36C255-25-AP-0995 MiPACS Software Service & Support for VHA VISN 15
ID: 36C255-25-AP-0995Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT and Telecom - End User as a Service: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (DE10)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 15, is seeking to procure service and support for MiPACS software under the solicitation number 36C255-25-AP-0995. This opportunity is designated as a sole source contract to Four Points Technology, LLC, due to the proprietary nature of certain software components, in accordance with FAR Part 13.5. The MiPACS software is critical for the Veterans Health Administration (VHA) within VISN 15, ensuring effective management and support of imaging services. Interested parties can direct inquiries to Teresa Cabanting at teresa.cabanting@va.gov or by phone at 913-946-1976, as this notice does not request quotes and emphasizes the government's discretion in not opening the procurement to competition.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs' Network Contracting Office (NCO) 15 is issuing a Sources Sought Notice regarding the procurement of service and support for MiPACS software. The anticipated sole source contract will be awarded to Four Points Technology, LLC, due to the proprietary nature of certain software components, in accordance with FAR Part 13.5. The solicitation number is 36C255-25-AP-0995, and the contracting office is located in Leavenworth, Kansas. The initiative falls under the product service code DE10 and NAICS code 541511, custom computer programming services, which has an SBA size standard of $34 million. As this notice does not request quotes, any inquiries should be directed to Teresa Cabanting via email. The government has made a determination not to open this procurement to competition, emphasizing its discretion in this matter. Overall, this document serves to inform potential stakeholders of the contracting intentions related to the MiPACS software, a critical service for the Veterans Health Administration (VHA) within VISN 15.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6525--National Teleradiology Program NextGen PACS (VA-22-00017790)
    Buyer not available
    The Department of Veterans Affairs is seeking information through a Sources Sought Notice for the National Teleradiology Program (NTP) NextGen Picture Archive and Communications System (PACS). The objective is to gather insights on modular PACS components that will enhance integration with the existing NTP system, which currently supports over 120 facilities and interprets approximately 1.4 million studies annually. This initiative is crucial for modernizing and streamlining radiological services for veterans, emphasizing the need for efficient healthcare delivery within the VA organization. Interested vendors are encouraged to submit their capabilities, including corporate experience and existing contracts, with a planned completion date for the upgraded system set for September 1, 2025. For inquiries, vendors can contact Heera Polanco at heera.polanco@va.gov or by phone at 848-377-5095.
    7A21--Circle Cardiovascular Imaging CVi42
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a firm-fixed price contract to Circle Cardiovascular Imaging Inc. for the provision of services related to their proprietary cvi42 product line, which includes various subscriptions for advanced cardiac imaging services. The required services encompass Cardiac MR, Core CT with Auto Plaque, 4DFlow, Strain, Quantitative Perfusion, and Advanced Reporting, covering a base year and two option years. This procurement is critical for enhancing the VA's cardiac imaging capabilities, as the cvi42 product is uniquely positioned in the market, with Circle Cardiovascular Imaging asserting sole manufacturing rights. Interested parties are invited to submit capability statements by February 27, 2025, to the primary contact, Gillian M. Hooge, at gillian.hooge@va.gov or by phone at (210) 364-3724, as the agency will proceed with the contract if no other comparable sources are identified within seven days.
    J065--BD Pyxis Service
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source firm fixed-price contract for maintenance services of BD Pyxis equipment and software, crucial for the Veterans Integrated Service Network (VISN) 23. The contract, identified under Solicitation Number 36C26325Q0468, requires comprehensive maintenance, including preventive services, repairs, and software updates, to ensure the Pyxis medication dispensing systems operate in compliance with manufacturer standards and safety regulations. This service is vital for maintaining effective medication dispensing systems within VA healthcare facilities, emphasizing safety, efficiency, and regulatory adherence. Interested vendors may submit capability statements to the Contract Specialist, Emanuel Nevarez, at emanuel.nevarez@va.gov or by phone at (320) 255-6354 for consideration, as this notice serves to inform for transparency and does not imply a solicitation for competitive quotes.
    7A21--Intent to Sole Source - 3Mensio Cardiac Imaging Software Indianapolis VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a Sole Source contract for the 3Mensio Cardiac Imaging Software to Esaote North America, Inc., specifically for the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, IN. This procurement aims to secure software subscription modules and floating licenses essential for cardiac pre-operative planning, with the current licenses set to expire on February 28, 2025. The 3Mensio software is uniquely positioned to meet the VA's needs, as it provides standardized measurements critical for transcatheter procedures and is the only software compatible with existing systems, ensuring optimal patient care. Interested parties may submit a letter of interest to Contracting Specialist Barbara Robertson at Barbara.Robertson@va.gov by March 3, 2025, although the VA reserves the right to proceed with the sole source award without competition.
    VoiceOver Pro Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source, firm-fixed price contract for VoiceOver Pro Maintenance to Voicebrook, Inc. This procurement is necessitated by the proprietary nature of the equipment, which can only be supplied by the Original Equipment Manufacturer, ensuring that the VA system receives the essential support it requires. Vendors are invited to submit capability statements if they believe they can meet the specific demands outlined by the VA, although this notice does not constitute a solicitation for competitive quotes. Interested parties should direct all inquiries to Contract Specialist Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079, with a response deadline set for March 2, 2025.
    J065--Canon CT Scanner Service Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Canon Medical Systems Inc. for maintenance services on government-owned Canon CT scanners. This procurement is necessitated by the proprietary nature of the required services, as only Canon can provide the essential maintenance using their exclusive software and parts, ensuring compliance with maintenance requirements. The importance of this contract lies in the critical role that properly maintained CT scanning equipment plays in delivering quality healthcare services to veterans. Interested vendors may submit capability statements within ten days of this notice, and for further inquiries, they can contact Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581.
    6515--RTI Mako Premium Kit | Pittsburgh VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking information from vendors regarding the procurement of the RTI Mako Premium Kit for the Pittsburgh Veterans Affairs Medical Center, as outlined in solicitation number 36C24425Q0058. This multimodal x-ray meter, which includes CTIC/Invasive mAs capabilities, is essential for enhancing medical imaging services within the VA healthcare system. The government aims to gather insights to promote competitive bidding, particularly encouraging participation from service-disabled veteran-owned and veteran-owned small businesses, which must be verified in the VetBiz Registry. Interested vendors are required to submit their company information, including DUNS and CAGE codes, along with a capability statement by March 5, 2025, at 16:00 EST, and should direct inquiries to the contracting officer, Keri Hester, via email at keri.hester2@va.gov.
    7A20--VISTA Chemotherapy Manager and ITM Expansion & Support - Base Plus 4 Option Years- VISN 12 Locations
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Document Storage Systems Inc. for the VISTA Chemotherapy Manager and Infusion Therapy Manager (ITM) at VISN 12 locations. This procurement aims to provide a web-enabled software application that standardizes treatment protocols for infusion care, automates infusion management, and enhances organizational efficiencies while reducing costs associated with chemotherapy administration. The upgrade is critical as the current VCM systems are nearing end-of-life, and the new ITM will expand services to two additional medical centers under a firm fixed-price contract comprising one base year and four optional years. Interested firms are invited to submit their capability statements by March 6, 2025, and should note that no competitive solicitation will be issued unless determined otherwise. For further inquiries, contact Michelle R Klug at michelle.klug2@va.gov or call 224-610-3248.
    DA10--Corrective Action Reported for Compliance Notice of Intent to Sole Source Base and Option Years Concerning RFQ 36C25922Q0359
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole source contract to Becton, Dickinson and Company for software and maintenance services related to the FACSLyric Flow Cytometry System. This procurement includes the FACSLink Base Software, interface connection licenses, middleware implementation, and ongoing maintenance support, extending from June 10, 2022, through June 9, 2026. The proprietary nature of the software necessitates that only the manufacturer, Becton Dickinson, can provide the required support and maintenance, highlighting the importance of reliable supplier relationships in health services. Interested parties are invited to express their capabilities and interest by February 28, 2025, and should contact Contract Specialist Phoebe Farmer at Phoebe.Farmer@va.gov or 405-456-3685 for further information.
    DA10--Notice of Intent to Solicit and Award Sole Source Contract for PolyAnalyst Maintenance and Support Renewal
    Buyer not available
    The Department of Veterans Affairs (VA) intends to solicit and award a sole-source contract for the maintenance and support renewal of PolyAnalyst software, which is crucial for the National Center for Patient Safety (NCPS). This contract will cover a 12-month base period with four optional extensions, ensuring the continuity of essential software services that enable advanced data mining and analytics for patient safety reporting. PolyAnalyst is a proprietary tool that provides unique capabilities in text and data analytics, vital for generating reports and fulfilling information requests, with no equivalent alternatives available in the market. Interested parties can contact Contract Specialist Samuel Martinez Rodriguez at Samuel.Martinez.Rodriguez@va.gov or by phone at 848-377-5358 for further details.