justification. This procurement involves an exception to the fair opportunity process, as detailed in the attached justification document, which outlines the specific requirements and objectives for this contract. The services sought are critical for enhancing the CDC's capabilities in managing public health emergencies and laboratory response efforts. Interested parties can reach out to Luci Cason at reo3@cdc.gov for further information regarding this opportunity.
    Notice of Intent to Sole Source a Thermo Orbitrap Fusion Lumos and Thermo RSLCnano UPLC Maintenance Agreement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price purchase order to Thermo Electron North America LLC for an annual maintenance agreement for a Thermo Orbitrap Fusion Lumos mass spectrometer and a Thermo RSLCnano UPLC system. This procurement is essential as these highly complex instruments require specialized service and maintenance, which can only be provided by Thermo Electron North America due to their proprietary parts and exclusive service capabilities. The anticipated period of performance for this contract is from January 1, 2026, through December 31, 2028, with interested vendors encouraged to submit their interest and capability to respond to the requirement by emailing Denedra Hardy at qfa5@cdc.gov by December 24, 2025.