Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 IDIQ
ID: 75FCMC25RJ018Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR MEDICARE AND MEDICAID SERVICESOFC OF ACQUISITION AND GRANTS MGMTBALTIMORE, MD, 21244, USA

NAICS

Research and Development in the Social Sciences and Humanities (541720)

PSC

HEALTH R&D SERVICES; HEALTH CARE - OTHER; APPLIED RESEARCH (AN42)
Timeline
  1. 1
    Posted Feb 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 2:00 PM UTC
Description

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 developed under the Patient Protection and Affordable Care Act (ACA), focusing on reducing expenditures for Medicare, Medicaid, and CHIP beneficiaries while maintaining or improving care quality. The contract has a maximum ceiling of $3.5 billion and will span from August 1, 2025, to July 31, 2030, with multiple awards anticipated based on the quality of proposals. Interested parties should 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.

Point(s) of Contact
Files
Title
Posted
Mar 20, 2025, 2:07 PM UTC
The document outlines a Request for Proposal (RFP) for the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at supporting the Centers for Medicare & Medicaid Services (CMS). The contract focuses on providing analytic support and technical assistance for healthcare models under the Affordable Care Act to enhance care quality and manage costs for Medicare, Medicaid, and CHIP beneficiaries. Key components include the design, implementation, and evaluation of healthcare delivery models, with a maximum contract ceiling of $3.5 billion over its lifespan. The contractor will engage in tasks such as data analysis, program monitoring, stakeholder engagement, and developing quality measures. Collaboration with CMS's IT and data aggregation contractors is specified to ensure compliance with data governance policies. The document emphasizes the need for qualified personnel with multidisciplinary expertise, covering healthcare research, epidemiology, policy analysis, and statistical methodologies. The overall goal is to facilitate health system transformation through evidence-based practices while adhering to federal regulations and maintaining rigorous analytics within CMS environments. This contract serves as a vital tool for CMS's mission to improve healthcare delivery and access while controlling costs.
The Centers for Medicare & Medicaid Services (CMS) has issued an update regarding the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 IDIQ solicitation, numbered 75FCMC25RJ018. The Contracting Officer, John Cruse, acknowledges a delay in responding to inquiries and edits pertaining to the Request for Proposal (RFP). Consequently, an extension for proposal submissions is anticipated in alignment with this delay. All relevant information about the solicitation updates will be made available on SAM.gov. This communication highlights CMS's commitment to transparency throughout the procurement process and ensures interested parties are informed of significant changes affecting their ability to participate in the RFP.
Mar 20, 2025, 2:07 PM UTC
The Centers for Medicare & Medicaid Services (CMS) has announced a delay concerning responses to inquiries related to the Request for Proposal (RFP) designated 75FCMC25RJ018 for Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 IDIQ. Interested parties are instructed not to submit proposals until further guidance is issued, which will include a new proposal submission deadline reflecting the delay. All updates and additional information regarding this solicitation will be shared on SAM.gov. The communication is signed by John Cruse, the Contracting Officer, emphasizing adherence to the revised timeline for the submission of proposals. This notification is significant for stakeholders in the federal contracting arena, as it directly impacts the timeline and planning for potential offerors.
Mar 20, 2025, 2:07 PM UTC
The HHS Subcontracting Plan Template outlines requirements for federal contracts exceeding $700,000 (or $1,500,000 for construction) to ensure small business participation. It provides a structured format for offerors to submit their Individual Subcontracting Plans, aligning with the Small Business Act and Federal Acquisition Regulations. The template includes sections for project information, subcontracting goals—such as 31% for small businesses and 5% for various subcategories—and a description of subcontracting opportunities. Offerors must detail the methodology used to establish goals, identifying potential sources for small businesses. The document emphasizes good faith efforts in subcontracting, timely payments, and the maintenance of records to ensure compliance. Key elements include defining responsibilities for subcontracting program administration and assurance of fair opportunities for small businesses to compete for contracts. The overall goal is to foster inclusivity in federal contracting by utilizing small and disadvantaged business concerns throughout the procurement process, reinforcing the federal commitment to economic diversity and support for smaller enterprises.
Mar 20, 2025, 2:07 PM UTC
The "Consent to Subcontract" document outlines the requirements for a Prime Contractor to obtain consent from the Centers for Medicare & Medicaid Services (CMS) before subcontracting services or supplies. It mandates the submission of several key elements, including a description of the subcontracted services, identification of the subcontractor and pricing, and various financial disclosures such as cost or pricing data and a negotiation memorandum. This memorandum must detail significant considerations in price negotiations, discrepancies in cost data, and any relationship between the prime contractor and subcontractor. Additional inquiries focus on the approval of the subcontractor’s purchasing system and any potential ownership affiliations. These requirements ensure compliance with federal regulations and promote transparency in government contracting processes, ultimately aiming for fair and equitable pricing and performance standards in the provision of services.
Mar 20, 2025, 2:07 PM UTC
The document outlines the structure and requirements for submitting questions related to the Research Measurement Assessment Design Analysis (RMADA) Request for Proposals (RFP). It specifies the information that proposers must provide, including the company name, address, and contact details. The RFP is segmented into various sections including general information, proposal instructions, offeror information, and volumes for technical and business proposals. Each section is designed to guide the submission process and ensure clear communication of questions regarding different proposal components. Additionally, there are conflict of interest queries and specific questions related to each proposal volume. The document serves as a framework to facilitate effective engagement between the government and potential proposers in the context of soliciting competitive proposals for federal and local funding opportunities. Overall, it emphasizes organized submission procedures to maintain transparency and clarity in the RFP process.
Mar 20, 2025, 2:07 PM UTC
The document outlines a Past Performance Questionnaire for the Centers for Medicare & Medicaid Services (CMS) related to the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 IDIQ contract. It emphasizes the significance of past performance in federal procurement processes and requests references from Offerors/Contractors to evaluate their previous work with customers. The questionnaire assesses five key performance areas: Quality, Cost Control, Schedule, Management, and Utilization of Small Businesses, directing evaluators to provide ratings and detailed comments based on a specified scale. The document stipulates submission methods, emphasizes the importance of thorough responses, and ensures confidentiality where applicable. The primary goal is to gather relevant performance information to aid CMS in making informed decisions on prospective contract awards.
The document outlines the necessary expertise and capabilities for tasks related to RMADA 3, emphasizing a multi-disciplinary approach including economists, health professionals, and data analysts. Key areas of work include developing complex research designs, implementing primary and secondary data collection methods, performing statistical analysis, and possessing subject matter expertise in CMS policies. The document highlights the importance of effective communication across diverse professional fields, as well as skills in report writing and synthesizing findings. Additionally, it discusses the need for creating learning networks to foster shared knowledge among stakeholders. The overall purpose is to establish the required qualifications for prospective contractors involved in federal grants and RFPs focused on healthcare research and evaluation. This summary underscores the document's role in guiding the selection of capable professionals for comprehensive healthcare assessment projects.
The document outlines the requirements for contractors or offerors regarding conflicts of interest (COIs) as part of a federal solicitation or contract. It mandates the submission of information related to corporate structure, actual or potential COIs, and financial interests. Offerors must disclose all relevant contracts that could create COIs, detailing the nature of these conflicts and the affected entities. A structured approach to managing COIs is emphasized, including a description of oversight processes and proposed mitigation plans. The document also addresses personal conflicts of interest (PCIs), requiring thorough analysis of financial disclosures of governing body members and key personnel. Contractors are responsible for assessing their subcontractors' COIs to ensure compliance. The main purpose is to ensure transparency and ethical standards in federal contracting, minimizing the risk of biased decision-making or compromised objectivity during contract performance. This framework supports the integrity of federal grants and local RFP processes by mandating a comprehensive review of potential conflicts throughout the contract lifecycle.
The document outlines a framework for the Personal Conflicts of Interest (COI) Financial Disclosure process for offerors and contractors involved with the Centers for Medicare & Medicaid Services (CMS). It emphasizes that the provided template is advisory, allowing organizations to create their own forms while ensuring they capture necessary COI information. Key requirements include the collection and analysis of financial disclosures for governing body members and key personnel associated with the contract. The disclosure encompasses various aspects, such as reportable assets, income sources, liabilities, outside positions, and gifts or travel reimbursements. Specific definitions guide the organization in identifying relevant information. A compliance officer's analysis is mandated, assessing any potential conflicts and outlining mitigation strategies where needed. The document also includes a sample assessment, demonstrating the procedure for identifying and addressing conflicts effectively. Overall, it serves to ensure transparency and mitigate biases associated with personal interests in the performance of government contracts related to healthcare.
The document provides detailed instructions for contractors on completing a Cost Reimbursement CLIN/SLIN, specifically focusing on adjusting cost categories and accurately reporting incurred costs. Contractors must align their internal accounting structures with the designated cost categories, submit periods of performance, and ensure all calculations in the provided spreadsheet are functional and accessible for review by the Centers for Medicare & Medicaid Services (CMS). Key tasks include entering actual costs to date, estimating costs to complete remaining work, and disclosing indirect rates. The structure supports multi-year reporting by requesting separations for costs that span multiple fiscal years. Each cost category—direct labor, overhead, and other direct costs (ODCs)—is broken down into subtotals, with a final total presented for the overall costs associated with the specific CLIN/SLIN. Additionally, contractors are instructed to replicate the template for reporting multiple CLINs, ensuring clarity and organization in their submissions. Overall, this document serves to guide contractors in accurately reporting financial data for federal grants and state and local RFPs, emphasizing compliance, clear communication of costs, and adherence to government financial reporting standards.
The document provides detailed instructions for contractors on how to complete the Time and Materials (non-commercial item) CLIN/SLIN. Key steps include adjusting cost categories in a specified column, entering the period of performance, and providing actual incurred labor and material costs, along with estimates to complete the work. Contractors must ensure that indirect rates are documented accurately, and the structure allows for reporting across multiple CLINs or SLINs through a standardized template. The calculations within the submission must remain transparent for review by CMS, emphasizing the need for functional formulas in the provided spreadsheet. Additionally, costs must be categorized by accounting/fiscal years when applicable, ensuring clarity in financial reporting. The document is part of broader compliance requirements within the context of federal RFPs and grants, guiding contractors on proper reporting and accountability in federal contracting processes.
Mar 20, 2025, 2:07 PM UTC
This government document outlines a solicitation for bids related to supplies or services needed by the Centers for Medicare & Medicaid Services (CMS). It is marked as a rated order under the Defense Production Act, emphasizing the urgency of the requirements. The solicitation includes detailed instructions for submitting sealed offers, including the deadline and necessary contact information for inquiries. Key sections provide an overview of the evaluation factors for awarding contracts, instructions and conditions for offerors, and a list of documents and attachments relevant to the solicitation. The document serves as both a formal request for proposals (RFP) and guidance on compliance with the bidding process, setting forth expectations for potential contractors, including acknowledgment of any amendments and specifics regarding discount offers and delivery timelines. Furthermore, it includes contractual stipulations administered by designated officials, ensuring a structured approach to awarding contracts and processing payments. Overall, this solicitation aims to gather competitive proposals to fulfill specified services or products for CMS in a timely manner, while adhering to regulatory standards and promoting transparency in public procurement processes.
Mar 20, 2025, 2:07 PM UTC
The purpose of the RMADA3 IDIQ contract is to provide analytic support and technical assistance for programs related to the Patient Protection and Affordable Care Act (ACA). The contractor will assist in researching, designing, and evaluating models aimed at reducing expenditures in Medicare, Medicaid, CHIP, and for uninsured beneficiaries while ensuring the quality of care is maintained or improved. This indefinite-quantity/indefinite-delivery contract allows the Government to place orders for services with a minimum threshold of $1,500 and a maximum limit of $3.5 billion over the contract's duration. Payment terms are contingent on task order performance and compliance with submission requirements. Orders may vary in structure, including firm fixed-price or cost-reimbursement models, while travel and direct costs will be reimbursed as per established federal guidelines. The overarching goal of the contract is to enhance healthcare service delivery through innovative financial models and analytical assessments.
Mar 20, 2025, 2:07 PM UTC
The Centers for Medicare & Medicaid Services (CMS) seeks contractor support through the Research, Measurement, Assessment, Design, and Analysis (RMADA) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract facilitates a broad range of analytical and technical assistance to enhance healthcare delivery models derived from legislative reforms like the Affordable Care Act. Key objectives include effective model design, implementation and operational monitoring, data analysis, stakeholder engagement, and the dissemination of best practices. Contractors will not develop new IT systems but will work within CMS-provided environments and collaborate on data aggregation efforts. The work encompasses program monitoring, participant support, quality improvement initiatives, and modeling evaluations that use quantitative and qualitative methodologies. Contractors will produce educational materials in diverse formats and ensure compliance with data governance and privacy regulations. By implementing effective learning systems and facilitating model recruitment, the contractor will contribute significantly to CMS's goal of improving healthcare quality and reducing costs while ensuring stakeholder engagement in transformative system changes.
Mar 20, 2025, 2:07 PM UTC
The document outlines the requirements for packaging and marking all deliverables under a federal contract. It emphasizes that all items must conform to the specifications stated in the Statement of Work and any additional stipulations specified in individual Task Orders. This section underscores the importance of adhering to precise guidelines to ensure proper handling and identification of materials during shipping. By highlighting the need for compliance with established requirements, the document reinforces the structured approach of federal contracts, ensuring efficiency and accountability in the delivery process.
Mar 20, 2025, 2:07 PM UTC
This document outlines the inspection and acceptance process for services rendered under a federal contract. It indicates that all work is subject to inspection by either the Contracting Officer or their authorized representative. Section E.1 incorporates several Federal Acquisition Regulation (FAR) clauses by reference, specifically detailing the standards for inspecting various types of services—fixed-price, cost reimbursement, and time and material contracts. The Contracting Officer Representative is designated as responsible for ensuring the satisfactory inspection and acceptance of the contractor's performance. Adherence to the specified FAR clauses is mandatory for all delivered services under the contract. Overall, this section reinforces the importance of regulatory compliance and quality assurance within federal contracting practices.
Mar 20, 2025, 2:07 PM UTC
This document outlines the delivery and performance requirements of an Indefinite Delivery Indefinite Quantity (IDIQ) contract, specifying clauses incorporated by reference, including provisions such as stop-work orders and government delays. The expected period of performance is from August 1, 2025, to July 31, 2030, with the stipulation that the total duration of funded task orders may not exceed ten years. Contractors are mandated to submit reports and deliverables according to individual task orders, ensuring compliance with Section 508 of the Rehabilitation Act. Each report must reference the contract and task order numbers. The document serves to inform potential contractors about essential contractual obligations, performance timelines, and reporting standards, critical for facilitating effective government procurement and ensuring adherence to legal and regulatory requirements.
Mar 20, 2025, 2:07 PM UTC
This government document outlines the contract administration data relevant to federal contracts, particularly those involving the Department of Health and Human Services (HHS). Key sections cover various essential components: - **Accounting and Appropriation Data**: Details on how funding will be determined on a task order level, emphasizing that data is to be determined (TBD) at issuance. - **Indirect Cost Rates**: Specific requirements for contractors regarding provisional billing rates and final indirect cost rates, including necessary proposals and submissions to various HHS bodies. - **Payment Procedures**: Stipulations concerning the preparation and submission of invoices, including unique identifiers and detailed documentation required for reimbursement. - **Contractor Performance Evaluations**: Establishment of how contractors are assessed based on their performance, including the use of the Contractor Performance Assessment Reporting System (CPARS). The document emphasizes compliance with various regulations (FAR and HHSAR) and requires contractors to maintain adequate accounting systems and ensure proper reporting in accordance with contract terms. Overall, the document serves as essential guidance for contractors to navigate their responsibilities effectively while adhering to federal regulations.
Mar 20, 2025, 2:07 PM UTC
This government document outlines critical contract requirements, focusing on special contract stipulations related to personnel and information security for contractors involved with the Centers for Medicare & Medicaid Services (CMS). It emphasizes the importance of key personnel, requiring contractors to notify CMS before diverting key staff and to provide necessary justifications. A robust conflict of interest program is mandated, identifying various types of conflicts and requiring oversight and mitigation plans. Furthermore, it delineates strict protocols for information security, especially regarding protected health information (PHI) under HIPAA. Contractors must establish safeguards to protect CMS data and report any breaches swiftly. The document incorporates compliance with federal security standards, requiring background checks and identity verification for personnel access to CMS facilities. Overall, the file serves as a comprehensive guide to ensure contractors adhere to stringent federal regulations, thereby protecting both the integrity of the healthcare systems and the confidentiality of sensitive information, reflecting the government's commitment to oversight and responsible contract management.
Mar 20, 2025, 2:07 PM UTC
The document outlines a comprehensive set of contract clauses relevant to federal government contracts, specifically focusing on procurement regulations. It includes various Federal Acquisition Regulation (FAR) clauses, the Health and Human Services Acquisition Regulations (HHSAR), and specific requirements related to ethics, compliance, and subcontractor management. Key topics include definitions of terms, duties regarding gratuities, anti-kickback procedures, limitations on subcontractor sales, conflict of interest prevention, and whistleblower protections. Additional sections focus on security requirements for contractor personnel, guidelines for electronic and information technology accessibility per Section 508, and stipulations about ordering procedures and limitations within the contracts. There are also provisions detailing the treatment of confidential information, particularly concerning data privacy under the Privacy Act. Importantly, the document emphasizes contractor responsibilities for data and system security, including compliance with FedRAMP standards for cloud-based services. This record serves as a critical reference for organizations seeking government contracts, clarifying obligations and expectations to ensure regulatory compliance and ethical conduct in services provided to the government.
Mar 20, 2025, 2:07 PM UTC
This document outlines the list of attachments relevant to a government Request for Proposal (RFP) or grant application, highlighting critical components needed for compliance and evaluation. Key items include a Small Business Subcontracting Plan (J.1), Consent to Subcontract (J.2), and a Question Submission Template (J.3) to facilitate communication during the proposal process. Additional essential documents encompass a Past Performance Questionnaire (J.4) for assessing bidders' previous projects, background information for the Statement of Work (J.5), and requirements related to Contractor Business Ethics and Conflict of Interest (J.6). Furthermore, personal conflicts of interest must be disclosed (J.7), alongside two estimates at completion for different contract types (J.8). This structured approach ensures that all bidders comply with ethical standards, organizational policies, and provide relevant background information to enable fair evaluation and awarding of contracts. The comprehensive attachment list serves as a guide for potential contractors, ensuring transparency and adherence to federal guidelines in the RFP process.
Mar 20, 2025, 2:07 PM UTC
The document outlines the representations, certifications, and other statements required from offerors and quoters in response to a federal Request for Proposals (RFP). It mandates that the offeror’s authorized individual signs the documents, certifying the truthfulness of the representations to avoid legal consequences. The RFP contains incorporated solicitation provisions, including regulations concerning federal contract compliance, such as disclosing payments to influence federal transactions and adherence to veterans' employment reporting requirements. The document defines eligibility under specific government programs, including small business classifications, and mandates financial disclosures, such as sales history and employee counts. Additionally, it requires contractors to report any responsibility matters, including past convictions or unpaid taxes. This document serves as a comprehensive guideline for prospective contractors, detailing their obligations and the processes to ensure compliance with federal regulations, reflecting the government's commitment to transparency and accountability in its contracting practices.
Mar 20, 2025, 2:07 PM UTC
This document outlines the instructions, conditions, and notices relevant to the Request for Proposals (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract issued by the Centers for Medicare & Medicaid Services (CMS). It integrates Federal Acquisition Regulation (FAR) and Department of Health and Human Services Acquisition Regulation (HHSAR) clauses by reference. Key details include the type of contract, which allows for multiple awards with varied pricing arrangements and specifies the North American Industry Classification System (NAICS) code as 541720 with a small business size standard of $28 million. Offerors are required to submit proposals consisting of a technical proposal, a business proposal, and other administrative data by specific deadlines. Moreover, compliance with electronic and information technology accessibility standards under Section 508 is emphasized. The proposal instructions detail organization and submission guidelines, including required documentation and evaluation criteria for past performance and proposed staffing. The importance of meeting these requirements is underlined, as non-compliance may lead to ineligibility for contract award. The document highlights the evaluation process, encouraging collaboration and clear communication among all parties involved to enhance service delivery in federal healthcare programs.
Mar 20, 2025, 2:07 PM UTC
This document outlines the evaluation factors and procedures for awarding contracts under a federal solicitation for Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The Government will employ a best value continuum approach, prioritizing evaluation factors other than cost or price, according to FAR guidelines. Proposals will be evaluated on their technical approach, personnel skill mix, management plan, and past performance. Key ratings defined range from "Excellent" to "Unacceptable," based on the likelihood of meeting project objectives. The offerors are expected to provide comprehensive information to avoid technical rejection during evaluation. The Government anticipates awarding multiple IDIQ contracts based on the quality of proposals, with a focus on past performance in relevant contracts. Cost evaluation considers labor categories and rates, although it is secondary to the quality of non-cost factors. Additionally, conflict of interest reviews will be conducted to ensure compliance with ethical standards. This framework enables the Government to select contractors who can deliver high-quality services while managing costs effectively and ethically.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at providing comprehensive medical and dental readiness services to military personnel, including both active and reserve components enrolled in TRICARE Prime Remote. The contract, valued at a maximum of $1.61 billion, will span ten years and includes a transition-in period followed by a base period and nine optional years of performance, emphasizing the importance of maintaining a medically ready force. Key services required under this contract include health assessments, treatment modalities, and logistical support for scheduling and implementing services, ensuring compliance with military health standards. Interested contractors should direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil, with proposals due by April 26, 2025.
Drug Utilization: Hospital Inpatient & Emergency Dept. Data (Recompete)
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking proposals for a contract titled "Drug Utilization: Hospital Inpatient & Emergency Dept. Data (Recompete)." The primary objective of this procurement is to gain immediate and unlimited access to commercially available drug utilization data for both adult and pediatric populations in hospitals, which will support the FDA's regulatory activities related to drug safety and utilization assessments. This data is crucial for enhancing public health safety and informing regulatory decision-making regarding marketed drugs. Interested parties should note that the contract may cover up to $5 million over several years, with a response deadline of April 16, 2025. For further inquiries, potential offerors can contact Ryan Alexander at ryan.alexander@fda.hhs.gov.
75N93025R00013 - Medical Residents for NIH's Clinical Center
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for the provision of Medical Residents at its Clinical Center in Bethesda, Maryland, under RFP No. 75N93025R00013. The contract aims to enhance clinical care for adult and pediatric inpatients involved in NIH research, requiring contractors to supply postgraduate medical residents who will deliver primary medical care and respond on-site within an hour when called. This initiative is crucial for bolstering healthcare services at the NIH, ensuring compliance with federal regulations, and maintaining high standards of patient care. Interested offerors must submit their proposals by April 14, 2025, and can direct inquiries to primary contact Sevag Kasparian at Sevag.Kasparian@nih.gov or secondary contact Maya Joseph at Maya.Joseph@nih.gov.
Informatica Enterprise License Agreement (ELA)
Buyer not available
The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), is seeking responses to a Request for Information (RFI) regarding an Informatica Enterprise License Agreement (ELA). The objective is to gather insights on providing services that enhance access to Informatica software products and ensure effective maintenance support within CMS's Office of Information Technology, in alignment with the MEGABYTE Act aimed at improving software license management. The procurement will focus on capabilities such as ETL automation, data quality management, and scalability, with interested parties required to submit detailed proposals outlining their solutions and transition plans. For further inquiries, interested vendors can contact Walker Hare at walker.hare@cms.hhs.gov or Julie Bebber at julie.bebber@cms.hhs.gov.
DK10--VA-25-00010161 Health Information Coding, Billing, and Auditing (HICBA) VistA Integration, Reporting and Revenue (VIRR)
Buyer not available
The Department of Veterans Affairs is soliciting proposals for a Health Information Coding, Billing, and Auditing (HICBA) software solution that integrates with the Veterans Health Information Systems and Technology Architecture (VistA). This initiative aims to enhance revenue and reporting capabilities within the VA system, supporting the overall mission to improve healthcare services for veterans. The contract, referenced by solicitation number 36C10B25R0015, has a budget of $34 million and includes a delivery timeframe from June 1, 2025, through multiple option periods up to May 30, 2030. Interested vendors must submit their proposals by April 10, 2025, at 10:00 AM Eastern Time, and direct any questions to Contract Specialist Lauren Sankar or Contracting Officer Heather Utt by April 7, 2025.
W9127824R0033 ? Phase One ? Perform Design-Build Construction, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract in Support of the Defense Health Agency (DHA), Northern Region
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on design-build construction services in support of the Defense Health Agency (DHA) for the Northern Region. This contract aims to provide a comprehensive range of design-build, repair, and construction services for DHA medical treatment facilities and research laboratories, ensuring timely and cost-effective responses to facility requirements primarily at military installations. The project is categorized as unrestricted and includes a specific emphasis on service-disabled veteran-owned small businesses, with new construction project costs adhering to statutory limits under the U.S. Army's Operation and Maintenance program. Interested parties can reach out to Lanell Roberts at lanell.a.roberts@usace.army.mil or Robert McAllister at ROBERT.S.MCALLISTER@USACE.ARMY.MIL for further details, as the solicitation number has transitioned from W9127824R0033 to W9127825RA007.
Indefinite Delivery Multiple Award Task Order Contract (MATOC), Defense Health Agency (DHA) Medical Treatment Facility (MTF) Operations and Maintenance (O&M) Services of Real Property
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking qualified contractors for an Indefinite Delivery Multiple Award Task Order Contract (MATOC) focused on Operations and Maintenance (O&M) services for Defense Health Agency (DHA) Medical Treatment Facilities (MTFs) across the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The contract will encompass a range of services including preventive maintenance, inspection, and repair of various systems within healthcare facilities, such as HVAC, plumbing, and electrical systems, ensuring compliance with applicable codes and standards. This procurement is critical for maintaining operational readiness and safety in healthcare environments, with an estimated contract capacity of $480 million over five years, and individual task orders ranging from $5,000 to $60 million. Interested firms must respond to the Sources Sought announcement by April 13, 2025, and can direct inquiries to Sharon Kindall or Marcus Mitchell via email.
OPTN Next Generation IT - Multiple Award Blanket Purchase Agreement (MA-BPA)
Buyer not available
The Department of Health and Human Services (HHS) is seeking vendors to support the modernization of the Organ Procurement and Transplantation Network (OPTN) through a Multiple Award Blanket Purchase Agreement (MA-BPA). This procurement aims to provide expert services in areas such as product management, Human-Centered Design, agile application development, and systems security to enhance the OPTN's IT infrastructure, which is crucial for managing organ donation and transplantation processes in the United States. The total estimated value of this contract is approximately $185 million over five years, contingent upon funding availability, with the deadline for quote submissions extended to June 26, 2025. Interested parties can reach out to Emily Graham at egraham@hrsa.gov for further inquiries.
ADAPT Contract Research Organization Support Services
Buyer not available
The Department of Health and Human Services, through the Advanced Research Projects Agency for Health (ARPA-H), is seeking proposals for the ADAPT Contract Research Organization (CRO) Support Services aimed at enhancing precision cancer therapy. The primary objective is to develop an adaptive cancer treatment platform that integrates advanced analysis techniques and biomarker discovery to improve treatment strategies for metastatic cancer, focusing on therapy recommendations, evolutionary clinical trials, and a treatment analysis platform. This initiative is crucial for advancing cancer research and improving patient outcomes by matching therapies with evolving tumor biology in real-time. Proposals are due by April 11, 2025, with questions accepted until April 3, 2025. Interested parties can contact Steven Snyder at steven.snyder@arpa-h.gov or Clare Sanchez at clare.sanchez@arpa-h.gov for further information.