J065--130-25-2-5301-0006 TeleCC GE Airstrip (VA-25-00042815)
ID: 36C77625Q0103Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC HEALTH INFORMATION (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified vendors to provide Tele Critical Care (TCC) GE Airstrip licenses as part of its initiative to enhance patient monitoring services within the Veterans Health Administration (VHA). The procurement involves supplying various GE Airstrip licenses, along with necessary integration and analytic software, to ensure compatibility with the VA's Tele-Critical Care system, with installation required within one month of contract award. This initiative is crucial for improving patient care through remote access to advanced clinical expertise, while adhering to stringent security protocols to protect sensitive health information. Interested parties must submit their capability statements by February 14, 2025, at 2 PM ET, and should contact Contract Specialist Kymberly Morgan at Kymberly.Morgan@va.gov or +1 (216) 447-8300 X3842 for further details.

    Point(s) of Contact
    Kymberly MorganContract Specialist
    +1 (216) 447-8300 X3842
    Kymberly.Morgan@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) plans to initiate a sole source procurement for the Airstrip One platform and software licensing, specifically for the Veterans Health Administration (VHA). The Contracting Office, located at 6100 Oak Tree Blvd, Independence, OH, aims to fulfill the requirement for essential patient monitoring systems that allow national Tele-Critical Care clinicians to access vital sign data. The intention to source directly from TrillaMed LLC is based on statutory authorization under various federal contracting regulations targeting verified service-disabled veteran-owned businesses. Interested entities are invited to submit capability statements by February 14, 2025, if they believe they can meet the requirements. All submissions must clearly demonstrate the company’s qualifications and must not contain proprietary information. Registration in the System for Award Management (SAM) is necessary for eligibility in the award process. The notice indicates that responses are non-binding and do not constitute a commitment from the government to pursue a specific acquisition, thus emphasizing that companies should avoid incurring costs associated with responding to the notice.
    The document pertains to a modification of a prior federal solicitation by the Department of Veterans Affairs for the TeleCC GE Airstrip project (Solicitation Number: 36C77625Q0103). The key amendment reflects a change in the NAICS code to 334510, which relates to the classification of the industry involved. Importantly, the original response deadline of February 14, 2025, at 2:00 PM Eastern Time remains unchanged. The contract office is located at 6100 Oak Tree Blvd, Suite 490, Independence, OH 44131. This modification is significant for vendors interested in bidding, as it clarifies the industry standards applicable to the solicitation, ensuring compliance with federal regulations. The notice highlights the streamlined communication regarding this amendment and emphasizes adherence to the altered classification while maintaining the original proposal timeline.
    The document is an amendment related to a government solicitation from the Department of Veterans Affairs, specifically the Program Contracting Activity Central. It officially revises the NAICS code to 334510 and notes that the due date for responses remains unchanged, set for February 14, 2025, at 2 PM ET. The document emphasizes the importance of acknowledging receipt of the amendment, as failure to do so may result in the rejection of offers. It outlines procedures for submitting changes to offers and confirms that all other terms and conditions of the solicitation remain unaffected by this amendment. This amendment is indicative of ongoing processes within federal contracts, ensuring compliance with regulatory requirements and operational adjustments as necessary.
    The Performance Work Statement (PWS) outlines requirements for the Tele Critical Care (TCC) program, focusing on procuring interface licenses to maintain patient monitoring services. The contractor is tasked with providing various GE Airstrip licenses compatible with the VA Tele-Critical Care system, including necessary integration and analytic software. Licenses must be installed within one month of contract award across multiple VA facilities. The TCC program enhances patient care by leveraging remote advanced clinical expertise. It aims to improve outcomes, reduce complications, and facilitate better resource utilization within the Veterans Health Administration (VHA). Security requirements dictate stringent data protection protocols, ensuring all contractors and personnel adhere to federal laws and VA directives regarding sensitive information. Compliance involves rigorous training, background checks, and security incident reporting. Additionally, contractual obligations include safeguarding protected health information (PHI) in line with a Business Associate Agreement (BAA) with the VA. This document serves as a critical mechanism to uphold quality patient care through effective monitoring and robust security protocols in VA healthcare facilities.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    7A21--Theradoc software See attached/within for details
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information from potential vendors for the procurement of TheraDoc software to support the Michael E. DeBakey VA Medical Center. This software package is designed to assist with pharmacy and infection control, and it requires ongoing support and maintenance. The VA aims to gather insights on vendor capabilities, including manufacturing origin, business size classification, and compliance with the Non-Manufacturer Rule, to inform its procurement strategy. Interested parties must submit their responses by March 17, 2025, at 16:00 Central Time, to Contracting Officer Steven A. Berkeley at Steven.berkeley@va.gov. This opportunity is part of the VA's efforts to enhance services for veterans and is not a solicitation for bids or proposals.
    DA10--Brand Name or Equal requirement for Vaultara Licensing and Support for Veterans Integrated Service Network 20
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for Vaultara licensing and support services through solicitation number 36C26025Q0314, specifically for Veterans Integrated Service Network (VISN) 20. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to enhance the VA's technological capabilities by acquiring software licenses, ongoing maintenance, troubleshooting support, and user training for Vaultara's cloud-based imaging and medical data sharing applications. The contract period is for one year, from September 30, 2025, to September 29, 2026, with a total award amount of $47 million. Interested vendors must submit their offers via email to Contracting Officer Jennifer Robles by 3 PM Mountain Time on March 26, 2025, ensuring compliance with federal regulations and VA invoicing procedures.
    6515--HTM EV1000 Patient Monitors | EDA: 03/26/2025 | Current MS: FORCE | Status: 12/31/24 - Assigned to James in FORCE & eCMS, pgd; Moved to Commodities BC 12/28/2024
    Buyer not available
    The Department of Veterans Affairs is seeking information from firms capable of supplying the HTM EV1000 Patient Monitors, as part of a Sources Sought Notice aimed at enhancing veteran healthcare through advanced hemodynamic monitoring equipment. The procurement will focus on equipment that includes pressure controllers and monitoring systems with both non-invasive and invasive features, ensuring compatibility with existing medical devices and offering continuous blood pressure monitoring through a user-friendly touchscreen interface. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses, are encouraged to submit their responses by March 17, 2025, detailing their company information and relevant certifications to Contract Specialist James Ferro at james.ferro@va.gov or by phone at 202-745-8000.
    6515--600-25-2-441-0092 IntelliVue BIS Module
    Buyer not available
    The Department of Veterans Affairs (VA), through the VISN 22 Long Beach Network Contracting Office, is seeking information from qualified vendors regarding the provision of the Philips IntelliVue BIS Module, a Patient Monitoring Module essential for monitoring consciousness and sedation in clinical settings. The procurement aims to identify suppliers capable of meeting specific salient characteristics, including the ability to provide numerics and high-resolution trends for anesthetic dosage formulation, reduce recovery times, and prevent oversedation in critically ill patients. This initiative is part of the VA's broader strategy to enhance healthcare delivery through advanced medical monitoring equipment. Interested parties must submit their responses, including a capabilities statement and relevant business information, by March 14, 2025, to Emiljan Golemi at emiljan.golemi@va.gov.
    DA10--Medicom Imagex Service Contract *BRAND NAME ONLY*
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a Medicom Imagex Service Contract aimed at enhancing the electronic exchange of radiology imaging exams and reports for veterans seeking diagnostic services outside the VA, particularly under the Mission Act. The contract will focus on automating the transfer of medical images to reduce delays caused by physical media like CD-ROMs, while ensuring integration with existing VA technologies to facilitate bi-directional data exchange with community healthcare providers. This initiative is critical for improving the continuity of care for veterans and minimizing operational bottlenecks in accessing diagnostic imaging. Interested parties, especially service-disabled veteran-owned and small businesses, are encouraged to respond to this Sources Sought Notice for market research purposes, with further details available from Contracting Specialist Matt Lee at matthew.lee5@va.gov or 210-939-9281.
    J065--BASE 4OY LICENSE & SUPPORT SENSITRAC & INSTRUMENTRAC
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified suppliers to provide a licensing subscription and support services for the Censitrac and Instrumentrac software systems, which are utilized for surgical asset management across eight VA healthcare facilities in California, Arizona, and New Mexico. This opportunity includes a base year and four option years, with the VA aiming to gather information on potential vendors' capabilities, pricing, and business classifications under NAICS code 513210. The procurement is part of the VA's planning process to ensure effective asset management in healthcare settings, and interested parties must submit their responses by March 19, 2025, via email to the Contracting Officer, Anette Doan, at Anette.Doan@va.gov or by phone at 562-766-2200. This request for information does not constitute a formal solicitation for a contract.
    J065--Muse and CardioDay Support Service Sole Source Notice
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a Sole Source contract to GE Precision Healthcare, LLC for comprehensive maintenance and repair services for GE Health Care equipment at the West Texas VA Health Care System. The contract will cover hardware and software support, software upgrades, and annual preventive maintenance for the CASE, MUSE NX, and CardioDay systems, which are critical for providing quality healthcare services to veterans. The procurement will utilize Simplified Acquisition Procedures due to the specialized nature of the services required, with a performance period of one base year starting May 6, 2025, and four option years. Interested parties must submit their responses to Contract Specialist Anitra Carter via email by 10:00 AM Central Standard Time on March 14, 2025, to demonstrate their capability to meet the government's needs.
    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.
    6525--JAN 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the acquisition of high-tech medical equipment (HTME) along with extended installation services, including turnkey solutions, as part of the JAN 2025 Consolidation initiative. This procurement aims to enhance the capabilities of VA healthcare facilities by providing advanced medical imaging systems and comprehensive support services, ensuring that the equipment meets stringent operational and safety standards. The selected vendors will be responsible for delivering the equipment, conducting site preparations, and providing necessary training for clinical staff, which is crucial for improving patient care and operational efficiency within the VA system. Proposals are due by March 12, 2025, with a projected award date of November 26, 2025. Interested vendors can contact Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
    6525--EMERGENCY CONTRACT: Philips IntraSight Mobile IVUS
    Buyer not available
    The Department of Veterans Affairs is initiating a Sole Source contract for the procurement of Philips IntraSight Mobile IVUS equipment, specifically for the Portland VA Medical Center. This urgent requirement follows the procedures outlined in FAR 13.5 due to the critical need for this imaging equipment, which is categorized under NAICS code 334517. The anticipated award date for this Firm-Fixed-Price contract is March 14, 2025, and interested parties may contact Contracting Officer Tracy Heath at tracy.heath@va.gov or 253-888-4903 for further information. Please note that this notice serves to inform the public and does not constitute a request for competitive proposals.