DA10--Rauland Responder V Nurse Call System Maintenance and Support Services (VA- 25-00020517)
ID: 36C10B25Q0105Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFTECHNOLOGY ACQUISITION CENTER NJ (36C10B)EATONTOWN, NJ, 07724, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs) (VSA)
Timeline
    Description

    The Department of Veterans Affairs is seeking maintenance and support services for the Rauland Responder V Nurse Call System, under solicitation number 36C10B25Q0105. The procurement aims to ensure the effective operation of this critical healthcare communication system, which supports the needs of veterans by providing timely technical assistance, software updates, and necessary repairs over a base year and four option years. This initiative underscores the VA's commitment to enhancing healthcare delivery through reliable IT systems, with a specific focus on engaging Veteran-Owned Small Businesses. Interested vendors must submit their responses by January 15, 2025, and can direct inquiries to Contract Specialist Justin Daniel at Justin.Daniel@va.gov.

    Point(s) of Contact
    Justin DanielContract Specialist
    Justin.Daniel@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs issued a Request for Information (RFI) regarding maintenance and support services for the Rauland V Nurse Call System, identified as solicitation number 36C10B25Q0105. This amendment extends the RFI response deadline to January 8, 2025, at 16:00 EST. The RFI is for planning purposes only and does not obligate the government to procure services or pay for vendor responses. Interested parties must submit a response limited to 10 pages, which should include company information, capabilities to meet the requirements, prior experience, and details about the vendor's ability to adhere to set-aside regulations for service-disabled veteran-owned small businesses (SDVOSBs). Vendors authorized to support the Rauland V Nurse Call System must provide an authorization letter. Responses, marked as proprietary if necessary, should be sent to specified contacts via email, with no individual submission exceeding 5 MB. This RFI will also be available on SAM.gov and NASA SEWP platforms, but interested vendors need to respond to only one. The NAICS code related to this requirement is 541519 for Other Computer Related Services.
    The document is a modification to a Request for Information (RFI) regarding maintenance and support services for the Rauland V Nurse Call system, under the Solicitation Number 36C10B25Q0105, issued by the Department of Veterans Affairs. The primary purpose of this amendment is to extend the response deadline for interested parties to submit their responses to January 15, 2025, at 16:00 Eastern Standard Time. The contracting office is located in Eatontown, NJ, and the designated point of contact for inquiries is Justin Daniel, whose email is provided. The announcement specifies that the contract does not involve Recovery Act funds and identifies the relevant Product Service Code (DA10) and NAICS Code (541519). This modification serves to ensure potential vendors have ample time to prepare and submit their proposals, reflecting the government's structured approach to procurement for essential services supporting healthcare operations for veterans.
    The Veterans Affairs (VA) is announcing a planned acquisition for maintenance and support services related to the Rauland Responder V Nurse Call System, identified under solicitation number 36C10B25Q0105. This project is set aside for Veteran-Owned Small Businesses and will be publicly solicited on the SAM.gov platform, classified under NAICS code 541519. While the exact release date for the solicitation is not yet available, interested parties are encouraged to monitor this announcement for updates. The contracting office responsible for this procurement is located in Eatontown, NJ, with Justin Daniel serving as the point of contact for any inquiries regarding this acquisition. The announcement reflects the VA's commitment to engaging small businesses while enhancing its technological support services for healthcare operations.
    The document is a Sources Sought Notice from the Department of Veterans Affairs, specifically seeking responses regarding maintenance and support services for the Rauland V Nurse Call System. This Request for Information (RFI) aims to gather insights for planning a potential contract but does not obligate the government to procure any services. Interested vendors are invited to submit responses that delineate their capabilities in relation to the attached Performance Work Statement (PWS), providing specific details such as company name, contact information, business size, experience, and intent to meet set-aside requirements for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Responses must be submitted by December 31, 2024, and are limited to ten pages. Vendor submissions should not include marketing materials or generic capability statements. Additionally, if vendors are authorized to service the Rauland V system, they must provide proof of authorization. The document outlines the necessity for detailed responses, particularly regarding the technical requirements outlined in the draft PWS, which accompanies this notice. The notice emphasizes the importance of proprietary marking for sensitive company information in submissions.
    The document outlines the Performance Work Statement (PWS) for the maintenance and support services of the Rauland Responder V Nurse Call System, specifically for the Department of Veterans Affairs' South Texas Veterans Healthcare System. The contractor is expected to provide annual software support, maintenance, and required repairs for one base year and four option years. The PWS details the scope of work, including remote and on-site support, programming changes, and user training. It emphasizes compliance with various federal information security laws and technical requirements, including identity management and privacy standards. The contractor must deliver timely technical support and ensure adherence to performance metrics throughout the contract duration. The document serves to ensure that healthcare providers can effectively respond to veteran needs through well-maintained IT systems, reflecting the VA's commitment to quality care and operational efficiency.
    Lifecycle
    Similar Opportunities
    DC10--Notice of Intent to Sole Source - Rauland Responder server replacement - Spokane VA
    Buyer not available
    The Department of Veterans Affairs (VA) intends to issue a sole source contract for the replacement of the Rauland Responder 5 nurse call server at the Spokane VA Medical Center. The contract will be awarded to EVCO Sound & Electronics, the only authorized provider for Rauland systems in the region, ensuring uninterrupted support for this proprietary system. This procurement is critical for maintaining effective communication and response capabilities within the medical facility. The contract is expected to be awarded by February 17, 2025, and interested parties may contact Contracting Officer Peter Park at Peter.Park2@va.gov for further information, although no competitive proposals will be accepted.
    J049--MOBILE MEDICAL UNIT SERVICE & REPAIR
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for the service and repair of mobile medical units, as outlined in solicitation number 36C25725R0022. The procurement aims to ensure comprehensive maintenance, including preventive and corrective services for vehicle power systems, truck chassis components, and HVAC systems, with a focus on timely responses to emergency calls. This initiative is crucial for maintaining high-quality healthcare services for veterans, reflecting the VA's commitment to operational excellence. Interested vendors should note that the total award amount is approximately $9 million, with a contract duration of five years, and proposals must be submitted by February 20, 2025, at 12 PM Central Time to Contract Specialist Lesley Kitchen at Lesley.Kitchen@va.gov.
    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.
    7H20--VISN22 Data Innovations IM Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide maintenance and support services for the Data Innovations Instrument Manager within the VISN 22 healthcare systems. This procurement aims to establish a contract for a base year with four optional years, ensuring ongoing support for middleware that integrates laboratory instruments with the electronic Health Care Record (VistA). The services are critical for maintaining efficient laboratory operations and ensuring quality patient care across VA facilities. Interested parties must submit their responses by February 10, 2025, at 1:00 PM Pacific Time, and can direct inquiries to Contract Specialist Samuel Han at samuel.han@va.gov or by phone at 562-766-2314.
    DH10--VOCERA SOFTWARE UPGRADE
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 15, is seeking quotes for a Vocera Software upgrade at the Marion VA Medical Center. This procurement is classified under NAICS Code 541519 for Other Computer Related Services and is designated as a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in government contracting. Interested contractors should monitor the release of the Request for Quotes (RFQ) on or around February 3, 2025, with responses due by February 10, 2025, at 11:00 AM CST; all inquiries must be directed to Betty Flores at veronica.flores@va.gov by February 6, 2025. Compliance with registration in the System for Award Management (SAM) and verification for Veteran-Owned Small Businesses through VetBiz is required for participation.
    7A20--VA Community Care Provider Directory (VA-26-00000156)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information from vendors to develop a comprehensive Provider Directory to support the Community Care Program for Veterans and their families. The objective is to create a scalable solution that includes both active and non-active providers, integrates scheduling functionalities, and ensures data integrity while accommodating future growth. This initiative is crucial for enhancing the management and accessibility of provider information, thereby improving healthcare delivery for Veterans and their beneficiaries. Interested vendors must submit their capability statements by February 13, 2025, to Contract Specialist William Freer at William.Freer@va.gov, with no commitment from the government to award a contract at this stage.
    Q402--One (1) Year 03/15/2023 to 03/14/2024 - Open & Continuous Solicitation for CNH services for the State of Virginia.
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Community Nursing Home services in Virginia through an open and continuous solicitation. The procurement aims to establish multiple Indefinite Delivery Contracts (IDC) to provide comprehensive nursing care to eligible veterans, ensuring adherence to federal standards and quality care requirements. This initiative is crucial for enhancing healthcare services for veterans, emphasizing the importance of skilled nursing facilities in meeting their medical, nursing, and psychosocial needs. Interested contractors must submit their proposals by the extended deadline of March 31, 2025, at 16:00 ESDT, and can contact Contract Specialist Karen L. Crowe at Karen.Crowe@va.gov for further information.
    J065--VISN12 ScriptPro Equipment Maintenance and Support Services
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole-source contract with ScriptPro USA Inc. for the maintenance and support services of ScriptPro equipment, which is critical for sustaining existing operations within the Veterans Health Administration. This procurement is justified under 41 U.S.C. 1901, as ScriptPro is the only authorized vendor capable of providing these essential services, and the contract will be structured as a Firm-Fixed Price agreement for one year, with the option for three additional one-year extensions. Interested firms must submit written notification to the Contracting Officer, Robert Ruska, by February 10, 2025, demonstrating their capability to fulfill the requirements, including authorization from the Original Equipment Manufacturer. This notice serves as a special announcement and is not a solicitation for competitive quotes.
    DA10--PHILIPS IMAGING MEDICAL EQUIPMENT PMI
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services for PHILIPS Imaging Equipment utilized in diagnostics, including X-Ray, CT, and Ultrasound, at the Greater Los Angeles VA Healthcare System. The procurement aims to ensure compliance with manufacturer instructions for adjustments, calibration, and parts replacement, thereby maintaining optimal operation of the medical equipment critical for veteran care. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses, and interested parties must submit their qualifications, including company information and a Capability Statement, by the specified deadline of 11:00 AM Pacific Time. For further inquiries, potential respondents can contact Contract Specialist David Odne at david.odne@va.gov or by phone at (562) 766-2328.
    C1DA--590-25-108 Replace Nurse Call (VA-25-00016090)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineering (A/E) firms to submit Standard Form 330 (SF 330) qualification packages for Project 590-25-108, which involves the replacement of the Nurse Call system at the Hampton VA Medical Center in Virginia. The project aims to enhance patient-staff communication through the installation of a modernized nurse call system across multiple buildings within the facility, with an estimated construction cost ranging from $5 million to $10 million. This initiative underscores the VA's commitment to improving healthcare services and ensuring compliance with established guidelines, emphasizing the importance of specialized experience in similar projects. Interested firms must submit their qualifications by 10:00 am EST on February 26, 2025, to the designated Contract Specialist, Shannon Brown, at shannonmarie.brown@va.gov, as no proposals will be accepted at this stage.