DA10--EC2 Software Solutions | NMIS | Service
ID: 36C25725Q0272Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, USA

NAICS

Custom Computer Programming Services (541511)

PSC

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

    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 17, intends to award a sole source contract to ec2 Software Solutions for annual software support and updates for a duration of one year. This procurement is critical as ec2 Software Solutions has provided a proprietary letter asserting that they are the sole manufacturer and distributor of the required software products, which are not available from independent resellers in the United States. This notice serves to inform potential vendors that while this is not a solicitation for proposals, they may submit capability statements to demonstrate their qualifications; however, if no affirmative responses are received within seven days, the contract will be awarded to ec2 Software Solutions. Interested parties can contact Contract Specialist Gillian M. Hooge at gillian.hooge@va.gov or (210) 364-3724 for further information.

    Point(s) of Contact
    Gillian M. HoogeContract Specialist
    (210) 364-3724
    gillian.hooge@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 17, is issuing a Special Notice regarding a sole source procurement for software services from ec2 Software Solutions. The anticipated contract will provide annual software support and updates for a duration of one year. ec2 Software Solutions has a proprietary claim indicating it is the singular manufacturer and distributor of the required products, which are unavailable from independent resellers within the United States. This notice does not serve as a solicitation for proposals but allows for other responsible parties to submit capability statements. Should no affirmative responses be received within seven days of the announcement, the contract will be awarded to ec2 Software Solutions. The legal basis for this sole source underwriting is grounded in federal regulations allowing non-competitive contracts when only one responsible source can fulfill the requirement. This document is critical for transparency in government procurement practices and adherence to regulatory frameworks regarding competition.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J065--Airstrip One Platform (VA-25-00042815)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to enter into a sole source procurement for the Airstrip One platform and associated software licensing, specifically for the Veterans Health Administration's Tele-Critical Care (TCC) program. This procurement aims to secure essential GE patient monitoring system licenses that enable national TCC clinicians to access vital sign data, thereby enhancing patient care through remote clinical expertise and improved resource utilization. Interested parties are invited to submit capability statements by February 14, 2025, to Contract Specialist Lisa Strawbridge at lisa.strawbridge@va.gov, with the understanding that all submissions must demonstrate the company's qualifications and comply with federal security protocols. Registration in the System for Award Management (SAM) is required for eligibility, and the procurement is not open for competitive quotes.
    J065--Intent to Sole Source a Preventative Maintenance Contract for the WatchDog System by Avidity
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the preventative maintenance of the WatchDog System, manufactured by Avidity. This procurement is necessary as Avidity is the original equipment manufacturer (OEM) and the exclusive provider capable of maintaining and repairing the system using OEM parts and trained technicians. The WatchDog System is critical for medical applications, and the VA's decision to pursue a sole source contract underscores the importance of specialized maintenance services to ensure operational integrity. Interested parties must submit their capability documentation to Carmen Hanczyk, the Contracting Officer, via email by February 5, 2025, with the anticipated contract award date set for March 1, 2025.
    DA10--TeraRecon Picture Archiving Computer System (PACS) Maintenance and Support
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to TeraRecon Inc. for the maintenance and support of the TeraRecon Picture Archiving Computer System (PACS) at the Philadelphia VA Medical Center (VAMC). This contract, effective from March 11, 2025, for a base year with four optional years, aims to ensure the continuous operability of the PACS, which is critical for storing diagnostic patient images. Key services required include software licensing, hardware and software support, and timely response to service calls based on the severity of issues encountered. Interested parties must submit capability statements demonstrating their qualifications by February 13, 2025, to Contract Specialist Jefferson Mann at jefferson.mann@va.gov.
    DE01--Service of Omnicell Pharmacy Medication Cabinets James J. Peters VA Medical Center, Bronx VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Omnicell, Inc. for the maintenance and support of Omnicell Pharmacy Medication Cabinets at the James J. Peters VA Medical Center in Bronx, NY. The contract will cover a base period from March 15, 2025, to March 14, 2026, with options for two additional years, and will include comprehensive services such as replacement parts, technical support, software updates, and maintenance that adhere to the standards set by the Original Equipment Manufacturer (OEM). Omnicell, Inc. is recognized as the only authorized service provider for these specific services, which are critical for ensuring the operational efficiency of the pharmacy medication cabinets. Interested firms that believe they can meet the requirements are invited to submit written notifications by February 13, 2025, at 2:00 PM ET, via email to Contract Specialist Lisa Harris at Lisa.Harris4@va.gov.
    J065 - Notice of Intent to Sole Source, Scriptpro Services and Support
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for technical and maintenance support services to ScriptPro USA, Inc., specializing in surgical and medical instrument manufacturing. The procurement aims to secure comprehensive maintenance and support for ScriptPro medication dispensing systems at the Southern Nevada Health Care Services, ensuring that the systems are maintained according to OEM specifications and that certified technicians provide the necessary services. This contract is critical for the operational success of the VA's healthcare services, as it guarantees the efficient and safe functioning of essential medical dispensing technology for veterans. Interested parties can direct inquiries to Gary Christensen at gary.christensen@va.gov or by phone at 650-493-5000 x65825, with the contract period set from February 1, 2025, to January 31, 2026, and options for three additional years.
    J065--**J065** INTENT TO SOLE SOURCE Move Spect CT & Level Floor (VA-25-00044912)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source procurement contract to GE Precision Healthcare for the Move Spect CT & Level Floor project (VA-25-00044912). This procurement is necessitated by the requirement for specific proprietary components, including FDA-approved software, which justifies the sole source determination under FAR 6.302-1. The contract will fall under NAICS code 811210, focusing on Electronic and Precision Equipment Repair and Maintenance, with a size standard of $34 million. Interested parties may direct inquiries to Contracting Officer Timothy Kimmel at timothy.kimmel@va.gov, with responses due by February 5, 2025.
    ClearRead Bone Suppression PM services
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 07, intends to award a sole source contract for ClearRead Bone Suppression PM services to Riverain Technologies, LLC. This procurement involves a five-year contract that includes software updates, 24/7 remote support, spare parts provision, and onsite assistance for the proprietary ClearRead Bone Suppression software system at the Birmingham VA Medical Center. Riverain Technologies is the sole developer of this specialized software, which requires unique expertise and tools for effective maintenance and support, as confirmed by market research. Interested parties must submit their capability documentation to Ashley Stewart at Ashley.Stewart4@va.gov by February 6, 2025, at 08:00 AM EST, to be considered for this opportunity.
    7A20--Lab Analyzer Maint & Support - VISN 23
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole-source, firm-fixed price contract to Data Innovations, LLC for laboratory analyzer maintenance and support services under solicitation number 36C26325Q0431. This procurement is necessitated by the proprietary nature of Data Innovations' software, specifically the VISTA interface and middleware support, which is uniquely tailored to the VA's current laboratory systems. The services provided are critical for maintaining essential laboratory capabilities within the VA Healthcare System, ensuring quality care for veterans. Interested vendors may submit their capability statements to Marie Weathers at marie.weathers@va.gov by February 7, 2025, for consideration, although the government retains discretion on whether to pursue a competitive procurement process.
    7A20--640-25-1-636-0002 | 36C261-25-AP-0738 | Praedico Healthcare Analytics Platform Software
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify potential vendors capable of supplying the PraediCo Healthcare Analytics Platform (Platinum Edition) for the Veterans Integrated Service Network (VISN 21). This initiative aims to enhance public health monitoring and response capabilities by integrating inpatient and outpatient data from electronic health records, featuring advanced data analysis, visualization tools, and strong security compliance. Interested vendors, particularly those classified as Service-Disabled Veteran Owned, Veteran Owned, Women Owned, and other Small Businesses, must submit their company information, including a capability statement, by February 12, 2025, at 12:00 PM Pacific Time, to Aishane Hill at Aishane.hill@va.gov. The VA emphasizes that this notice is for market research purposes only and does not constitute a formal solicitation.
    Q517--Notice of Intent to Sole Source Pharmacy Dispensing Services KY State Veterans Homes
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 9, intends to award a sole-source contract for Pharmacy Dispensing Services to D & R Pharmaceutical Services, LLC, to support the Kentucky State Veterans Homes. The procurement will include both brand name and generic medications, IV solutions, and associated dispensing fees, with initial market research indicating that only D & R Pharmaceutical Services can fulfill these specific requirements. This contract is crucial for ensuring the provision of seamless pharmacy services to veterans residing in state homes. Interested parties may express their interest by submitting necessary information, including business size and socio-economic status, to Contracting Officer Angela Tucker via email by February 11, 2025, at 10:00 AM Central Time, as no phone inquiries will be accepted.