Skip to content
Department of Health and Human Services

Annual Renewal and Update of MIN Software

Solicitation: NIAID-NOI-26-2275495-2283513
Notice ID: 8f6c5eb0f10545a996ef62e2615e9f91

Presolicitation from NATIONAL INSTITUTES OF HEALTH • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: MD. Response deadline: Mar 27, 2026. Industry: NAICS 513210 • PSC 7A20.

Market snapshot

Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.

12-month awarded value
$368,046,942
Sector total $557,489,996 • Share 66.0%
Live
Median
$533,622
P10–P90
$370,592$2,085,457
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
66.0%
share
Momentum (last 3 vs prior 3 buckets)
+179%($173,883,798)
Deal sizing
$533,622 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MD
Live POP
Place of performance
Maryland • 20852 United States
State: MD
Contracting office
Bethesda, MD • 20892 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MD20260115 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Frederick
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
MD20260115 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Frederick
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
+77 more occupation rates in this WD
Davis-Baconstate match
MD20260008 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Allegany
Rate
CARPENTER
Base $30.25Fringe $22.00
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $30.25Fringe $22.00
Rate
CEMENT MASON
Base $30.12Fringe $21.35
+74 more occupation rates in this WD
Davis-Baconstate match
MD20260110 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Caroline
Rate
BALANCING TECHNICIAN
Base $32.00Fringe $8.29
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $36.09Fringe $18.76
+57 more occupation rates in this WD
Davis-Baconstate match
MD20260081 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Allegany
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
Rate
CARPENTER
Base $30.25Fringe $22.00
+54 more occupation rates in this WD

Point of Contact

Name
Marlon Garner
Email
Marlon.garner@nih.gov
Phone
Not available
Name
Linda E Smith
Email
Linda.Smith2@nih.gov
Phone
Not available

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
NATIONAL INSTITUTES OF HEALTH
Subagency
NATIONAL INSTITUTE OF HEALTH NIH-OD
Office
Not available
Contracting Office Address
Bethesda, MD
20892 USA

More in NAICS 513210

Description

Solicitation Number: NIAID-NOI-26-2275495 - 2283513

Posted Date:  3/23/2026

Response Date: 3/26/2026

Set Aside: No

NAICS Code:  513210 SOFTWARE PUBLISHERS

Classification Code:  7A20: IT and Telecom – Application Development

Contracting Office Address:

Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, Rockville, MD 20852

Title:   Min Software

Primary Point of Contact: 

Secondary Point of Contact

Marlon.garner@nih.gov

linda.smith2@nih.gov  

Description:

This is a Notice of Intent (NOI). This notice is published in accordance with Federal Acquisition Regulation (FAR) 5.101(a)(1) requiring the dissemination of information regarding proposed contract actions. This is a Notice of Intent to award a sole source, firm-fixed price purchase order under the authority of 41 U.S.C. 253 (c)(1), as implemented by FAR 13.106-1(b) and 13.501(a)- Only One Responsible Source and No Other Supplies or Service Will Satisfy Agency Requirements and is not a request for quotes. The National Institute of Allergy and Infectious Diseases (NIAID) of the National Institutes of Health (NIH) intends to negotiate on an other than full and open competition basis with Min Software which has been acquired by GE HealthCare.  This requirement is Brand Name Only.  NIAID has a need to purchase one (1) year of MIN Software Upgrades and Support Services for the items listed in the attached Bill of Materials (BOM). 

Acquisition purpose and objectives:

This section describes the need in two labs at NIAID:

  1. This software is used in image analysis software that is routinely used by the IRF-Frederick imaging team to analyze medical images. This is a brand name request for the renewal and upgrade of MIM Software of various configurations based on item code # SAM-MSMU-YL01 (See BOM). A major focus of the NIAID Integrated Research Facility (IRF) is advanced quantitative imaging tools to further the research in pre-clinical in-vivo imaging studies of infectious diseases. The IRF contains a unique imaging suite embedded in a BioSafety Level 4 (BSL4) biohazard containment laboratory. MIM software is the primary image viewing and processing software used by the IRF imaging scientists.
  2. This software is used for several ongoing projects described in animal protocols LCIM-3E LCIM-9E and LPD-25E where monkeys and rabbits are used to understand how tuberculosis responds to drug or immunological treatments. This data informs human tuberculosis treatment and have been ongoing since 2009. The items will be used for analyzing images collected from MTB-infected and treated animals to measure their treatment responses and determine the quality and quantity of the tuberculosis lesions.  The IRF is requesting renewal of MIM server and software support. While the IRF holds licenses for this software there is a need for continuous support and upgrades which would be covered by this procurement.

Only one award will be made as a result of this solicitation.  This will be awarded as a firm-fixed price type of contract.

Period of Performance(s) are as follows:

Date of Award (Estimated 4/1/2026) to December 31, 2026*

*Note: the period of performance for this license has lapsed, a reinstatement fee shall cover the lapsed period of performance between January 30, 2026 to the Date of Award (Estimated to be 4/1/2026).  The new period of performance shall be April 1, 2026 to December 31, 2026. 

THIS IS NOT A SOLICITATION FOR COMPETITIVE QUOTATIONS.  All responsible sources that could provide the required services may submit a capability statement that will be considered by email (subject line to reference NIAID-NOI-26-2275495 - 2283513

to Marlon Garner at marlon.garner@nih.gov  and Linda Smith, Linda.smith2@nih.gov , by 11:00 am eastern standard time Friday, March 27, 2026.  All responses received by the closing date of this notice will be considered by the Government.  A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.

This notice does not obligate the Government to award a contract or otherwise pay for any information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.