Notice of Intent to Sole Source - Optimoz Inc
ID: 202500644Type: Presolicitation
Overview

Buyer

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

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 8:30 PM UTC
Description

The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to negotiate a sole source contract with Optimoz Inc. for operations and maintenance support services related to the Virgin Islands’ Immunization Information System (IIS). This procurement aims to enhance the functionality and operational efficiency of IISs, which are critical for assessing vaccination rates and managing public health interventions to prevent vaccine-preventable diseases. The contract is justified under FAR 6.302-1, as Optimoz Inc. is the only vendor capable of providing these services without causing disruption or inefficiency in the existing IIS framework. Interested parties may submit capability statements or proposals to Matthew Nelson at mnelson2@cdc.gov by April 11, 2025, at 4:30 PM EST for consideration.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Notice of Intent to Sole Source - University of Michigan - Vaccine Cost-Effectiveness Models
Buyer not available
The Centers for Disease Control and Prevention (CDC) intends to award a sole source firm fixed price contract to the University of Michigan for access to proprietary models that assess the cost-effectiveness of vaccines. This procurement aims to secure detailed reports based on these models, which are deemed essential for the CDC's vaccine evaluation efforts, as no other models are known to provide the required level of detail. The contract will cover a base year with four additional option years, and interested parties may express their interest or capability to respond within fifteen days of this notice. Responses should be directed to contract specialists William O’Bryan at rvq0@cdc.gov and Ruben Reyes-Colon at qmz3@cdc.gov by 3:00 PM EDT on April 11, 2025.
Custom Labels Requirement
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to procure custom labeling materials through a sole-source contract with Multisystems Inc. This procurement involves specialized RM 66171 Clear PolyPro labels and Thermal Transfer Ribbon Wax/Resin, which are essential for labeling specimen tubes that must endure extremely low temperatures. The labels are critical for the CDC's dengue research specimen handling and must meet specific requirements, including compatibility with the ZT 230 Printer and compliance with CLIA regulations. Interested parties are encouraged to express their capability to fulfill these requirements by April 4, 2025, and should contact Ashley Williams at dal3@cdc.gov or Sheena Delaine at kpz5@cdc.gov for further information.
Provide In Person and Virtual Training - Immunization
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking a contractor to provide in-person and virtual training programs focused on immunization for healthcare professionals serving American Indian and Alaska Native (AI/AN) communities. The primary objective of this procurement is to enhance the capacity of IHS staff to reduce the risk of infectious diseases through increased immunization uptake, addressing significant health disparities within these populations. This fixed-price contract includes a one-year base period with an option for an additional year, and proposals will be evaluated based on technical capability, key personnel qualifications, relevant past performance, and price, with a submission deadline of 12:00 PM EST on April 18, 2025. Interested contractors should direct inquiries and submissions to Darryl Smith at darryl.smith@ihs.gov.
6550--Lab Testing Services - (HIV/HCV/HPV/On)
Buyer not available
The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Roche Diagnostics Corporation for lab testing services related to HIV, HCV, and HPV at the Corporal Michael J. Crescenz VA Medical Center. The contractor will be responsible for providing FDA-approved laboratory systems, instruments, maintenance, and consumables necessary for clinical testing, including a fully automated PCR testing platform with advanced features for real-time detection and minimal maintenance. This procurement is crucial for ensuring the delivery of quality healthcare services to veterans through efficient laboratory solutions. Interested parties must express their interest or submit capabilities by February 13, 2025, and can contact Contract Specialist Yazmin Alvarez at yazmin.alvarez@va.gov or 302-944-2511 x5202 for further information.
CDC DFWED NARST Sensititre Supplies
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source contract for antimicrobial resistance testing supplies, specifically Sensititre™ broth microdilution testing products, from ThermoFisher Scientific. This procurement is essential for the National Antimicrobial Resistance Monitoring System (NARMS), which has utilized these proprietary materials since 1996 to ensure a standardized approach to monitoring enteric bacteria resistance. The unique nature of these supplies necessitates this sole source approach, as alternatives would require significant investments in new equipment and validation processes, potentially disrupting critical surveillance efforts. Interested parties may respond within 15 days to express their interest, with proposals directed to contract specialist Ashley Williams at dal3@cdc.gov.
Notice of Intent to Sole Source - Support Services for TCI & DPOMS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Service Center, is issuing a special notice regarding a proposed sole-source contract for support services related to their Time Control Industrial (TCI) and Depot Management (DPOM) systems. The contract is intended to be awarded to Heuristic Management Systems Inc. (HMS Software) due to the proprietary nature of their software, which necessitates that only HMS can provide the required support, upgrades, and maintenance. This procurement is critical for ensuring the continued functionality and enhancement of the Coast Guard's software systems, which are vital for operational efficiency. Interested vendors are invited to submit their qualifications in writing to the designated contacts, Brianna Riffle and Mark Rushing, by 10:00 AM ET on April 7, 2025, as this notice is not a Request for Quotation (RFQ) and emphasizes written communication only.
J065--Notice of intent to sole source Excellence Support Services
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to Par Excellence Systems Inc. for annual maintenance, support services, and software licenses related to weight-based inventory management systems utilized across Veterans Integrated Service Networks (VISN) 20. This procurement is necessary due to the proprietary nature of the systems, which limits competition as Par Excellence is the only source capable of providing the required services. Interested parties may submit capability statements, proposals, or quotations by 6 A.M. Pacific Time on April 7, 2025, to Contract Specialist Gregory Watson at Gregory.Watson2@va.gov. The NAICS code for this opportunity is 541990, with a large business size standard of $19.5 million, and the government will not incur costs for submitted information.
Serological Assays for the Detection and Characterization of Influenza Viruses
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is soliciting proposals for a contract to provide serological assays for the detection and characterization of influenza viruses. The primary objective of this procurement is to support the CDC's Influenza Division by conducting hemagglutination inhibition assays on approximately 6,000 human serum samples annually and developing new serology platforms to enhance testing capabilities. This contract is critical for improving influenza surveillance and vaccine effectiveness studies, ensuring timely and accurate public health responses. Interested vendors should note that the new ship date for assays is March 31, 2025, with results due by April 15, 2025, and can contact Jennifer Gartzke at jgartzke@cdc.gov or 404-498-0020 for further information.
INTENT TO SOLE SOURCE - CAREFUSION for Pyxis rental with full support
Buyer not available
Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to negotiate a sole source contract with CareFusion Solutions for Pyxis rental with full support. Pyxis is a drug automated distribution system that controls the availability, access distribution, and patient safety. The contract will be in effect from the date of award to March 31, 2025. This is a non-competitive procurement based on exclusive licensing agreement. Other potential sources may submit a capability statement by July 24th, 2024.
OEHE GIS Support Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide Geographic Information System (GIS) Support Services through a presolicitation notice for Solicitation 75H70125R00030. The procurement aims to enhance GIS capabilities within the Office of Environmental Health and Engineering (OEHE) by developing and maintaining feature service schemas, providing technical support, and conducting training workshops, among other tasks. This initiative is crucial for improving healthcare service delivery in native communities by modernizing infrastructure and ensuring effective use of GIS technology. The contract is structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement with a total budget ceiling of $9.9 million, and interested parties should contact Thupten Tsering at Thupten.Tsering@ihs.gov or 206-615-2452 for further information. The solicitation is anticipated to be released in April 2025, with proposals due at least 30 days after issuance.