CARD Masters of Professional Studies (MPS) Fellowship Program
ID: 75N95025Q00195Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIDABethesda, MD, 20892, USA

NAICS

Educational Support Services (611710)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 1:00 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a non-competitive contract for the CARD Masters of Professional Studies (MPS) Fellowship Program. This procurement involves providing educational services for six students enrolled in a Master’s in Data Science program, including specific courses in data analysis and bioinformatics, with all credits being transferrable to the University of Maryland Baltimore County. The anticipated award date is April 30, 2025, and interested parties must submit their proposals by 9:00 a.m. Eastern Standard Time on April 21, 2025, to Kevin Alvarez at kevin.alvarez@nih.gov. The contract is expected to be a firm fixed-price purchase order, with a performance period of twelve months.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 10:08 PM UTC
The document outlines the Federal Acquisition Regulation (FAR) clause 52.212-5, which details contract terms and conditions that businesses must comply with when acquiring commercial products and services under federal contracts. It emphasizes adherence to various FAR clauses related to ethics, subcontracting, employee rights, and environmental considerations, as well as specific legal requirements such as the American Recovery and Reinvestment Act protections and reporting obligations. Key clauses include requirements for small business development, labor standards, employee rights, and restrictions concerning foreign entities and certain telecommunications services. The contractor is also required to allow access to records for audit purposes by the Comptroller General of the United States. This document serves to ensure that contractors understand their obligations under federal law when engaging in government contracts, highlighting the importance of compliance with legislation aimed at promoting fair labor practices, environmental sustainability, and national security considerations.
Apr 11, 2025, 10:08 PM UTC
The document addresses the representation requirements for government contractors related to the provision of telecommunications and video surveillance services as outlined in the federal regulation 52.204-24. The provision includes definitions, prohibitions based on Section 889 of the John S. McCain National Defense Authorization Act, and procedures for offerors to verify compliance. Contractors must declare whether they will provide or use covered telecommunications equipment or services. If they respond affirmatively, they must disclose specific details about the equipment or services, including manufacturers, product descriptions, and explanations for their permissible use. This representation aims to ensure that federal contracts do not involve equipment or services deemed security risks. The emphasis on careful evaluation aligns with federal interests in maintaining national security and protecting sensitive information. Compliance checking against the System for Award Management (SAM) is also mandated. Overall, the regulation serves as a critical framework to mitigate risks associated with telecommunications technologies in federal procurements.
Apr 11, 2025, 10:08 PM UTC
The provision 52.204-26 addresses the requirement for offerors to represent their use of "covered telecommunications equipment or services" in contracts with the federal government. This document outlines the definitions of such equipment and the necessary procedures for compliance, including a review of the System for Award Management (SAM) for excluded entities. The offeror must confirm if it provides or uses any covered telecommunications equipment or services or any systems relying on them. A certification section is included for an authorized individual to sign, affirming the accuracy of the representation. This provision is essential for ensuring that government contracts do not involve telecommunications products or services that may pose security risks, thereby safeguarding federal operations and complying with federal regulations regarding telecommunications and surveillance technologies.
Apr 11, 2025, 10:08 PM UTC
This government document outlines the invoice requirements for contractors delivering supplies or services, emphasizing compliance with both specific and federal regulations. A proper invoice must include essential details such as the contractor’s information, remit address, unique identifiers, and accurate descriptions of goods or services, following the guidelines set out in FAR 32.9. It stipulates that invoices must be submitted electronically via the Department of Treasury’s Invoice Processing Platform (IPP), ensuring timely payment within 30 days post acceptance of the delivered goods or services, barring exceptions for certain perishable items. Failure to comply with these requirements or delays in payment could result in interest penalties as mandated by the Prompt Payment Act. Additionally, contractors are required to expedite payments to small business subcontractors. The document emphasizes the importance of pre-approval for shipping costs and adherence to invoicing standards to facilitate efficient government transactions. This guidance is critical for ensuring that contractors understand their responsibilities within federal procurement processes, ultimately enhancing operational efficiency and compliance in federal grant and contract management.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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 models and demonstration programs under the Affordable Care Act, focusing on reducing expenditures for Medicare, Medicaid, and CHIP beneficiaries while maintaining or improving the quality of care. The contract has a maximum ceiling of $3.5 billion over its duration, with a minimum order threshold of $1,500, and will involve tasks such as data analysis, stakeholder engagement, and program evaluations. Interested parties must submit their proposals by the revised deadline of May 6, 2025, and can direct inquiries to Melanie Suris-Rodriguez at RMADA3@cms.hhs.gov.
Return to Office Design Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals from qualified small businesses for Return to Office Design Services. The primary objective of this procurement is to assist the NIH's Office of Research Services in optimizing workspace efficiency, managing facilities, and implementing cost-saving measures through the repurposing of underutilized areas, while providing strategic recommendations for long-term space utilization. This contract, which is set aside for small businesses under NAICS code 561499, will cover a base year from July 1, 2025, to June 30, 2026, with options for two additional years, and emphasizes compliance with federal guidelines and sustainability goals. Interested parties should contact Isaac J. Bellamy at isaac.bellamy@nih.gov for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
IDIQ for the purchase of human induced pluripotent stem cell-derived cells
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking to award a sole-source contract for the procurement of human induced pluripotent stem cell-derived cells from Fujifilm Cellular Dynamics. This acquisition aims to support a research program focused on microphysiological systems (MPS), which are critical for advanced in-vitro models used in drug safety and efficacy assessments. The cells, including cardiomyocytes, neurons, astrocytes, and hepatocytes, will be cryopreserved and utilized by FDA scientists at the Center for Drug Evaluation and Research, ensuring continuity in ongoing projects due to the established partnership with Fujifilm. Interested vendors may submit capability statements within 15 days of the notice, with the response deadline set for 10 AM EST on May 2, 2025; inquiries should be directed to Telisha Wilson at telisha.wilson@fda.hhs.gov.
Medical Expenditure Panel Survey - Medical Provider Component
Buyer not available
The Department of Health and Human Services, through the Agency for Healthcare Research and Quality (AHRQ), is seeking proposals for a contract related to the Medical Expenditure Panel Survey (MEPS) Medical Provider Component (MPC). The primary objective of this procurement is to collect and analyze data on healthcare utilization and expenditures from various medical providers, including hospitals, physicians, and pharmacies, to enhance the accuracy of national medical expenditure estimates. This data is crucial for informing healthcare policy and improving the understanding of healthcare costs and services in the United States. Interested organizations must submit their proposals by April 24, 2025, and can direct inquiries to Tara Bertolini at tara.bertolini@ahrq.hhs.gov or Jessica Alderton at jessica.alderton@ahrq.hhs.gov. The contract will have a base period of four months, with four optional extensions of 20 months each.
Notice of Intent to Sole Source – TheraDoc subscription
Buyer not available
The National Institutes of Health (NIH) Clinical Center intends to award a firm fixed-price purchase order for subscription services related to the TheraDoc application, exclusively owned by Premier Healthcare LLC. This procurement aims to secure applications, support, maintenance, and training for the TheraDoc clinical surveillance solution, which is critical for enhancing healthcare delivery and patient safety. The acquisition will follow the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for a sole-source solicitation due to the unique nature of the services required. Interested parties may express their capabilities and submit comments to the NIH by November 21, 2024, with inquiries directed to Ryssa Nix at Ryssa.nix@nih.gov.
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
Buyer not available
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.
Renewal of HighBond Audit Essentials Solution Software
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew its subscription for the HighBond Audit Essentials Solution Software, a proprietary tool essential for Governance, Risk Management, and Compliance (GRC) processes. This procurement involves a Firm-Fixed-Price purchase order for software and licenses that enhance audit management capabilities, including 12 professional user licenses and 25 business user licenses, which are critical for maintaining compliance with federal regulations. The HighBond software centralizes audit responses and artifacts, thereby improving system security and streamlining audit processes across NIH. Interested parties must submit a capability statement by April 28, 2025, and can contact Ryan K. Alexander at ryan.alexander@nih.gov for further information.
MSD TOTAL SERVICE PACKAGE SILVER FOR CCD CAMERA
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source contract with Meso Scale Diagnostics for a Total Service Package Silver for a CCD Camera. This procurement aims to support the Vaccine Research Center's efforts in developing monoclonal antibodies and vaccines for infectious diseases, including COVID-19, by utilizing a highly sensitive electrochemiluminescent (ECL) assay system for antibody detection. The urgency of this requirement is underscored by the ongoing threat of COVID-19 variants, making the timely provision of these services critical. Interested vendors must submit their capabilities statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by May 1, 2025, at 12:00 PM EST, with further details available through the provided contact information: Maliaka Pinkney at maliaka.pinkney@nih.gov or Jesse Weidow at weidowjd@niaid.nih.gov.
PATIENT SAFETY MONITORING IN INTERNATIONAL LABORATORIES (pSMILE)
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 businesses for a contract related to Patient Safety Monitoring in International Laboratories (pSMILE). The objective of this procurement is to enhance the capabilities of non-U.S. laboratories in conducting clinical trials in accordance with good clinical laboratory practices (GCLP), ensuring reliable test results and compliance with regulatory standards. The anticipated contract will support approximately 150 labs across 18 countries and includes key activities such as auditing lab compliance, supporting method validations, training laboratory staff, and managing a secure electronic repository for lab documentation. Interested organizations must submit detailed capability statements to demonstrate their expertise and relevant experience, with the contract expected to last for one base year and include six one-year options, potentially extending to a total of seven years. For further inquiries, contact Patrick Finn at patrick.finn@nih.gov or Robert Corno at cornorj@niaid.nih.gov.
NHLBI Procurement Forecast - FY2025-Q1 & Q2
Buyer not available
The National Institutes of Health (NIH), specifically the National Heart, Lung, and Blood Institute (NHLBI), has issued a special notice regarding its procurement forecast for the first and second quarters of Fiscal Year 2025. This notice outlines anticipated contracting opportunities, including a variety of goods and services such as scientific support services, IT security, and specialized scientific equipment, with a focus on fostering small business participation. The forecast serves as a planning tool for potential vendors, indicating that while the projected procurements are subject to change, they are essential for supporting the NIH's mission in health research. Interested parties can find detailed information, including estimated dollar values and points of contact, in the attached document, with initial award dates ranging from late 2024 to mid-2025.