Acquisition Description:
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and solicitation for commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested.
This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-04.
The Solicitation number is RFQ-CC-26-000701 and the solicitation is issued as a Request for Quotes (RFQ).
_________________________________________________________________________________________________________
The National Institutes of Health (NIH) Clinical Center (CC), Department of Clinical Research Informatics (DCRI), utilizes Atlassian Jira Software and Confluence as core platforms for IT Governance, Quality Management, and critical system documentation. The continuity of these platforms is essential for regulatory compliance and system stability. A renewal of this software is required.
Justification: The Jira workflows supporting Master Control and clinical manufacturing have been rigorously developed, configured, tested, and validated to meet stringent FDA audit and compliance standards. Migrating this workflow to a different platform would require a complete re-validation of the new system, including drafting new System Security Plans (SSPs), developing new audit trails, training all affected staff (including Quality Assurance and Clinical Manufacturing personnel), and re-integrating with Master Control. The estimated cost and time associated with this re-validation and regulatory approval process would result in substantial duplication of cost and unacceptable delays to ongoing, life-saving clinical research protocols.
Requirements:
- ATL-MP-JMWE4JIRA-100R: Jira Workflow Toolbox Data Center for Jira Software (Data Center) 100 Users
- ATL-JSWDC-100R: Jira Software (Data Center) 100 Users
- ATL-MP-SCRIPTRUNNER4JDC-100R: Jira Data Center for Jira Software -(Data Center) 100 Users
- ATL-CDC-250R: Confluence (Data Center) 250 Users
- ATL-MP-MSSGFIELD4JDC-100R: Message field Data Center for Jira Software (Data Center) 100 Users
Place of Performance or Delivery:
The estimated Period of Performance is (an extension has been secured with the manufacturer):
Start Date: 12/31/2025
End Date: 12/30/2026
Place of Performance: NIH Clinical Center in Bethesda, MD
Offerors must be offical authorized resellers authorized by the creator/manufacturer of the software.
_________________________________________________________________________________________________________
The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (SEPT 2023)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (DEC 2022)
FAR 52.204-7 System for Award Management (OCT 2018)
(Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record)
FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (JAN 2017)
52.204–26 Covered Telecommunications Equipment or Services-Representation
(OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26
The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (DEC 2022)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (SEP 2023)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
FAR 52.204-13 System for Award Management Maintenance (Oct 2018)
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015)
52.252-2 -- Clauses Incorporated by Reference. (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm.
By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.
The government intends to award a “firm fixed price” order (in the form of a PO, IDIQ, or BPA) to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The government will evaluate quotes to determine the proposal that conforms to the solicitation and presents the best value to the government (eg. the most advantageous to the Government based on price, performance, availability of funds, etc.). The award will be made based on technical capability to meet the requirements/technical factors, price, and past performance.
_________________________________________________________________________________________________________
Submission shall be received not later than 01/14/2026 by @ 04:00 PM EST.
Offers may be emailed to Lu Chang at <lu-chang.lu@nih.gov> by the date and time stated above.
Late submission shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via email to the respective contacts above.
Offers shall include RFQ number in the subject line (RFQ-CC-26-000701).
Offers shall also include the price, delivery timeframes, and any other required documentation/information as mentioned above. Offers that do not meet these requirements may be excluded from consideration.