7G20--Vocera Communications Expansion
ID: 36C26325Q0550Type: Combined Synopsis/Solicitation
AwardedMay 19, 2025
$607K$607,041
AwardeeAlvarez LLC LEESBURG 20176-3375
Award #:36C26325P0652
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G20)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes for the expansion of Vocera Communications at the Nebraska-Western Iowa VA Health Care System in Omaha, Nebraska. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to enhance healthcare communication systems through the acquisition of user add-ons, licenses, and associated services for Vocera products. The total contract value is anticipated to be around $34 million, with a performance period from July 1, 2025, to December 31, 2025, and quotes are due by April 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Contracting Officer John Milroy at john.milroy@va.gov or by phone at 605-336-3230.

    Point(s) of Contact
    John MilroyContracting Officer
    (605) 336-3230
    john.milroy@va.gov
    Files
    Title
    Posted
    The document is a combined synopsis/solicitation notice for the expansion of Vocera Communications, issued by the Department of Veterans Affairs (VA). Solicitation number 36C26325Q0550 requests quotes from qualified contractors, specifically targeting Service-Disabled Veteran Owned Small Businesses (SDVOSBs). Quotes are due by April 11, 2025, with a performance period from July 1, 2025, to December 31, 2025, for services at the Nebraska-Western Iowa VA Health Care System in Omaha, NE. Contractors must be registered in the System for Award Management (SAM) and verified as SDVOSB through the Veteran Small Business Certification. A firm fixed-price contract is anticipated for all required resources and labor related to the service expansion. The solicitation includes relevant Federal Acquisition Regulation (FAR) provisions and clauses. Prospective bidders are encouraged to submit technical questions by April 7, 2025, and to ensure their quotes are delivered timely and in the correct format to the designated contact, John Milroy, at the specified email address. This solicitation underscores the government's commitment to engaging small businesses while enhancing healthcare communication systems within the VA.
    The document is an amendment to a combined solicitation issued by the Department of Veterans Affairs, specifically for the procurement of Vocera Communications expansion. The amendment modifies solicitation number 36C26325Q0550 by updating contract terms related to commercial products and services, specifically removing certain conditions regarding subcontracting compliance. Responses to this request for quotes (RFQ) are due on April 11, 2025, at 4:00 PM Central Time. The contracting office is located in Sioux Falls, South Dakota, with the place of performance being the Nebraska-Western Iowa VA Health Care System in Omaha, Nebraska. The amendment provides updated legal references pertinent to the solicitation and states that quotes are being actively sought, with the agency's URL and contact details provided for further information. This solicitation highlights the VA's ongoing initiatives to enhance communication services through technology improvements.
    The document is an amendment to a previous combined solicitation (36C26325Q0550) from the Department of Veterans Affairs, specifically pertaining to an expansion of Vocera Communications. The primary purpose is to request updated quotes for commercial items related to this project, with the amendment focusing on modifications to the price/cost schedule and the period of performance. Interest parties are invited to submit quotes before the response deadline of April 11, 2025, at 4 PM Central Time. The contracting office is located in Sioux Falls, South Dakota, while the performance will occur at the Nebraska-Western Iowa VA Health Care System in Omaha, Nebraska. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), and no Recovery Act funds will be utilized. The document also includes contact information for the contracting officer, John Milroy, for further inquiries. This solicitation highlights the government's intent to procure necessary services and products for veteran healthcare enhancement, adhering to federal contracting regulations.
    The document outlines a proposal from the Department of Veterans Affairs for the expansion of the Vocera messaging system at the Nebraska-Western Iowa Health Care System. The acquisition, valued at $34 million, is set to support 150, 50, and 25 user add-ons, alongside additional services, licenses, and hardware, with a performance period from July 1, 2025, to December 31, 2025. This procurement involves a total Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, mandating that the contractor be certified as an SDVOSB and registered in the System for Award Management (SAM). The solicitation consists of detailed sections including a schedule of supplies and services, statement of work, and various legal provisions governing the contract, particularly stressing adherence to information security and privacy regulations. The contractor must ensure compatibility with existing electronic health record systems and utilize a variety of Vocera products for efficient communication within the VA healthcare network. The document highlights the importance of compliance with federal standards and emphasizes the integration of preferred technologies to enhance workflow and patient care within the Veterans Health Administration. This initiative underscores the VA's commitment to leveraging technology to improve healthcare delivery for veterans.
    This document is an amendment to a solicitation for the Vocera Expansion service for the Nebraska-Western Iowa VA Health Care System, managed by the Department of Veterans Affairs. It updates the contract terms, specifically modifying several Federal Acquisition Regulation (FAR) clauses related to commercial products and services. Key changes include updating requirements for subcontracting and removing specific clauses regarding limitations on subcontracting. The amendment stipulates that offers must acknowledge receipt prior to the specified deadline, ensuring compliance with bidding protocols. Additionally, it outlines various compliance requirements, such as prohibitions on certain materials and practices related to government contracts, emphasizing the importance of ethical conduct and accountability in governmental dealings. Overall, the document serves to ensure that all participants in the solicitation process adhere to updated federal regulations and standards necessary for governmental purchasing and contracting. This reflects an ongoing effort by the VA to streamline operations while adhering to federal laws and ensuring fair competition.
    The document outlines an amendment to a solicitation for services related to Vocera Messaging for the Nebraska-Western Iowa VA Health Care System, administered by the Department of Veterans Affairs. The key update in the amendment concerns the Price/Cost Schedule and the Period of Performance for various IT and telecom services, specifically for user add-ons and licenses effective from July 1, 2025, to December 31, 2025, and extending to June 30, 2026 for certain services. The proposed offerings include multiple user add-ons, enterprise licenses, and associated warranties for various Vocera products, reflecting the VA's commitment to enhancing communication and operational efficiency through advanced technology. Each item is categorized under NAICS code 541519, relating to Other Computer Related Services, ensuring specificity for vendor eligibility. The amendment emphasizes the importance of acknowledging receipt of this amendment to avoid rejection of offers, adhering to federal procurement standards. Overall, this document serves to update potential bidders on specific contract modifications while maintaining contractual integrity and guidelines for submission.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is soliciting quotes for janitorial services at the Omaha National Cemetery, with a focus on maintaining a respectful and dignified environment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base year from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. The services required encompass daily cleaning, restroom maintenance, and periodic deep cleaning, adhering to strict guidelines due to the cemetery's status as a National Shrine. Quotes are due by December 17, 2025, and must be submitted by registered vendors in SAM with SBA Veteran Small Business Certification; a site visit is scheduled for December 10, 2025. For further inquiries, interested parties may contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov.
    W065--VISN10 Home 02 Services (IN & MI)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Oxygen Services under solicitation number 36C25025R0061, specifically targeting facilities in Indiana and Michigan. The procurement aims to provide comprehensive home oxygen and ventilation services, including the rental and supply of various oxygen equipment and related medical devices for an estimated 5,000 beneficiaries across multiple VA Medical Centers. This contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses and emphasizes adherence to Joint Commission standards, patient education, and timely service delivery. Interested parties must submit their proposals by December 19, 2025, and can contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further information.
    J065--Omnicell IVX Rx Framework Interface/IVX Vista Interface DSS Omnicell
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a sole-source contract to Omnicell, Inc. for maintenance and repair services on the existing Omnicell IVX Workflow Management System at the Central Arkansas Veterans HealthCare System in Little Rock, AR. This procurement aims to secure a firm fixed price contract covering a base year plus four option years for software maintenance and support, which includes bug fixes, minor upgrades, and telephone support. The Omnicell IVX system is critical for managing workflow in healthcare settings, particularly for military veterans, and the contract is justified as Omnicell, Inc. is the only vendor capable of providing these specialized services. Interested parties may submit letters of interest demonstrating their technical expertise by December 29, 2025, to the Contracting Officer, Joseph Warren, at joseph.warren@va.gov.
    DA10--MedBridge Rehabilitation Resource VISN1 Library FY26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Medbridge Inc. for a one-year subscription to the Medbridge Rehabilitation Resource Platform, specifically for its VISN 1 network. This procurement aims to provide essential tools for physical, occupational, and speech-language therapists, including continuing education resources, patient engagement content, and customized exercise videos accessible via mobile devices. The Medbridge platform is deemed critical as it uniquely meets the VA's requirements for content, presentation, certification preparation, and patient engagement features, with the contract period set from December 11, 2025, to December 10, 2026. Interested parties capable of providing the required subscription are encouraged to express their interest by December 22, 2025, and can contact Contracting Officer Deidra Thomas at deidra.thomas@va.gov or by phone at 802-295-9363 for further information.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    V226--Non Emergent Patient Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for Non-Emergency Medical Transportation services for the Saginaw VA Medical Center, as outlined in solicitation number 36C25026Q6552. The procurement is specifically set aside for Veteran-Owned Small Businesses (VOSB) and aims to provide essential transportation services for patients, utilizing the VA’s VetRide ordering system. This contract, valued at approximately $19 million, will cover a base period and four ordering periods from February 2026 to January 2031, with specific requirements for labor, materials, vehicles, and compliance with federal regulations. Interested companies must submit their offers, including a Past Performance Questionnaire and wage determination compliance documents, by December 29, 2025, with questions due by December 23, 2025. For further inquiries, contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov or 937.469.1228.
    J061--UPS Maintenance - NWI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 23, is seeking quotes for Uninterruptible Power Supply (UPS) maintenance services for the Nebraska Western Iowa VA Healthcare System located in Omaha, NE. The procurement includes semiannual preventive maintenance, battery replacement, and full-service repair for various UPS units across multiple VA facilities, with a contract period starting from January 1, 2026, to December 31, 2030. This service is critical for ensuring the reliability of power supply systems that support healthcare operations, particularly in maintaining uninterrupted service during power outages. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their quotes via email to Contract Specialist James Miller at james.miller4@va.gov by the extended deadline of December 18, 2025, at 5:00 PM CST.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Teleradiology Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. This procurement involves providing off-site interpretation of various imaging studies, including X-Ray, Ultrasound, CT, and MRI, under a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contract valued at up to $3,100,000, with a guaranteed minimum of $1,000. The services are critical for ensuring timely and accurate medical diagnoses, adhering to stringent standards set by the VA and other regulatory bodies. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 6, 2026, at 2:00 PM CST, and can contact Contract Specialist Karen Battie at Karen.Battie@va.gov for further information.
    Augusta VA Healthcare System Home Oxygen and Ventilator Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Home Oxygen and Ventilator Services for the Augusta VA Healthcare System, with a contract valued at up to $16,000,000.00 over five years. The procurement aims to provide comprehensive oxygen and ventilation services, including equipment setup, installation, maintenance, and 24/7 emergency support for Veteran beneficiaries in the Augusta, GA area. These services are critical for ensuring the health and well-being of Veterans requiring respiratory support, adhering to Joint Commission standards. Interested parties should note that the deadline for submitting proposals has been extended to December 30, 2025, at 11:00 AM EST, and can direct inquiries to Leonard Robinson at leonard.robinson@va.gov.