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
    J059--AGFA Scheduling & Protocoling Software (VA-26-00027032)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for AGFA Scheduling & Protocoling Software to AGFA Healthcare Corporation, as outlined in their Notice of Intent. This procurement aims to secure a web-based solution that is PIV card-enabled, providing essential electronic scheduling and protocoling capabilities, along with necessary integration and managed services support. The selected software is critical for enhancing operational efficiency within the VA's healthcare system. Interested parties may submit a capabilities statement, including an authorization letter from the Original Equipment Manufacturer (OEM), by December 15, 2025, at 3:00 PM Eastern Time, to the Contracting Officer, Earnest Ellison, at Earnest.Ellison@va.gov.
    J066--Full Service Contract and Software Subscription – BD Synapsys
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Becton, Dickinson & Co. (BD Diagnostics Systems) for a full-service contract and annual software subscription for BD Synapsys at the Central Texas Veterans Health Care System. This procurement includes essential services such as a software license, technical support, remote diagnostics, preventative maintenance, and comprehensive repair services, all adhering to OEM specifications and VA standards. The contract is crucial for maintaining the operational efficiency of medical equipment and ensuring high-quality healthcare delivery to veterans. Interested parties must submit their capability statements, including necessary documentation, to Jose Campa at jose.campa@va.gov by 10:00 A.M. CST on December 10, 2025, with the contract expected to be awarded around December 31, 2025.
    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.
    DA10--Netalytics Methasoft Oracle Health Integration Services for VISN 12 VA Medical Centers (VAMCs); Edward Hines Jr. VA Hospital located in Hines, IL and Jesse Brown VA Medical Center located in Chicago, IL.
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Netsmart Technologies, Inc. for the provision of Netalytics Methasoft Oracle Health Integration Services for the VISN 12 VA Medical Centers, specifically the Edward Hines Jr. VA Hospital in Hines, IL, and the Jesse Brown VA Medical Center in Chicago, IL. This procurement is being conducted under the authority of 41 U.S.C. 3304(a)(1), which allows for noncompetitive procedures due to the unique capabilities of the sole source provider. The services are critical for enhancing health integration systems within the VA, ensuring that the medical centers can effectively manage and utilize health data. Interested firms that believe they can meet the requirements must submit their capability statements, including product descriptions and customer references, to the Contracting Officer, Jerri Schuster, at jerri.schuster@va.gov by 12:00 PM CST on December 12, 2025. No solicitation documents will be available, and the decision to proceed with the sole source negotiation will be at the Government's discretion.
    DA10--VISN 6 Clinical Decision Support Tool_VA-26-00022484
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the VISN 6 Clinical Decision Support Tool under the solicitation number 36C10B26Q0070. This procurement involves a firm-fixed-price delivery order aimed at enhancing clinical decision-making capabilities within the Veterans Health Administration, and it is open to contract holders in NASA SEWP V GWAC Groups B, C, and D. The importance of this tool lies in its potential to improve patient care and operational efficiency in veteran healthcare services. Interested parties must submit their proposals by December 15, 2025, at 10:00 am Eastern Time, and inquiries can be directed to Sarah MacArthur at sarah.macarthur@va.gov or by phone at 848-377-5179. Recovery Act Funds are not applicable to this action.
    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.
    J065--Comprehensive Maintenance for BBraun Dialog+ Evolution Hemodialysis Units
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source contract to B. Braun Medical for comprehensive maintenance services for 14 Dialog+ Evolution hemodialysis units located at the Salt Lake City VA Medical Center. This procurement is necessary to ensure that the proprietary hemodialysis systems are maintained according to the manufacturer's standards, as B. Braun Medical is the sole authorized servicer capable of providing the required technical maintenance and repair parts. Interested parties may submit their capabilities to meet this requirement by December 16, 2025, at 12:00 PM Mountain Standard Time, with responses directed to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov. The associated NAICS code for this opportunity is 811210, with a business size standard of $34 million.