R499--Vocera Software License/Subscription Support and Maintenance
ID: 36C25626Q0226Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Other Computer Related Services (541519)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes for Vocera Software License/Subscription Support and Maintenance at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement involves providing a perpetual license, subscription term license, software maintenance updates, and unlimited technical support for the existing Vocera Communications system, with the contract structured as a Firm-Fixed Price for a base year and four optional one-year extensions. This service is critical for maintaining effective communication within the VA medical facility, ensuring operational capabilities as intended by the manufacturer. Quotes are due by January 15, 2026, at 4:00 PM Central Time, and must be submitted via email to Contract Specialist Jeneice Matthews at jeneice.matthews@va.gov, with the requirement that all offerors are registered in the System for Award Management (SAM) and certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs).

    Point(s) of Contact
    Jeneice MatthewsContract Specialist
    (713) 791-1414
    jeneice.matthews@va.gov
    Files
    Title
    Posted
    This document, VAAR 852.219-75, outlines the VA Notice of Limitations on Subcontracting, focusing on compliance for services and construction contracts awarded to certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It mandates specific subcontracting limitations: for services, no more than 50% of the government payment can go to non-certified firms; for general construction, this limit is 85%; and for special trade construction, it is 75%. The document clarifies that work subcontracted by a similarly situated certified SDVOSB/VOSB still counts towards these limits, while costs for materials are excluded in construction contracts. It emphasizes that false certifications can lead to severe penalties, including criminal prosecution and fines. Contractors must provide a formal certification with their bid, and failure to do so will result in ineligibility for award. The VA reserves the right to request documentation to verify compliance at any time, and non-cooperation may lead to remedial action. This ensures that a significant portion of contract work is performed by or through certified veteran-owned businesses.
    This Business Associate Agreement (BAA) between the Department of Veterans Affairs Michael E. DeBakey VA Medical Center (Covered Entity) and an unnamed Business Associate establishes requirements for the use and disclosure of Protected Health Information (PHI) in accordance with HIPAA and HITECH Acts. The Business Associate will provide Vocera Software License/Subscription Support and Maintenance services. Key terms define roles and PHI. The agreement dictates that PHI remains the property of the Covered Entity, and the Business Associate must only use or disclose PHI as permitted or required by the agreement or law, adhering to minimum necessary policies. Obligations include implementing safeguards, notifying the Covered Entity of breaches within 24 hours, providing detailed written reports within ten business days, mitigating harm, and ensuring U.S.-based subcontractors also comply with HIPAA. The Business Associate must assist the Covered Entity with individual requests for PHI access, amendment, or accounting. Upon termination, all PHI must be returned or destroyed. The Covered Entity must not request impermissible PHI uses and must notify the Business Associate of any restrictions or changes in privacy practices. The agreement allows for amendment, automatic termination upon completion of duties, or termination for cause, with specific provisions for the survival of obligations post-termination. The agreement will be reviewed every two years.
    This document, Wage Determination No. 2015-5233, Revision No. 32, issued by the U.S. Department of Labor, details the minimum wage rates and fringe benefits for service contract employees in specific Texas counties (Austin, Brazoria, Chambers, Fort Bend, Galveston, Harris, Liberty, Montgomery, Waller). It lists numerous occupations across various fields, including administrative, automotive, food service, healthcare, and technical roles, with corresponding hourly rates. The document also outlines required fringe benefits, such as health and welfare, paid vacation (2 weeks after 1 year, 3 after 5, 4 after 15), and eleven paid holidays. It includes important notes on Executive Orders 13706 and 13658, addressing paid sick leave and minimum wage requirements for federal contractors. Special conditions for computer employees, air traffic controllers, and weather observers regarding exemptions and night/Sunday pay are specified. Furthermore, it details hazardous pay differentials (8% or 4%) for work involving ordnance and explosives, and uniform allowance policies. A conformance process for unlisted occupations is also described, ensuring fair compensation for all contract employees.
    The document, identified as Attachment D to solicitation 36C25626Q0226, is a
    The Department of Veterans Affairs (VA) Michael E. DeBakey VA Medical Center (VAMC) in Houston, Texas, issued a combined synopsis/solicitation (36C25626Q0226) for Vocera Software License/Subscription Support and Maintenance. This Request for Quote (RFQ) is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a NAICS code of 541519. The contract will be a Firm-Fixed Price for a base year (February 1, 2026 – January 31, 2027) and four optional one-year extensions. The required services include a perpetual license, a subscription term license, software maintenance updates, and unlimited technical support for the existing Vocera Communications system. Quotes are due by January 15, 2026, 4:00 PM Central Time, and should be emailed to jeneice.matthews@va.gov. Evaluation will be based on the lowest-priced technically acceptable offer, requiring current SAM registration and SBA SDVOSB certification.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DA10--Vocera Communication System *Brand Name or Equal* Salt Lake City VA Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors for a Vocera Communication System or an equivalent solution for the Salt Lake City VA Health Care System. The VA aims to update its aged patient call system to enhance staff communication and notification processes, with requirements including software licenses for approximately 725 users, messaging capabilities, and integration with existing nurse call systems. This procurement is anticipated to be structured as a base year with four option years for licensing, technical support, and software subscriptions, with responses due by December 29, 2025. Interested vendors should contact Contract Specialist Stephanie Cahill via email at Stephanie.Cahill@va.gov to express their capabilities and provide necessary documentation.
    DH01--Vocera Communication Support Services (Brand Name) - Northern Arizona VA Healthcare System (NAVAHCS)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through its Network Contracting Office 22, is seeking qualified contractors to provide Vocera Communication Support Services at the Northern Arizona VA Healthcare System in Prescott, Arizona. This presolicitation notice indicates that the upcoming solicitation, numbered 36C26226Q0219, is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will result in a firm-fixed price contract, emphasizing the importance of certified SDVOSBs in the procurement process. The services are critical for enhancing communication systems within the healthcare facility, ensuring efficient operations and support for veterans. Interested parties must respond to the solicitation, which is expected to be issued around December 30, 2025, with a response deadline of December 29, 2025, at 14:00 Pacific Time; inquiries can be directed to Jennell Christofaro at jennell.christofaro@va.gov.
    J065--Actionable - 554 (S) | New Requirement | Biomed Steris Sterilizer Maintenance (VA-26-00024834)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide maintenance services for Steris sterilizers at the Eastern Colorado Healthcare System. The procurement involves a Request for Quote (RFQ) for both scheduled and unscheduled maintenance over a base year and four option years, ensuring compliance with OEM specifications and VA policies. This maintenance is critical for the operational efficiency and safety of medical equipment used in healthcare settings. Quotes are due by January 5, 2026, at 4 PM Mountain Time, and must be submitted via email to Thaddeus Gray at thaddeus.gray@va.gov, with all necessary documentation including technical capability, pricing, past performance, and compliance certification.
    Medical Gas Equipment Preventative Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Medical Gas Equipment Preventative Maintenance contract, specifically for the VA's Valley Coastal Bend Health Care System located in Harlingen, Texas. The contractor will be responsible for providing full-service preventative maintenance and emergency repairs of VA-owned medical gas sourced equipment, as detailed in the Statement of Work (SOW). This contract includes a base year and four option years, with a performance period extending from May 2026 to April 2031, and requires certified technicians, OEM parts, and 24/7 technical support, while adhering to federal and VA acquisition regulations. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details.
    Open and Continuous Community Nursing Home RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified providers to submit quotes for the Open and Continuous Community Nursing Home Request for Quotes (RFQ) in Texas. This procurement aims to establish multiple Indefinite Delivery Contracts (IDCs) for nursing services to eligible veterans, with an estimated total value of $34 million over a base year and four option years, ensuring compliance with federal and state regulations and certification for Medicare and Medicaid. The initiative is critical for delivering quality nursing care to veterans, utilizing the Patient Driven Payment Model (PDPM) for pricing, and emphasizing adherence to safety and quality standards. Interested parties can contact Michelle Cunningham at michelle.cunningham@va.gov or Francisco Mendoza at francisco.mendoza@va.gov for further details.
    J065--Omnicell IVX Rx Framework Interface/IVX Vista Interface DSS Omnicell
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a sole-source contract to Omnicell, Inc. for maintenance and repair services on the existing Omnicell IVX Workflow Management System at the Central Arkansas Veterans HealthCare System in Little Rock, AR. This procurement aims to secure a firm fixed price contract covering a base year plus four option years for software maintenance and support, which includes bug fixes, minor upgrades, and telephone support. The Omnicell IVX system is critical for managing workflow in healthcare settings, particularly for military veterans, and the contract is justified as Omnicell, Inc. is the only vendor capable of providing these specialized services. Interested parties may submit letters of interest demonstrating their technical expertise by December 29, 2025, to the Contracting Officer, Joseph Warren, at joseph.warren@va.gov.
    J059--Audio Visual Preventative Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for the sole source procurement of preventative and unscheduled maintenance for the Audio/Visual (A/V) system located at the Martinsburg Office of Emergency Management. The primary objective is to ensure the functionality and reliability of the A/V system across three conference rooms (208, 212, and 221) through a structured preventative maintenance cycle, which includes inspections, firmware updates, and troubleshooting support. This A/V system is critical for displaying situational awareness information during emergencies, and the original installer, Colossal Contracting LLC, possesses the proprietary knowledge and warranties necessary for its maintenance. The contract, identified by solicitation number 36C24526Q0176, will be a firm fixed-price agreement for one base year, with an anticipated performance period from February 15, 2026, to February 14, 2027. Interested parties can reach out to Cassie White at cassie.white@va.gov for further information.
    DA10--26-SW0032 NewEra (SW5027, SW5028)-Recompete (Renewal) (VA-26-00000289)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a sole-source, firm-fixed-price contract for the renewal of NewEra software licenses and maintenance support, specifically for the NewEra Stand Alone Environment (SAE) and Image Focus Core (IFO) Subsystem software. This procurement is critical for maintaining the VA's IBM z/OS and IBM z16 mainframe environment, which supports essential applications such as the Financial Management System and Benefits Delivery Network. The contract, valued at $45,330.39, includes a 12-month base period and four 12-month option periods, with a requirement for 24/7 technical support and compliance with Section 508 accessibility standards. Interested parties can contact Contract Specialist Edward Olivo-Cruz at Edward.Olivo-Cruz@va.gov or by phone at 848-377-5099, with responses due by December 29, 2025, at 12:00 PM Eastern Time.
    DA10--Medbridge Subscriptions, Columbia VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 15 (NCO-15), intends to award a sole source contract to Medbridge Inc. for the Medbridge Rehabilitation Resource Subscription at the Columbia Veterans Affairs Medical Center (VAMC). This procurement involves a base year subscription plus two option years, covering the period from January 7, 2026, to January 6, 2029, which includes software updates and support for the proprietary Medbridge Rehabilitation Resource Platform. The decision to sole source is based on the platform being exclusive to Medbridge Inc., as no other vendors are authorized to provide the required subscription, in accordance with FAR 12.102(a) and FAR 6.103-(b). Interested parties capable of fulfilling this requirement must respond by January 5, 2026, at 10:00 AM (CDT), and should direct inquiries to Contracting Officer Robert Bleichner at robert.bleichner@va.gov or by phone at 913-758-9920.
    Q999 - VISN 12 Home Oxygen Delivery Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide Home Oxygen Delivery Services under the VISN 12 program, specifically through solicitation 36C25225R0072. The procurement aims to ensure the delivery and maintenance of respiratory equipment, including oxygen and ventilators, to veterans, with a focus on compliance with essential VA documentation and service requirements. This service is critical for the health and well-being of veterans who rely on oxygen therapy and other respiratory support. Interested vendors should note that the proposal due date has been extended to January 15, 2026, at 10:00 AM CST, and can contact Joni Dorr at joni.dorr@va.gov or 414-844-4858 for further information.