J065--Airstrip One Platform (VA-25-00042815)
ID: 36C77625Q0103Type: Special Notice
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

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

    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.

    Point(s) of Contact
    Lisa.Strawbridge@va.govLisa Strawbridge
    (216) 447-8300
    lisa.strawbridge@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 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
    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.
    DA10--EC2 Software Solutions | NMIS | Service
    Buyer not available
    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.
    GE Invasive MacLab/ComboLab System Maintenance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, intends to award a sole source contract for the maintenance and repair of the GE Invasive MacLab and ComboLab systems. The contract will be awarded to GE Precision Healthcare LLC, which is the only responsible source capable of providing the required proprietary services, including software updates and repairs. These systems are critical for the operation of the Harry S. Truman Memorial Veterans Hospital in Columbia, Missouri, and the maintenance services are essential to ensure their continued functionality. Interested parties may submit a capabilities statement by February 11, 2025, at 11:00 am Central Time, to Veronica Flores at veronica.flores@va.gov, as this notice is not a request for competitive quotes and no solicitation will be issued.
    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.
    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.
    J041--INTENT TO SOLE SOURCE-Temptrak Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) intends to enter into a sole-source procurement with Trillmed LLC for TempTrak® Calibration and Preventative Maintenance Services at four VA medical facilities located in Wisconsin and Illinois. This decision is based on the assertion from Copeland Cold Chain LP, the original equipment manufacturer, that Trillmed is the only authorized distributor of TempTrak products for VA customers in the United States, and Trillmed is currently the only Service-Disabled Veteran-Owned Small Business (SDVOSB) providing these services. Interested parties who believe they can meet the requirements are encouraged to express their interest via email to the Contracting Officer, Aaron Rogers, by 8:00 a.m. CDT on February 10, 2025; however, this notice does not constitute a solicitation for competitive quotes, and the VA retains the discretion to determine whether to open the procurement to competition.
    6515--HEMOSPHERE ADVANCED MONITORING SYSTEM Pittsburgh VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of one Hemosphere Advanced Monitoring System for the VA Pittsburgh Healthcare System's Critical Care Department. This system, which includes the Cardiac WIN10 with Swan-Ganz module, oximetry cable, and pressure cable for Acumen IQ/Flotrac, is intended to enhance hemodynamic monitoring capabilities for cardiac surgery patients, thereby improving patient care and potentially reducing mortality rates. The procurement is justified as a single-source acquisition due to the system's existing use within the facility and the necessity for consistent and reliable medical equipment in critical care settings. Interested vendors must submit their offers by 4:00 PM EST on February 7, 2025, and can direct inquiries to Contract Specialist Olivia A. Osborne at olivia.osborne@va.gov. The total value of the procurement is estimated at $65,895.
    R408--Technical Application Platform Services (TAPS) New Task Order - Base Award (VA-24-00013805)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Technical Application Platform Services (TAPS) under solicitation number 36C10B24Q0242, as part of a Fair Opportunity under the GSA Alliant 2 Governmentwide Acquisition Contract. The procurement aims to enhance IT services that support veteran care through comprehensive project management, technical engineering, and strategic planning, with a focus on improving access to essential services via modernized technology solutions. Interested parties are invited to submit their capabilities and past performance examples by March 13, 2024, with responses limited to 10 pages; inquiries can be directed to Contract Specialist Andrew Hemberger at andrew.hemberger@va.gov or 848-377-5151.
    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.
    J065--FY25 Service B+2 Options Draeger Anesthesia Contract
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a Special Notice for a sole source procurement of maintenance services for Draeger Anesthesia Units at the Bronx VA Medical Center. The contract aims to establish a firm fixed price agreement for a base year with two additional option years, focusing on both scheduled and unscheduled maintenance, including 24/7 customer support and on-site service response. This initiative underscores the VA's commitment to ensuring optimal functionality of medical equipment, which is crucial for delivering high-quality healthcare services to veterans. Interested parties must submit their responses by 12:00 PM EST on February 12, 2025, to the designated contacts, Charles Collins and Anthony Murray, via email.