36C255-25-AP-1317 Rapid AI Software & Support
ID: 36C255-25-AP-1317Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - PLATFORM SUPPORT SERVICES: DATABASE, MAINFRAME, MIDDLEWARE (LABOR) (DH01)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified vendors to provide ongoing support and maintenance for RAPID AI software at the Kansas City VA Medical Center. The procurement aims to ensure 24/7 technical support, regular software updates, system performance monitoring, and optimization recommendations, with a contract expected to cover a 12-month base period and four additional option periods. This initiative is crucial for enhancing the operational efficiency of the VA healthcare system, ensuring compliance with federal laws and regulations regarding recordkeeping and information security. Interested vendors must respond by June 23, 2025, detailing their capabilities and relevant qualifications, and can contact Teresa Cabanting at teresa.cabanting@va.gov or 913-946-1976 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking qualified vendors to provide ongoing support and maintenance for RAPID AI software at the Kansas City VA Medical Center. This Sources Sought Notice is designed to gather information about potential sources that can fulfill the requirements under NAICS code 541511. It's important to note that this document is for planning purposes and does not constitute a solicitation. The main objectives include providing 24/7 technical support, conducting regular software updates, monitoring system performance, and offering optimization recommendations. The contract is expected to cover a 12-month base period with four additional option periods. Interested vendors must respond by June 23, 2025, outlining their capabilities, including size classification under the designated NAICS code, vendor identification numbers, existing federal contracts, and manufacturer authorization letters. Specific deliverables required include availability of technical support, maintenance logs, monthly performance reports, and recommendations for optimization. Additionally, the document emphasizes compliance with confidentiality, records management, and the ownership of all data produced under the contract by the Kansas City VAMC, ensuring that all operations meet federal laws and regulations concerning recordkeeping and information security. This initiative aligns with government procurement processes aimed at enhancing services within the VA healthcare system.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    DA10--Bi-Directional Image/Report Exchange
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from qualified vendors for a Bi-Directional Image/Report Exchange System to enhance the Veterans Health Administration's (VHA) imaging capabilities. The procurement aims to establish a national enterprise imaging system that integrates with existing electronic health records (EHRs) and community care referral systems, ensuring secure and efficient management of clinically relevant medical imaging for veterans. This initiative is critical for improving access to medical imaging, facilitating seamless data exchange, and supporting advanced workflows, with stringent requirements for security, accessibility, and system performance. Interested parties must submit their responses by December 18, 2025, with questions due by December 5, 2025. For further inquiries, contact Contract Specialist Laura Startek at Laura.Startek@va.gov or 848-377-5089.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    VA Direct to Patient supply services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to provide direct delivery supply services for medical and surgical items to Veteran patients through its Consolidated Mail Outpatient Pharmacy (CMOP) program. The contractor must demonstrate at least two years of experience, the capacity to process approximately 14 million prescriptions annually, and the ability to maintain compliance with federal and state regulations while ensuring a 48-hour average turnaround time for prescription fulfillment. This opportunity is critical for ensuring timely access to essential medical supplies for Veterans, with the contract structured to reimburse vendors per filled prescription at government contract prices, plus handling fees. Interested vendors must submit a capabilities statement to the primary contact, Phillip Reuwer, at Phillip.Reuwer@va.gov by January 11, 2026, with any questions directed to the same contact before January 8, 2026.
    J065--QMATIC Service | Follow on Base+4 | Start: 1/1/26 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a service agreement for the Q-Matic Customer Flow Management System at the Chillicothe Veterans Affairs Medical Center (VAMC). This contract encompasses hardware and software maintenance, with a base period starting January 1, 2026, and extending through December 31, 2026, followed by four optional one-year extensions potentially lasting until 2030. The services are critical for maintaining efficient patient flow and minimizing disruptions in care, requiring on-site support during business hours and a rapid response for repairs. Interested vendors should contact Contract Specialist Christopher T. Council at Christopher.Council@va.gov for further details, and must adhere to the solicitation requirements outlined in document 36C25026Q0167.
    J065--QMATIC Service | Follow on Base+4 | Start: 1/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for a service agreement for the Q-Matic Customer Flow Management System at the Chillicothe Veterans Affairs Medical Center (VAMC). The procurement involves comprehensive hardware and software maintenance, including on-site support during business hours, a 4-hour telephone response time, 24-hour on-site repair, and a commitment to 95% equipment uptime. This service is critical for ensuring efficient patient flow and operational effectiveness within the medical facility. The contract will be a Firm Fixed Price type, commencing on January 1, 2026, with a base year and four optional one-year extensions. Interested parties can reach out to Contract Specialist Christopher T. Council at Christopher.Council@va.gov for further details.
    J065--Software Evolution Services for Philips Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Software Evolution Services (SES) for Philips medical equipment at the VA Sierra Nevada Health Care System. The procurement aims to identify capable providers who can deliver comprehensive software repairs, loaner devices, and ongoing support for Philips Central Monitoring, Telemetry, and Patient Monitoring equipment, with a focus on compliance with FDA and NFPA 99 standards. This contract is critical for ensuring the functionality and reliability of medical equipment used in patient care, emphasizing the need for OEM-certified staff with at least two years of experience and a 24/7 customer support center. Interested parties must submit their capability statements by December 30, 2025, to the Contracting Officer, Larry Facio, at larry.facio@va.gov.
    DA10--26-SW0032 NewEra (SW5027, SW5028)-Recompete (Renewal) (VA-26-00000289)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a sole-source, firm-fixed-price contract for the renewal of NewEra software licenses and maintenance support, specifically for the NewEra Stand Alone Environment (SAE) and Image Focus Core (IFO) Subsystem software. This procurement is critical for maintaining the VA's IBM z/OS and IBM z16 mainframe environment, which supports essential applications such as the Financial Management System and Benefits Delivery Network. The contract, valued at $45,330.39, includes a 12-month base period and four 12-month option periods, with a requirement for 24/7 technical support and compliance with Section 508 accessibility standards. Interested parties can contact Contract Specialist Edward Olivo-Cruz at Edward.Olivo-Cruz@va.gov or by phone at 848-377-5099, with responses due by December 29, 2025, at 12:00 PM Eastern Time.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.
    TheraDoc Electronic Clinical Surveillance Platform
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure the TheraDoc Electronic Clinical Surveillance Platform through a federal contract. This procurement aims to enhance clinical surveillance capabilities within the department, ensuring improved patient care and safety through advanced electronic monitoring solutions. The platform is critical for the effective management of clinical data and real-time surveillance, which is essential for healthcare operations within the Veterans Affairs system. Interested vendors can reach out to the Contract Specialist, Mickey A. Linize, at mickeya.linize@va.gov or by phone at 913-946-1967 for further details regarding the justification and requirements associated with this opportunity.