Skip to content
Department of Health and Human Services

Virti Virtual Reality Platform Software Licenses

Solicitation: 75N98026Q00168
Notice ID: d146dd1bbfa841f9856f699d47fa23fb

Combined Synopsis Solicitation from NATIONAL INSTITUTES OF HEALTH • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: MD. Response deadline: Apr 16, 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
$367,513,320
Sector total $556,770,547 • Share 66.0%
Live
Median
$1,401,626
P10–P90
$544,193$2,259,058
Volatility
Volatile122%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
66.0%
share
Momentum (last 3 vs prior 3 buckets)
+179%($173,350,176)
Deal sizing
$1,401,626 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
Bethesda, Maryland • 20892 United States
State: MD
Contracting office
Bethesda, MD • 20817 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
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
Davis-Baconstate match
MD20260038 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Frederick
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $34.41Fringe $14.49
+54 more occupation rates in this WD

Point of Contact

Name
ROBINSON, TINA
Email
robinsti@mail.nih.gov
Phone
Not available

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
NATIONAL INSTITUTES OF HEALTH
Subagency
NATIONAL INSTITUTES OF HEALTH NICHD
Office
Not available
Contracting Office Address
Bethesda, MD
20817 USA

More in NAICS 513210

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a separate written solicitation will not be issued. This solicitation number is 75N98026Q00168 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2026-01. The North American Industry Classification (NAICS) Code is 513120 and the business size standard is $34m. However, this solicitation is not set aside for totally small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), Office of the Director (OD) intends to contract on a sole source basis with Virti Inc., 1468 West 9th Street, Suite 100, Cleveland, OH 44113 to procure Virti Platform licenses as follows:

Virti Platform Access - Quantity – 100 Authorized Learners/Licenses

Period of Performance: 12 months after Award Date

The renewal of the Virti Platform access licenses is necessary for the continuation of the Virtual Reality Simulation for the Families Share VR study. This software allows the lab to continue to work within the virtual reality platform and create an immersive environment for study participants. This procurement with the Virti team will expand on the Families SHARE toolkit and enhance individuals’ family health history communication skills by implementing a virtual reality world that simulates health history conversations. The simulation was developed under prior procurement and is currently being implemented. The Virti software has unique programing capabilities and artificial intelligence integration that is required by the associated protocol. The Virti developers also understand the complexity technological and programming needs of the software. Thus, moving to another source would have an impact on the integrity of the experiment/study. There is no existing NIH resource that could be an adequate replacement for the current platform. Further, the current study is actively recruiting and enrolling study participants and changing the software for the virtual reality component mid-way through the study would jeopardize data integrity. The Virti software is required for our ongoing protocol. Virti software is an integral part of the study of design and methodology, thus, without the Virti software we would not be able to continue study enrollment.

The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This notice of intent is not a request for competitive quotations. The provision of FAR Clause 52.212-1 Instructions to Offerors – Commercial Items. The Offeror is to include a completed copy of the provision of FAR clause 52.212-3, Offerors Representations and Certifications -Commercial Items, with its offer. The offeror must include their Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size.

Applicable clauses/provisions for this acquisition:

52.203-17 Contractor Code of Business Ethics and Conduct

52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation

52.204-7 System for Award Management—Registration

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-26 Covered Telecommunications Equipment or Services-Representation 

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.212-4 Terms and Conditions—Commercial Products and Commercial Services

52.222-3 Convict Labor

52.222-19 Child Labor—Cooperation with Authorities and Remedies

52.222-35 Equal Opportunity for Veterans

52.222-36 Equal Opportunity for Workers with Disabilities

52.222-50 Combating Trafficking in Persons

52.223-23 Sustainable Products and Services

FAR 52.224-1 Privacy Act Notification

FAR 52.224-2 Privacy Act

52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving

52.232-33 Payment by Electronic Funds Transfer—System for Award Management

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-3 Protest After Award

52.233-4 Applicable Law for Breach of Contract Claim

52.240-90 Security Prohibitions and Exclusions—Representations and Certifications

52.244-6 - Subcontracts for Commercial Products and Commercial Service

HHSAR Subpart 352.224-70, Privacy Act HHSAR 352.239-72 Security Requirements for Federal Information Technology Resources Privacy Act [5 U.S.C. § 552a(m)(1)] Government Contractor Provision

The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the items specified in this synopsis should submit a copy of their quotation via email to robinsti@mail.nih.gov. Responses to this solicitation must include enough information to establish the interested parties’ bona-fide capabilities of providing all services and or products needed as per this solicitation. Responses must be comprised of descriptive literature, warranties, delivery timeframe and/or other information that demonstrates that the offer meets all the foregoing requirements. Quotations will be due on April 16, 2026, before 5:00 pm eastern daylight time via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference “Solicitation number 75N98026Q00168. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# 75N98026Q00168 in the subject line of email.

Note: In order to receive an award, contractors must maintain an active SAM registration for all awards throughout the entire contract/order lifecycle, from offer submission to final payment. Failure to maintain an active SAM registration can jeopardize the award or result in non-payment. Lack of valid registration in SAM will make an offeror ineligible for award. Note: “System updates may lag policy updates.

The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals— Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.