Organ Procurement Transplantation Network (OPTN) Information Technology (IT) System Cloud Migration
Combined Synopsis Solicitation from HEALTH RESOURCES AND SERVICES ADMINISTRATION • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: United States. Response deadline: Feb 20, 2026. Industry: NAICS 541511 • PSC DC01.
Market snapshot
Awarded-market signal for NAICS 541511 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541511
Description
Amendment 0001 issued to update Sections L and M as highlighted in attachment.
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Federal Acquisition Regulation (FAR) part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. HRSA anticipates award and performance to take place late February 2026.
HRSA intends to Award a Sole Source Firm Fixed Price Contract IAW Federal Acquisition Regulation (FAR) Part 12 and 15 procedures, under the authority of FAR 6.103-1: Only one responsible source and no other supplies or services will satisfy agency requirements.
The intended Contractor is United Network For Organ Sharing (UNOS), a nonprofit organization, located at 700 N 4TH ST, RICHMOND, VA 23219 USA.
Competition is not possible as UNOS is the only responsible source capable of performing the migration of the Organ Procurement and Transplantation Network (OPTN) Information Technology (IT) system from the current Nutanix platform to the cloud. No other vendor besides UNOS possesses the access, technical expertise, and operational authority required to migrate the OPTN IT system safely and effectively while preserving the integrity of ongoing operations. The Government’s lack of administrative control of the current private cloud environment makes it impossible to direct or oversee migration efforts without UNOS’s cooperation. The system’s complexity, coupled with its critical public health function, requires that migration be executed by the entity that both owns and operates the current environment to prevent catastrophic service disruptions. Any attempt to have another vendor conduct the migration without UNOS’s cooperation would require reverse-engineering the system and reconstructing its proprietary architecture—an action that is not only technically infeasible but would also be cost-prohibitive, fraught with risk, and not in the best interest of the government or the American public. The potential consequences include corruption of data, loss of historical records, interruption of organ-matching operations, and immediate threat to patient safety. As such, UNOS is uniquely qualified and solely capable of executing the migration in a manner that ensures uninterrupted service, data fidelity, and compliance with all operational requirements.
No other contractor or federal entity can execute this transition without risking data loss, system downtime, or direct harm to patient care.
Solicitation number (75R60226Q00006) is issued as a request for proposal (RFP) to provide all personnel, management, materials, equipment, and services necessary to migrate the Organ Procurement and Transplantation Network (OPTN) Information Technology (IT) system from the existing private on-premises Nutanix Hyper-Converged Infrastructure (HCI) to a modern, secure, scalable, and resilient cloud-based IT environment that meets current and future operational requirements. The administrative access and controls to the private data center, equipment, and underlying codebase are under the control of United Network For Organ Sharing (UNOS), a nonprofit organization, located at 700 N 4th St, Richmond, VA 23219.
This acquisition is not set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
The North American Industry Classification System (NAICS) for this requirement is 541511 Custom Computer Programming Services.
The services required under this action include a comprehensive assessment of the current environment, the design of a target architecture consistent with federal security and reliability standards, and the execution of a phased migration plan for the OPTN system to a public cloud service provider that preserves the integrity, availability, and confidentiality of all OPTN data and operations. The contractor will also provide system stabilization, documentation, and post-migration support to ensure the environment meets federal cybersecurity and operational continuity requirements.
The period of performance of this effort will be 16 months and performance will take place offsite at the Contractor’s facility. This period of performance is not inclusive of the Government’s ability to utilize FAR 52.217-8.
Provisions by reference:
This solicitation incorporates one or more solicitation provisions 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. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its offer. In lieu of submitting the full text of these provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its offer.
52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014)
Provision incorporated as full text:
FAR 52.209-7 Information Regarding Responsibility Matters (NOV 2025)
- Definitions. As used in this provision—
“Administrative proceeding” means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.
“Federal contracts and grants with total value greater than $10,000,000” means—
-
- The total value of all current, active contracts and grants, including all priced options; and
- The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).
“Principal” means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
- The Offeror □ has □ does not have current active Federal contracts and grants with total value greater
than $10,000,000.
- If the Offeror checked “has” in paragraph (b) of this provision, the Offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:
- Whether the Offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the Offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:
- In a criminal proceeding, a conviction.
- In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.
- In an administrative proceeding, a finding of fault and liability that results in–(A)The payment of a monetary fine or penalty of $5,000 or more; or
- Whether the Offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the Offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:
(B) The payment of a reimbursement, restitution, or damages in excess of
$100,000.
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.
-
- If the Offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the Offeror has provided the requested information with regard to each occurrence.
- The Offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management, which can be accessed via https://www.sam.gov (see 52.204-7).
Submission requirements
For offerors other than UNOS: OPTN system is deployed within a virtualized computing environment under the control of UNOS in a private facility. UNOS is the only entity who can grant safe and secure logical access to the OPTN system environment, including system-level, application-level, network, and administrative access for the performance of this work. Such access must be strictly limited to the scope, duration, and conditions of the migration effort and must not jeopardize ongoing system services, OPTN operations, or patient safety.
UNOS is a private entity, and any other offerors must not expect the Government to facilitate the acquisition of required permissions or access. Technical data required to respond will not be furnished as part of the solicitation. Other offerors must make their own arrangement with UNOS to gain access to technical data and execute the work with mutual cooperation. The OPTN services relying on the IT system must be continued in an uninterrupted fashion with no additional risk to the government and the public.
Special Responsibility Standard:
Offeror must have necessary permissions and access to UNOS proprietary systems to allow work to commence immediately upon award. Other offerors are responsible for making all necessary arrangements with UNOS and must furnish proof that an agreement that provides for necessary permissions or access and that allows work to commence immediately upon award. Failure to provide this proof will result in a finding of a non-responsibility, and non-responsible offerors will not be evaluated further or considered for award.
For all offerors: All responsible sources may submit a proposal which will be considered by the agency. Proposals must be received by 9AM, EST on February 20, 2026. Responses must be sent via email to the following point of contact.
Stephanie Petrone
Contracting Officer
801 Market Street Philadelphia, PA 19107
Spetrone@hrsa.hov
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The HRSA has issued a Combined Synopsis/Solicitation for the migration of the OPTN IT system to the cloud, with a response deadline of February 20, 2026. This project will be a Sole Source Firm Fixed Price contract with UNOS, the only entity equipped to safely manage this migration due to its proprietary knowledge and administrative control over the current environment. Post-migration support and system stabilization to meet federal requirements are also part of the scope.
The HRSA aims to migrate the OPTN IT system from a Nutanix platform to a secure cloud-based environment, ensuring data integrity, availability, and compliance with federal regulations.
- Conduct a comprehensive assessment of the current IT environment.
- Design a target architecture in line with federal security standards.
- Execute a phased migration plan to the cloud.
- Provide system stabilization and documentation post-migration.
- Ensure compliance with federal cybersecurity and operational requirements.
- Complete and submit all provisions identified in the solicitation.
- Provide a detailed migration plan and timeline.
- Include documentation showing capability to meet the operational requirements.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specific operational requirements for the cloud-based IT environment.
- Details on performance metrics expected post-migration.
- More information on federal security standards that need to be met during the migration.
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.