R425--Infusion Pump Library Software Enhancement Alaris Software
ID: 36C25925Q0418Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Computer Systems Design Services (541512)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes for the enhancement of the Alaris Infusion Pump Library Software, as outlined in solicitation number 36C25925Q0418. The procurement aims to secure a software license for the Alaris System Manager, configure a new drug library, and provide training for staff at the Fort Harrison VA Medical Center, ensuring compliance with stringent security protocols to protect sensitive information. This initiative is crucial for improving patient care through enhanced technology and operational efficiency. Interested small businesses must submit their offers by May 19, 2025, and direct any inquiries to Contracting Specialist Jason Lawrence at jason.lawrence3@va.gov by May 13, 2025.

    Point(s) of Contact
    Jason LawrenceContracting Specialist
    (303) 712-5780
    jason.lawrence3@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking quotes for the enhancement of the Alaris Infusion Pump Library Software as outlined in solicitation number 36C25925Q0418. This request for quotes is directed to small businesses under NAICS code 541512, focusing on computer systems design services. The contractor will be required to provide a license for the Alaris System Manager and remote configuration services, with a total project cost to be estimated by prospective vendors. The performance period spans from June 1, 2025, to May 31, 2026. Offerors must comply with specific submission instructions, including the acknowledgment of amendments and inclusion of past performance evaluations. Technical capability is critical, emphasizing experience in server systems, training provision, and stringent security protocols to protect sensitive VA data. Quotes will be evaluated based on price, technical capability, and relevant past performance, with adherence to government procurement procedures guaranteed. Offers must be submitted by May 19, 2025, and inquiries directed to Contracting Specialist Jason Lawrence by May 13, 2025. This acquisition reflects the VA's commitment to improving operational efficiency and service delivery through enhanced software functionalities.
    The Department of Veterans Affairs (VA) is seeking to establish a software-enabled connection between the Fort Harrison VAMC's Becton Dickson Alaris Infusion Controllers and the BD Alaris Infusion pump server at the VA Eastern Colorado Health Care System. The project involves securing a software license, configuring a new drug library, and training staff to manage the infusion controllers remotely. The contractor is responsible for implementing the connection, providing necessary training to local staff, and ensuring compliance with security protocols to protect sensitive information. This includes adhering to federal security requirements, conducting regular security assessments, and safeguarding the integrity of VA data. Rigorous standards govern the handling of sensitive information, including protocols for data breach responses and liquidated damages tied to privacy incidents. The contractor must verify personnel clearance, submit to inspections, and provide annual training certifications before contract initiation. Overall, this initiative underscores the VA's commitment to improving patient care through enhanced technology while ensuring strict adherence to security and privacy regulations.
    The document outlines the VA Notice of Limitations on Subcontracting, detailing compliance requirements for service and construction contracts awarded to small businesses, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Offerors certify adherence to subcontracting limitations which specify that for service contracts, no more than 50% of government payments may go to firms not listed as SDVOSBs or VOSBs, while general construction contracts limit this to 85% and special trade contraction to 75%. The certification process emphasizes the offeror’s accountability and the potential repercussions for non-compliance, including civil or criminal penalties. Offerors must be prepared to provide documentation demonstrating compliance during the contract's execution. The certification must be signed, returned with bids, and is crucial for eligibility in the bidding process. This clause reinforces the government’s commitment to promoting small business participation in federal contracting, ensuring that a significant portion of contract funds remain within the veteran small business community.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract with InstyMeds for the procurement of an InstyMed Dispenser System, specifically for use at the Danville VA Medical Center and various Community-Based Outpatient Clinics (CBOCs). The VA requires four InstyMed Medication Dispensing Systems to enhance the efficiency of medication delivery from provider orders to patients, ensuring timely access to medications. This automated system is critical for pharmacy operations, offering features such as location-specific formulary management, real-time inventory tracking, and integration capabilities with existing systems like Vista, with potential for future compatibility with Cerner. For further inquiries, interested parties can contact Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4800 x43248.
    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.
    6505--Carbidopa Levodopa Immediate Release (IR) Tablets
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Carbidopa Levodopa Immediate Release (IR) Tablets, aimed at ensuring a reliable supply for various federal health care entities, including the VA, Department of Defense (DoD), and Bureau of Prisons (BOP). The procurement will involve awarding a single contract for an initial one-year period, with the possibility of four additional one-year option periods, to maintain an uninterrupted supply of these essential medications. The estimated annual requirements detail various dosages and package sizes, with total usage ranging from 2,008 to 118,764 bottles depending on the item. The solicitation is expected to be released around December 18, 2025, with a closing date of January 8, 2026; interested parties should direct inquiries to Ray Roldan at Raymond.Roldan@va.gov or call 708-786-4930.
    6515-- CT MOTION INJECTOR | 678-26-1-071-0007
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a firm-fixed-price contract (36C26226Q0194) to procure two GE Healthcare CT Motion Pedestal Injectors or equivalent. The injectors must meet specific requirements, including 24-hour multiple pump use, mobility, data import/export capabilities, and various monitoring features, which are essential for enhancing medical imaging procedures. Interested vendors should submit their quotes by December 15, 2025, at 4:00 PM PST, and direct any questions to Contract Specialist Debby Abraham via email by December 12, 2025, at 4:00 PM PST. The acquisition is unrestricted, with a NAICS code of 339112 and a size standard of 1000 employees.
    6505--LEVOFLOXICIN 750MG / DEXTROSE 5% 150ML, IVPB (VA-26-00008212)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to supply LEVOFLOXICIN 750MG / DEXTROSE 5% 150ML, IVPB, as part of solicitation number 36C77026Q0005. This procurement involves delivering a total of 1,460 boxes of the pharmaceutical product to the VA CMOP facility in Hines, Illinois, with a base period and four option years, each requiring delivery by January 5th of the respective year. The goods are critical for patient care within the VA healthcare system, emphasizing the importance of timely and compliant delivery. Interested vendors must submit their proposals, including a signed SF 1449, pricing schedule, and other required documentation, by December 16, 2025, at 3 PM Central Time, and can direct inquiries to Contract Specialist Jennifer Coleman at Jennifer.Coleman4@va.gov.
    DF10--Omnicell and Oracle Health Integration
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with OmniCell for the integration of its Pharmacy OmniCell IVX system with the Oracle Health Federal Electronic Health Record (EHR) at the Jesse Brown VA Medical Center in Chicago, IL. The contractor will provide essential professional services, including software installation, interface integration, testing, and licensing, ensuring compliance with the existing Interface Control Document (ICD). This procurement is conducted under the authority of 41 U.S.C. 1901, as OmniCell is the only authorized distributor capable of fulfilling the requirements. Interested firms that believe they can meet these specifications must submit their capability statements to Derrick Paquette at derrick.paquette@va.gov by 6:00 AM Central Time on December 18, 2025, although the government retains discretion regarding the competitive procurement process.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of a NovaSure RF Controller Model 10 and a Fluent Fluid Management System for the Pittsburgh VA Medical Center. This procurement aims to replace outdated medical equipment, ensuring the continuity and quality of surgical procedures for veterans. The solicitation emphasizes the need for brand-name medical equipment to maintain standardized operational procedures and compliance with government regulations regarding product integrity and quality. Quotes are due by January 10, 2025, with delivery expected within 90 days after contract award. Interested vendors can contact Contract Specialist Mae L McGarry at Mae.McGarry@va.gov for further information.
    J059--AGFA Scheduling & Protocoling Software (VA-26-00027032)
    Veterans Affairs, Department Of
    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.
    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.
    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.