6350--Alertus Rapid Response Console for the James J. Peters VA Medical Center.
ID: 36C24225Q0577Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
    Description

    The Department of Veterans Affairs intends to award a sole source contract to Alertus Technologies, LLC for the procurement of a Rapid Response Console and Emergency Notification System for the James J. Peters VA Medical Center. This procurement includes the purchase of 25 Alertus Rapid Response Consoles along with federal implementation and installation services, aimed at enhancing the facility's emergency preparedness capabilities. The action is being conducted under FAR 13.106-1(b)(1)(ii), which allows for solicitation from a single source, and interested parties are invited to express their interest and capability by providing relevant data by May 2, 2025. Responses must be directed to Contracting Officer Jonatan Rondon at Jonatan.Rondon@va.gov by 16:00 hours EST on the deadline date.

    Point(s) of Contact
    Jonatan RondonContracting Officer
    212-686-7500 ex. 5588
    jonatan.rondon@va.gov
    Files
    Title
    Posted
    The document is a Special Notice from the Department of Veterans Affairs (VA) indicating the intent to award a sole source contract to Alertus Technologies, LLC for their Rapid Response Console and Emergency Notification System at the James J. Peters VA Medical Center. The notice outlines that the procurement will include the purchase of 25 Alertus Rapid Response Consoles and associated federal implementation and installation services. This action is conducted under FAR 13.106-1(b) (1)(ii), which allows solicitation from a single source. Interested parties are invited to demonstrate their interest and capability by providing relevant data prior to the response deadline of May 2, 2025. However, the document clarifies that this notice is not a request for proposals or quotations, and the determination to proceed with a competitive procurement rests solely with the government. Responses should be directed to the designated contracting officer by email. The purpose of this notice emphasizes urgent procurement within government contracting processes while giving an opportunity for potential competitors to express their capabilities.
    Lifecycle
    Similar Opportunities
    J063, Panic and Intrusion Alarm Replacement and Monitoring, Various Clinics - Portland Veterans Affairs Healthcare System, Dept of Veterans Affairs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide panic and intrusion alarm replacement and monitoring services for various clinics within the Portland Veterans Affairs Healthcare System. The procurement involves the removal, installation, and testing of new security components, including keypads, panels, motion sensors, and wireless panic alarms, across six specified locations in Oregon, with a requirement for 24/7 alarm monitoring and rapid response to repair requests. This initiative is critical for enhancing the security infrastructure of VA facilities, ensuring the safety of veterans and staff. Interested parties must respond to the Sources Sought Notice by emailing Danielle Carrico at danielle.carrico@va.gov no later than September 26, 2025, at 5 PM PT, providing necessary company information and capability statements.
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.
    7E21--Philips HL7 Cardiovascular Extensions
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract to Philips North America LLC for the provision of Philips HL7 Cardiovascular Extensions, required by the Butler VA Medical Center. This procurement is being conducted under the authority of FAR 8.405-6(b) and will utilize Simplified Acquisition Procedures, resulting in a firm fixed-price Federal Supply Schedule delivery order. The Philips HL7 Cardiovascular Extensions are critical for enhancing the medical center's cardiovascular data management capabilities. Interested parties should note that this notice serves as an intent to award and not a request for competitive proposals, with the solicitation number being 36C24426Q0157 and a response date of December 16, 2025. For further inquiries, contact Contract Specialist Joanne Skaff at joanne.skaff@va.gov.
    DA01--Brillians Software Licensure (VA-26-00025640)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the G.V. Sonny Montgomery VA Medical Center, is seeking to award a firm fixed price sole-source contract to SupraVISTA Medical DSS, LLC for the procurement of Brillians Software Licensures. This opportunity is outlined in a Sources Sought Notice and is intended for informational and planning purposes only, indicating that the VA is not currently soliciting competitive quotes or proposals. The software is crucial for the operations of the Veterans Integrated Service Networks (VISN) 16 Clinical Informatics, supporting their IT and telecom business application needs. Interested parties must submit their responses by 2:00 PM CST on November 7, 2025, to Contract Specialist Jennifer McCloud at Jennifer.McCloud@va.gov, with the NAICS code for this procurement being 511210, which has a size standard of $47 million.
    Justification and Approval (J&A) Sole Source - Implementation Coordinators Veterans Health Exchange Professional Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure professional services for the implementation coordinators of the Veterans Health Exchange, utilizing a sole source justification under the authority of 41 U.S.C. § 253(c)(5). This procurement is guided by the Veterans First Contracting Program as outlined in Public Law 109-461, which emphasizes the need for specialized services to enhance the health care delivery system for veterans. The contract will be executed in the USA, and interested parties can reach out to Brian N. Ballard at brian.ballard@va.gov or Wanda Y. Edwards at wanda.edwards@va.gov for further details. The procurement process is expected to follow the regulations set forth in FAR Subpart 6.302-5, with no specified funding amount or deadline mentioned in the provided information.
    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.
    Consolidated Emergency Response System (CERS) - Sustainment RFI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking responses for the Consolidated Emergency Response System (CERS) - Sustainment, aimed at enhancing First Response Dispatching capabilities. This procurement focuses on professional support services related to emergency response, disaster planning, and preparedness, which are critical for effective crisis management and operational readiness. Interested parties can reach out to primary contact Vanessa Coleman at vanessa.coleman@usmc.mil or secondary contact Alexander E. Lyon at alexander.lyon@usmc.mil for further details regarding this opportunity. The place of performance for this contract is located in Virginia, with the zip code 22134.
    J063--FY26 Lenel S2 Security System Support Five (5)-Year Indefinite Delivery Contract (IDC) for VA Coatesville. Brand Name Only.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a five-year Indefinite Delivery Contract (IDC) for Lenel S2 Security System Support at the Coatesville VA Medical Center, specifically for brand-name-only products. The procurement includes a comprehensive service package that covers a PRO SUSP PLAN for 513-1024 readers, technical support, and Verizon monthly router service for remote support, with a total performance period extending from December 8, 2025, to September 30, 2030. This contract is a 100% set-aside for Certified Veteran-Owned Small Businesses (VOSBs) and emphasizes compliance with VA regulations regarding subcontracting limitations. Interested parties must submit their proposals by December 15, 2025, at 3:00 PM ET, and can direct inquiries to Contract Specialist Allan Tabliago at allan.tabliago@va.gov.
    CASE V7 Cardiac Stress System - FSS Sole Source
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to procure a GE CASE V7 Cardiac Stress System for Treadmill through a sole-source contract with Trillamed LLC, a Service-Disabled Veteran-Owned Small Business (SDVOSB). This procurement aims to replace outdated equipment essential for assessing heart conditions, as the GE Healthcare systems are uniquely compatible with the VA's GE MUSE cardiology information system. The contract will be a firm-fixed-price agreement, with responses due by December 19, 2025, at 12:00 PM EST, and interested parties can contact Gabriella M Byrne or Andrea Aultman-Smith for further information.
    J059--Notice of Intent to Sole Source - ASCO Critical Power Management System/Automatic Transfer Switches Maintenance Services for the Minneapolis VA Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contracting Office 23, intends to award a sole source, Firm Fixed Price contract to ASCO POWER SERVICES, INC. for Critical Power Management System and Automatic Transfer Switches Maintenance Services at the Minneapolis VA Health Care System. This contract, which includes a Base plus one Option Year, is justified under FAR 13.106-1 due to ASCO's proprietary equipment and software, making them the only source capable of fulfilling these specific requirements. The services are critical for ensuring the reliability and functionality of power management systems within the healthcare facility. Interested parties who believe they can meet the requirements must submit a capability statement, including their SAM Unique Entity ID and Taxpayer Identification Number, by December 19, 2025, at 12:00 PM Central Time to Alisha Milander at Alisha.Milander@va.gov.