7A21--Intent to Sole Source NMIS System Software
ID: 36C26325Q0516Type: Special Notice
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Veterans Affairs intends to award a sole-source contract to ec2 Software Solutions for the Nuclear Medicine Information System (NMIS) Network Software, which is critical for managing radiopharmaceutical doses and ensuring compliance with health physics procedures. This procurement aims to replace the outdated Syntrac system, thereby maintaining regulatory compliance and enhancing operational efficiency within the Nuclear Medicine Department. The selected software must include essential interfaces, data conversion capabilities, and comprehensive training for staff, with a total contract value expected to be under $30,000. Interested vendors may submit their capabilities for consideration by contacting Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581, although the decision to proceed with competitive procurement remains at the government's discretion.

    Point(s) of Contact
    Amanda Patterson-ElliottContract Specialist
    (319) 338-0581
    amanda.patterson-elliott@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to ec2 Software Solutions for the Nuclear Medicine Information System (NMIS) Network Software. This software is essential for managing radiopharmaceutical doses, storing patient data, calculating dosages based on individual patient factors, and ensuring compliance with health physics procedures. The contract, classified under NAICS code 541512 for Computer Systems Design Services, is not a solicitation for competitive quotes, but responsible vendors may submit their capabilities for consideration by a specified deadline. The VA asserts that ec2 Software Solutions is the sole vendor capable of fulfilling this specific requirement, governed by FAR guidelines. Responses will be evaluated solely to determine if competitive procurement will take place, although the government's decision remains discretionary. The notice concludes with references to related documents outlining the scope of work and characteristics of the NMIS Syntrak system.
    The document outlines specifications for the NMIS Network Software required by the Nuclear Medicine Department. The software is essential for managing critical data related to radiopharmaceuticals, including patient records, inventory of radiological equipment, procedure details, and compliance with safety standards. Key functionalities include tracking deliveries, generating workload data, interfacing with HL7 for data sharing, and alerting users about abnormal dose administrations. Additionally, the software must allow data conversion from an existing system to the new one and provide training for staff. Manufactured by ec2 Software Solutions (Mirion Medical), the software is identified as model 100034. This summary reflects a request for proposals aimed at enhancing operational efficiency in nuclear medicine recordkeeping, ensuring patient safety, and facilitating compliance with regulatory requirements.
    The NWIHCS-Omaha Imaging Service is seeking a replacement Nuclear Medicine Software due to the obsolescence of its current radiopharmaceutical dose tracking system, Syntrac. The purpose of this project is to maintain regulatory compliance by ensuring accurate archiving of radiopharmaceutical doses and monitoring health physics procedures. The selected contractor will provide a network software system (NMIS 3) with essential HL7 and Dose Calibrator interfaces, along with data conversion and training for technologists. The proposal requires contractors to demonstrate technical expertise and past performance in Nuclear Medicine, particularly in regulatory compliance. Key contract considerations include maintaining data integrity from the existing system, providing thorough training on the software, and ensuring a competitive price under $30,000. Specific government-furnished equipment will be provided for installation, including Windows Server and user access requirements. Market research involved assessing potential software vendors and a demonstration meeting with a vendor to clarify software capabilities. The importance of having qualified personnel for setup and training emphasizes the critical nature of this procurement in ensuring continued compliance and efficient operation within the Nuclear Medicine Department. This project represents an essential investment in upgrading healthcare operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    7A20--VISTA Chemotherapy Manager and ITM Expansion & Support - Base Plus 4 Option Years- VISN 12 Locations
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Document Storage Systems Inc. for the VISTA Chemotherapy Manager and Infusion Therapy Manager (ITM) at VISN 12 locations. This procurement aims to provide a web-enabled software application that standardizes treatment protocols for infusion care, automates infusion management, and enhances organizational efficiencies while reducing costs associated with chemotherapy administration. The upgrade is critical as the current VCM systems are nearing end-of-life, and the new ITM will expand services to two additional medical centers under a firm fixed-price contract comprising one base year and four optional years. Interested firms are invited to submit their capability statements by March 6, 2025, and should note that no competitive solicitation will be issued unless determined otherwise. For further inquiries, contact Michelle R Klug at michelle.klug2@va.gov or call 224-610-3248.
    DA10--MIM Maestro License Software Services for the VA Philadelphia Medical Center
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to MIM Software Inc. for MIM Maestro License Software Services at the Philadelphia Medical Center. This contract, which will span one year starting February 1, 2024, aims to provide specialized software for radiation oncology, facilitating the integration of PET and CT images, dose distribution analysis, and contouring, while also incorporating advanced features like the MIM Assistant and Contour Protégé AI for enhanced treatment planning. The procurement emphasizes strict adherence to data security and privacy regulations, with detailed requirements for software maintenance, training, and incident response outlined in the contract. Interested parties should direct all inquiries to Contract Specialist Jami Cade via email at Jami.Cade@va.gov, as telephone inquiries are not permitted.
    36C255-25-AP-0995 MiPACS Software Service & Support for VHA VISN 15
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, is seeking to procure service and support for MiPACS software under the solicitation number 36C255-25-AP-0995. This opportunity is designated as a sole source contract to Four Points Technology, LLC, due to the proprietary nature of certain software components, in accordance with FAR Part 13.5. The MiPACS software is critical for the Veterans Health Administration (VHA) within VISN 15, ensuring effective management and support of imaging services. Interested parties can direct inquiries to Teresa Cabanting at teresa.cabanting@va.gov or by phone at 913-946-1976, as this notice does not request quotes and emphasizes the government's discretion in not opening the procurement to competition.
    NeuroQuant Hardware/Software
    Buyer not available
    The Department of Veterans Affairs is seeking to procure NeuroQuant hardware and software services, with an estimated contract value of $34 million. This procurement aims to enhance medical imaging capabilities for the detection and analysis of multiple sclerosis pathology, utilizing the proprietary NeuroQuant software developed by Cortechs.ai, which offers unique automated analysis features. Interested vendors must comply with various Federal Acquisition Regulation (FAR) clauses and submit their technical capabilities, pricing, and past performance by the specified deadlines. For further inquiries, interested parties can contact Percy Johnson at percy.johnson2@a.gov or by phone at 614-257-5534.
    6525--National Teleradiology Program NextGen PACS (VA-22-00017790)
    Buyer not available
    The Department of Veterans Affairs is seeking information through a Sources Sought Notice for the National Teleradiology Program (NTP) NextGen Picture Archive and Communications System (PACS). The objective is to gather insights on modular PACS components that will enhance integration with the existing NTP system, which currently supports over 120 facilities and interprets approximately 1.4 million studies annually. This initiative is crucial for modernizing and streamlining radiological services for veterans, emphasizing the need for efficient healthcare delivery within the VA organization. Interested vendors are encouraged to submit their capabilities, including corporate experience and existing contracts, with a planned completion date for the upgraded system set for September 1, 2025. For inquiries, vendors can contact Heera Polanco at heera.polanco@va.gov or by phone at 848-377-5095.
    6525--Nuclear Medicine Trailer Lease
    Buyer not available
    The Department of Veterans Affairs is seeking vendors for a one-year lease of a Mobile Nuclear Medicine Trailer for the Fayetteville VA Medical Center. The procurement requires mobile nuclear medicine systems, such as the Siemens E.cam or Philips Forte, along with equivalent models approved by the VA, equipped with essential features like a built-in hot lab, patient wheelchair lift, injection room, waste disposal units, and a backup generator. This service is crucial for providing uninterrupted patient care, with operational hours set from Monday to Friday, 7:30 AM to 4:00 PM. Interested vendors must submit their company details and capabilities statement to Contracting Specialist Patsy Simpson via email by March 6, 2024, and must be registered in the System for Award Management (SAM) to participate.
    DA10--TrackCore Software License and Maintenance Service
    Buyer not available
    The Department of Veterans Affairs is issuing a Special Notice for a sole source contract for TrackCore Software License and Maintenance Services at the Hudson Valley Healthcare System. The selected contractor, LPIT Solutions, Inc., will be responsible for maintaining the TrackCore Implant tracking system, which is crucial for ensuring accurate tracking of implants and supply items, including detailed records on manufacturer information, expiration dates, and lot numbers. This procurement is vital for the effective management of medical supplies and implants within the healthcare system, ensuring compliance and operational efficiency. Interested parties must respond within 15 days of publication, providing their business information and technical expertise, as no funds have been allocated for this contract yet, and there are no anticipated subcontracting opportunities. For further inquiries, contact Michelle Harsch at Michelle.Harsch@va.gov or call 716-862-7373.
    J065--GE Radiology Equipment SMA CCSC
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to execute a Sole Source Award for a one-year full-service contract for GE Radiology equipment at the Valley Coastal Bend Health Care System in Texas. This contract will encompass preventative maintenance and repair services, including unlimited repairs, parts, software updates, and technical support, all to be conducted during standard business hours by GE Precision Healthcare, LLC. The equipment is critical for providing quality healthcare services, and the contractor must adhere to manufacturer specifications while ensuring compliance with federal regulations. Interested parties should note that this is not an open request for competitive quotes, and responses must demonstrate the capability to meet the government's needs; for further inquiries, contact Anitra Carter at anitra.carter@va.gov or call 254-743-2116.
    6525--Nuclear Medicine NEURACEQ F-18 FLORBETABEN PET DEP
    Buyer not available
    The Department of Veterans Affairs is seeking small business vendors to provide F-18 Florbetaben PET doses for the Lexington VA Medical Center, as outlined in the combined synopsis and solicitation (RFQ 36C24925Q0157). The procurement involves a five-year contract for the delivery of specified quantities of radiopharmaceuticals, with orders required to be placed 24 hours prior to patient studies and delivered 15-30 minutes before calibration time. This initiative is crucial for ensuring timely access to essential medical imaging supplies, thereby enhancing the quality of healthcare services provided to veterans. Interested vendors must submit their quotes by March 6, 2025, and can direct inquiries to Contract Specialist Ayslin Kennett at Ayslin.Kennett@va.gov.
    DA10--HI-IQ Subscription Renewal
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Conexsys LLC for the renewal of the HI-IQ IRIS software subscription, which is critical for the Interventional Radiology Department at the Philadelphia VA Medical Center. This Firm-Fixed-Price contract will encompass a base year and four optional years, ensuring the continuity of essential software and support services necessary for patient care, inventory management, and quality assurance reporting. The HI-IQ software is uniquely tailored to meet the facility's needs, providing capabilities such as tracking procedure volumes, monitoring radiation dosages, and generating reports. Interested vendors are invited to confirm their ability to meet these requirements by submitting relevant company information to Contract Specialist Jefferson Mann at jefferson.mann@va.gov by March 10, 2025.