7A21--BRILLIANS License, Maintenance and Support
ID: 36C25926Q0025Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Veterans Affairs, specifically the Network Contracting Office 19, intends to award a sole source firm-fixed-price contract for the BRILLIANS License, Maintenance, and Support to SUPRAVISTA MEDICAL DSS LLV. This procurement involves a clinical decision support system that analyzes patient data from the Computerized Patient Record System (CPRS) to provide alerts on critical health issues, thereby enhancing patient care. The contract will encompass a five-year service period, including licensing, software maintenance, technical support, and software upgrades for VISN 19 sites. Interested firms must submit a capability statement and supporting documentation to Christine Jarvis at christine.jarvis@va.gov by October 31, 2025, at 10:00 AM Mountain Time, and must be registered in SAM, with specific certifications required for VOSB/SDVOSB firms.

    Point(s) of Contact
    Christine JarvisContract Specialist
    (303) 712-5784
    christine.jarvis@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office (NCO) 19, intends to award a sole source firm-fixed-price contract to SUPRAVISTA MEDICAL DSS LLV for BRILLIANS, a clinical decision support system. This system extracts and analyzes patient information from the Computerized Patient Record System (CPRS) to alert providers about critical issues. SUPRAVISTA MEDICAL DSS LLV is the original equipment manufacturer (OEM) of this proprietary technology, which analyzes advanced drug interactions and applies complex business rules to clinical data. The contract will cover a 5-year service period, including licensing, professional services, software maintenance, interface support, technical support, remote assistance, and software upgrades for VISN 19 sites. This sole source award is justified under 41 USC §3304(a)(1). The NAICS code is 513210 with a size standard of $47 million. This notice is not a request for competitive quotes, but firms believing they can meet the requirements must submit a capability statement and supporting evidence to christine.jarvis@va.gov by October 31, 2025, at 10:00 AM Mountain Time. Responses must include socioeconomic status, SAM UEI and CAGE Code, authorization from SUPRAVISTA MEDICAL DSS LLV, technical information, capability demonstration, similar project experience, subcontracting plans (if applicable), ownership details, GSA Contract Number (if applicable), and customer references. Failure to provide this information will result in non-consideration. Contractors must also be registered in SAM, and VOSB/SDVOSB firms must be VetCert certified.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DA01--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract for the InstyMed Dispenser System, identified by Solicitation Number 36C25226Q0106. This procurement includes the purchase of the dispenser system and professional installation services, emphasizing that it is not a request for proposal or quote, as no solicitation document is available. The InstyMed Dispenser System is crucial for enhancing medication delivery and management within VA facilities. Interested parties must respond to this notice by December 12, 2025, at 10:00 am CST, and can contact Contracting Officer Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4850 for further information.
    R408--Acquisition Support Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Veterans Management Services Inc., a Service-Disabled Veteran-Owned Small Business (SDVOSB), for acquisition support services to assist the Veterans Health Administration (VHA). The procurement aims to fulfill various acquisition support requirements essential for VHA contracting operations, leveraging the authority provided under 38 U.S.C. 8127(c) to directly contract with SDVOSBs. The anticipated period of performance for this contract is from September 29, 2025, to September 28, 2026, with interested parties encouraged to submit capability statements to Contracting Officer Joseph Senkovich via email by September 30, 2025, at 3:00 PM ET.
    J065--AGFA Preventive Maintenance and Service Base 2 years Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to AGFA US Corp. for preventive maintenance and support services for the AGFA DR 400 Detector System at the Worcester Belmont Street Campus. The contract will cover a base year plus two option years, from January 1, 2026, to December 31, 2028, requiring annual preventive maintenance and service support as detailed in the attached Statement of Work. This procurement is critical as AGFA US Corp. is the only provider capable of delivering the specialized and proprietary services necessary to maintain compliance with FDA and cybersecurity requirements. Interested parties may submit documentation to demonstrate their qualifications by December 11, 2025, at 11:00 AM EST, with all inquiries directed to Contract Specialist Kim McCarthy at kim.mccarthy@va.gov.
    J066--New - VISN 17 GeneXpert Analyzer M&R Consolidated IDIQ
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source, firm-fixed-price, single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to Cepheid for the maintenance and repair services of GeneXpert analyzers. This procurement includes service agreements for various GeneXpert systems, along with necessary modules and reagents, to support the Pathology and Laboratory Medicine Service (P&LMS) across multiple locations within Veterans Integrated Service Network (VISN) 17, including El Paso, South Texas, Central Texas, Big Spring, and Amarillo VA Healthcare Systems. The GeneXpert systems are critical for laboratory diagnostics, ensuring timely and accurate results for veterans' healthcare needs. Interested parties may submit capability statements to the primary contact, Delphia Schoenfeld, at delphia.schoenfeld@va.gov within 10 calendar days of this notice, as the contract will be awarded to Cepheid if no other responsible sources are identified.
    J065--Bayer Medrad Injectors Full Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source Firm-Fixed-Price Contract to Novamed Corporation for the full service of Bayer Medrad Injectors. This contract, identified as 36C25724P0085, will provide essential services including onsite support by a Bayer certified field engineer, hardware system coverage, calibration, software updates, EPM certified part replacements, and comprehensive inspection and safety testing for various Bayer/Medrad models at the Dallas VA Medical Center. The procurement is being conducted under FAR 13.5, indicating the intent to negotiate with a single source due to the specialized nature of the services required. Interested parties may submit their capability information by December 12, 2025, at 10:00 A.M. CT, to Rafael Rodriguez at Rafael.Rodriguez2@va.gov, as the government may consider competitive procurement based on the responses received.
    7J20--Lenel License
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract for the renewal and restoration of a Lenel S2 license for the Philadelphia VA Medical Center. This procurement aims to transition the Access Control system to the Lenel S2 OnGuard, a Physical Access Control System software, ensuring compliance with federal guidelines and enhancing operational efficiency. The current system in use is outdated and non-compliant, making this renewal a cost-effective solution compared to implementing a new system. Interested firms may submit written notifications and capability statements by December 10, 2025, at 10:00 AM EST, with the NAICS code for this opportunity being 541519, which pertains to Other Computer Related Services.
    InstyMed Dispenser System
    Buyer not available
    The Department of Veterans Affairs is issuing a modification to its previous notice regarding the InstyMed Dispenser System, indicating its intent to negotiate a limited source contract. This modification serves to establish a deadline for responses, emphasizing the urgency and specificity of the procurement process. The InstyMed Dispenser System is crucial for enhancing healthcare delivery to veterans, ensuring efficient medication dispensing and management. Interested parties must submit their responses by December 12, 2025, at 10:00 am CST, and can direct inquiries to Contracting Officer Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4850.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.
    J065--NOTICE of INTENT SOLE SOURCE GE MACLAB Service and Support
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), intends to award a Firm Fixed Price contract to GE Healthcare, INC for the maintenance and support of the GE Healthcare Combolab systems (Mac Lab System) at the Veterans Affairs Sierra Nevada Health Care System. The contract, effective January 1, 2026, will require the contractor to provide all necessary labor, transportation, parts, and expertise, ensuring compliance with various national and industry standards, including NFPA-99 and OSHA, while maintaining a commitment to 99% equipment uptime. Interested parties may express their interest by submitting a detailed description of their capabilities via email to Gary Christensen at gary.christensen@va.gov by December 12, 2025, at 10:00 AM Pacific Standard Time, referencing solicitation number 36C26126Q0190. The government reserves the right to determine whether to compete the proposed contract based on the responses received.
    J065--Intent to Sole Source Digital Signage Players and Displays P&MR
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 22, intends to award a sole source, firm-fixed-price contract to AVI Systems, Inc. for digital signage players and displays. This procurement aims to renew an expired maintenance contract for Haivision Electronic CoolSign Preventive Maintenance services, which are crucial for directory and informational signage across the Veteran Affairs San Diego Health Care Services (VASDHCS) campuses. The decision to sole source is based on the need for continuity of services and the utilization of existing equipment, with the contract structured as a Base Plus Four Option Year agreement. Interested parties must demonstrate past performance experience and be authorized distributors of the Haivision equipment, with all inquiries and capability statements due by 12:00 PM Pacific Time on December 12, 2025, directed to Charity Cazee at Charity.Cazee@va.gov.