Intent to Sole Source: Clinical and Administrative Terminology Management
ID: 36C10G25Q0052Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSTRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)FREDERICKSBURG, VA, 22408, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to sole source a contract to Clinical Architecture, LLC for the provision of Symedical Core User Subscription services, aimed at supporting the Knowledge Based Systems Terminology Team (KBST) in managing clinical and administrative terminology. This procurement is essential for fulfilling specific operational needs within the VA, leveraging the unique capabilities of the selected vendor under the authority of 41 USC §3204(a)(1). Interested parties may respond for market research purposes, although this is not a Request for Proposals, and the government will not bear any costs associated with responses. The deadline for responses is set for March 7, 2025, and inquiries can be directed to William Milline or Cristine Carmody via their respective email addresses.

    Point(s) of Contact
    William Milline
    William.Milline@va.gov
    Cristine Carmody
    Cristine.Carmody@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs (VA) announces an intent to sole source a contract to Clinical Architecture, LLC for the provision of Symedical Core User Subscription services for the Knowledge Based Systems Terminology Team (KBST). This procurement is pursued under the authority of 41 USC §3204(a)(1), enabling negotiation with a single vendor deemed essential to meet VA requirements. The contract would be firm-fixed with options, and the relevant NAICS code is 541519. Interested parties claiming qualification may respond to the notice for consideration in market research; however, this is not a Request for Proposals, and the government bears no responsibility for related response costs. The response deadline is set for March 7, 2025, with the contract signifying an exclusive engagement to fulfill specific operational needs in clinical and administrative terminology management. This document structuring includes general information, description of intent, and contact details for government representatives.
    Lifecycle
    Similar Opportunities
    U009--Intent to Sole Source Notice - Elsevier Connect
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 5, intends to proceed with a sole source procurement for Elsevier Connect, a platform that facilitates content delivery through a learning management system for the Louis A. Johnson VA Medical Center. This contract is set for a duration of 12 months, with the possibility of two additional 12-month extensions, emphasizing the importance of reliable educational resources in supporting the training and development of VA staff. Interested contractors are invited to submit a capability statement or quote by February 20, 2025, with an estimated award date of March 3, 2025; submissions must be sent via email to Contracting Officer Jameel Gordon at jameel.gordon@va.gov, and all interested parties must be registered in the System for Award Management (SAM) with their Unique Entity ID and cage code included.
    DA10--Brand Name iMedConsent™ Web or Equal Solution – Enterprise Commercial-Off-The-Shelf, Cloud-Based Signature Informed Consent Software Application, Maintenance and Support, and Training
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a Commercial Off-The-Shelf (COTS) cloud-based signature informed consent solution, specifically the iMedConsent™ Web or an equivalent application. This procurement aims to facilitate the documentation of informed consent for various treatments and procedures across all VA medical facilities, including those in the United States, Puerto Rico, Guam, and the Philippines, while also encompassing project management, operations and maintenance support, and training for the proposed system. The initiative is part of the VA's efforts to enhance operational efficiency in managing patient consent documentation across its diverse medical services. Interested vendors should monitor the System for Award Management’s Contracting Opportunities page for updates, with responses due by November 22, 2024, under Contract Solicitation No. 36C10B25R0048. For further inquiries, vendors can contact Richard Melton at Richard.Melton2@va.gov or by phone at 512-981-4479.
    VoiceOver Pro Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source, firm-fixed price contract for VoiceOver Pro Maintenance to Voicebrook, Inc. This procurement is necessitated by the proprietary nature of the equipment, which can only be supplied by the Original Equipment Manufacturer, ensuring that the VA system receives the essential support it requires. Vendors are invited to submit capability statements if they believe they can meet the specific demands outlined by the VA, although this notice does not constitute a solicitation for competitive quotes. Interested parties should direct all inquiries to Contract Specialist Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079, with a response deadline set for March 2, 2025.
    DA10--Brand Name iMedConsent™ Web or Equal Solution – Enterprise Commercial-Off-The-Shelf, Cloud-Based Signature Informed Consent Software Application, Maintenance and Support, and Training
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a Commercial Off-The-Shelf (COTS) Informed Consent Web (ICW) solution, specifically the iMedConsent™ Web or an equivalent cloud-based signature informed consent software application. This procurement aims to develop, maintain, and support a comprehensive solution for documenting informed consent across 150 VA medical facilities in the United States and its territories, enhancing the efficiency and quality of patient consent documentation and management. The contract will also include project management, operational support, maintenance, and training services for end users, with the solicitation expected to be posted within the next 30 days on the System for Award Management’s Contracting Opportunities page. Interested vendors can reach out to Contract Specialist Richard Melton at Richard.Melton2@va.gov or by phone at 512-981-4479 for further details.
    7H20--Intent to Sole Source: Maintenance and Support for Data Innovations Instrument Manager
    Buyer not available
    The Department of Veterans Affairs intends to sole source a contract for the maintenance and upgrade of the Data Innovations Instrument Manager software from version 8.x to 9.x for the Pathology & Laboratory Medicine Service at the Martinsburg VA Medical Center. This procurement includes all necessary labor and software licenses for the upgrade, which must be completed within 365 days post-award, and emphasizes the unique qualifications of Data Innovations as the sole provider for the required technical support and maintenance services. The contract will be awarded as a firm fixed-price contract under FAR 6.302-1, with a base period from April 1, 2025, to March 31, 2026, and interested parties can contact Contracting Officer Ethan Mauzy at Ethan.Mauzy@va.gov or (410) 642-2411 Ext. 22819 for further details.
    Q603--VISN 1 Transcription Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to award a Firm Fixed Price contract for transcription services at its New England Healthcare facilities. This procurement is part of the VA's commitment to utilizing small businesses, as it is designated as a Total Small Business Set-Aside under the Small Business Administration (SBA) guidelines. The services are critical for ensuring accurate medical documentation and support for healthcare operations within the VA system. Interested vendors should note that the response deadline for this presolicitation notice is February 27, 2025, at 16:30 ET, and they can reach out to Contracting Specialist James L. R. Moore at James.Moore14@va.gov or (603) 624-4366 for further inquiries.
    J065--Carefusion - Pyxis Support - Hardware and Software
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the service and support of the Pyxis Medication Dispensing System to Carefusion Solutions LLC, the Original Equipment Manufacturer (OEM). This procurement is necessitated by the proprietary nature of the Pyxis system, which restricts service provision to Carefusion alone, ensuring the integrity and functionality of this critical medical equipment. The contract will be a One-Time, Firm Fixed Price agreement managed by the VA Medical Center in Providence, Rhode Island, with responses due by February 25, 2025. Interested parties can direct inquiries to Contract Specialist Fred Revah at frederic.revah1@va.gov or by phone at 207-623-8411.
    Notice of Intent to Sole Source – TheraDoc subscription
    Buyer not available
    The National Institutes of Health (NIH) Clinical Center intends to award a firm fixed-price purchase order for subscription services related to the TheraDoc application, exclusively owned by Premier Healthcare LLC. This procurement aims to secure applications, support, maintenance, and training for the TheraDoc clinical surveillance solution, which is critical for enhancing healthcare delivery and patient safety. The acquisition will follow the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for a sole-source solicitation due to the unique nature of the services required. Interested parties may express their capabilities and submit comments to the NIH by November 21, 2024, with inquiries directed to Ryssa Nix at Ryssa.nix@nih.gov.
    DA10--Notice of Intent to Solicit and Award Sole Source Contract for PolyAnalyst Maintenance and Support Renewal
    Buyer not available
    The Department of Veterans Affairs (VA) intends to solicit and award a sole-source contract for the maintenance and support renewal of PolyAnalyst software, which is crucial for the National Center for Patient Safety (NCPS). This contract will cover a 12-month base period with four optional extensions, ensuring the continuity of essential software services that enable advanced data mining and analytics for patient safety reporting. PolyAnalyst is a proprietary tool that provides unique capabilities in text and data analytics, vital for generating reports and fulfilling information requests, with no equivalent alternatives available in the market. Interested parties can contact Contract Specialist Samuel Martinez Rodriguez at Samuel.Martinez.Rodriguez@va.gov or by phone at 848-377-5358 for further details.
    J065--FY25 Service - Stryker ProCare Prevent (Base 4)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a one-year sole source contract to Stryker Sales, LLC for ProCare Prevent Maintenance Coverage at the Buffalo VA Medical Center. This contract will cover preventative maintenance and unscheduled repairs for medical equipment, ensuring the operational readiness and reliability of critical healthcare tools. The procurement falls under NAICS Code 811210, with a small business size standard of $34 million, and is classified under Product Service Code J065, which pertains to the maintenance and repair of medical, dental, and veterinary equipment. Interested firms are invited to submit their capabilities by February 26, 2025, at 12:00 PM EST, although this is not a request for competitive quotes, and the government may proceed with the sole source award if no responses are received. For further inquiries, interested parties can contact Contracting Officer Taylor Richter at Taylor.Richter@va.gov or by phone at (716) 862-7461 x24868.