Opportunity

SAM #HHS-OMAS-2026-02

Bridge Contract for AWS Cloud IaaS Services for NIH OPA

Buyer

OMAS STRATEGIC BUYING CENTER - INFORMATION TECHNOLOGY

Posted

April 24, 2026

Respond By

May 01, 2026

Identifier

HHS-OMAS-2026-02

NAICS

518210, 541512

This opportunity involves a bridge contract for cloud computing services to support the NIH Office of Portfolio Analysis: - Government Buyer: - Department of Health and Human Services (HHS) - National Institutes of Health (NIH), Office of the Director - Division of Program Coordination, Planning, and Strategic Initiatives, Office of Portfolio Analysis (OPA) - OEM Highlight: - Amazon Web Services (AWS) is the only OEM specified - Products/Services Requested: - AWS Infrastructure-as-a-Service (IaaS) cloud computing services, including AWS Elastic Cloud Compute (EC2) and related offerings - Consulting and technical support services - No specific part numbers or purchase quantities provided - Unique/Notable Requirements: - Services must be provided by an authorized AWS Premier Consulting Partner and AWS Managed Services Provider (MSP) - Support must be delivered by certified technical staff and a US-based support desk - Environment must maintain current Authority to Operate (ATO) and FedRAMP authorizations - Compliance with Federal Information Security Management Act (FISMA) Moderate Authorization and Accreditation - Seamless transition of AWS accounts with no disruption to services or need for ATO updates - Full administrative control of AWS resources must be maintained by the government - Place of Performance and Contracting Office: - Bethesda, MD (place of performance) - 5600 Fishers Lane, Rockville, MD (contracting office) - Period of Performance: - Six-month bridge contract to ensure continuity of mission-critical cloud operations while a competitive procurement is prepared

Description

1.0 DESCRIPTION

The Department of Health and Human Services (HHS), National Institutes of Health (NIH), Office of the Director (OD), Division of Program Coordination, Planning, and Strategic Initiatives (DPCPSI), Office of Portfolio Analysis (OPA), intends to procure services for 6 months, on a sole source basis, Amazon Web Services (AWS) Infrastructure-as-a-Service (IaaS) cloud computing services, including associated consulting and support services, from GovPlace, LLC, 7315 Wisconsin Ave #400E, Bethesda, MD 20814.

This acquisition is for a six-month bridge contract to ensure continuity of OPA's mission-critical cloud computing operations while a competitive procurement is prepared. The services include AWS Elastic Cloud Compute (EC2) and related IaaS offerings, resold through an authorized AWS Premier Consulting Partner and AWS Managed Services Provider (MSP), provisioned within the Continental United States (CONUS) in compliance with Federal Information Security Management Act (FISMA) Moderate Authorization and Accreditation requirements. 

To provide adequate service, the vendor shall: 1) assist the Office of Portfolio Analysis (OPA) in transitioning AWS accounts, in the exact same environment, without disruption in services or relays in workflows; 2) ensure that that OPA will not be required to update its Authority to Operate (ATO) of mission critical systems; 3) ensure that OPA maintains full administrative control of AWS resources and user management; and 4) properly coordinate account transitions such that disruptions in service do not occur.

The publicizing of this notice is in accordance with Revolutionary Federal Acquisition Regulation (RFO) 5.101(a). This will be done as a modification under the current contract HHSN316201500056W/75N98021F00001 based on the Contracting Officer's determination that only one source is available to meet the Government's requirements due to the urgent need for operational continuity and the technical risks associated with transitioning to a new cloud provider within the required timeframe. The applicable North American Industry Classification System (NAICS) code is 518210 – Data Processing, Hosting, and Related Services, and the associated small business size standard is $40 million.

2.0 UNIQUE QUALIFICATIONS OF THE CONTRACTOR

GovPlace, LLC is the incumbent contractor for AWS cloud services supporting NIH OPA under Contract No. HHSN316201500056W / 75N98021F00001, which expires May 31, 2026. GovPlace is an authorized AWS Reseller, AWS Premier Consulting Partner, AWS Managed Services Provider (MSP), and AWS Approved Solution Provider within the AWS Partner Network (APN), with certified technical staff and an authorized 24x7x365 US Person, US Soil support desk.

NIH OPA's existing AWS environment has been uniquely configured over the course of the incumbent contract to support a diverse set of mission-critical workloads, including web-hosted tools and databases, large-scale genomic and biomedical data analysis, and portfolio analysis computing operations. The environment operates under a current Authority to Operate (ATO) aligned with FISMA Moderate requirements and FedRAMP authorizations, provisioned in an AWS US East Coast region.

Transitioning to an alternative cloud provider or reseller within the required timeframe would pose risks, including potential data loss, service downtime, and disruption to mission-critical research and operational workflows. To provide adequate service, the a new provider must assist the Office of Portfolio Analysis (OPA) in transitioning to and accessing current AWS accounts, in the exact same environment, without disruption in services or relays in workflows; ensure that that OPA will not be required to update its Authority to Operate (ATO) of mission critical systems; ensure that OPA maintains full administrative control of AWS resources and user management; and properly coordinate account transitions such that disruptions in service do not occur,

3.0 RESPONSE INSTRUCTIONS

This notice is not a request for competitive quotations. However, all responsible sources may submit a capability statement, which will be considered by the agency. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow the Office of Mission Acquisition Solutions (OMAS) to determine if the party can fulfill the requirement.  All responses must be sent via email to Rukshani Levy, Contracting Officer at Rukshani.Levy@nih.gov by no later than 3:00 PM EST on May 1, 2026.  A determination by the Government not to modify the current award is based upon responses to this notice is solely within the discretion of the Government. To receive an award, contractors must be registered and have valid certification through SAM.gov. Reference HHS-OMAS-2026-02 on all correspondence.

View original listing