Notice of Intent to Sole Source Integrated Standards Support
ID: 36C1024Q0305Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSAC FREDERICK (36C10X)FREDERICK, MD, 21703, USA

NAICS

Other Management Consulting Services (541618)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Veterans Affairs intends to award a sole source contract to Book Zurman Inc., a Service-Disabled Veteran-Owned Small Business (SDVOSB), for critical program requirements related to VA's Standards and Interoperability community. This decision is based on the authorization for other than full and open competition under the Veterans First Contracting Program.

    The contract, with an estimated size standard of $16.5 million, will be a Firm Fixed Price (FFP) agreement providing specialized management consulting services until the VA's Integrated Health Technologies 2.0 (IHT 2.0) contract is in place.

    Eligible applicants should be SDVOSBs with the capabilities and expertise to deliver the required services. The VA is not responsible for any costs incurred by applicants in responding to this notice.

    Interested parties should direct any inquiries to Chris Binkley at christopher.binkley@va.gov.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DH01--Data Innovations Instrument Management Interfacing System Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to sole source a contract for the Data Innovations Instrument Manager software, which is critical for integrating laboratory analyzers with the VistA system at the Erie VA Medical Center. This procurement aims to secure additional license connections and ongoing maintenance and support for the software, ensuring compliance with VA standards and enhancing laboratory operations. The contract will be negotiated with Data Innovations, LLC, under FAR 13.106-1, and interested vendors must submit a one-page capability statement by September 17, 2024, to the Contract Specialist, Christa L. Stine, at christa.stine@va.gov. This opportunity emphasizes the importance of compliance, security, and the structured procurement process to improve services for veterans.
    6515--VISN 1 B 3 Zoll Defib-AED BPA: Mod Intent to Single Source Clarification: SDVOSB Single Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically VISN 1, intends to establish a four-year Blanket Purchase Agreement (BPA) for Zoll brand Defibrillators and Automated External Defibrillators (AEDs) with After Action Medical and Dental Supply, LLC, the sole authorized distributor for these products. This procurement aims to replace approximately 145 aging Zoll defibrillators and acquire around 375 new Zoll AEDs, ensuring compatibility with existing equipment and maintaining high-quality emergent care across VISN 1 medical facilities. The decision to single source this contract is supported by extensive market research indicating Zoll devices as the preferred choice among medical institutions, critical for effective emergency response and patient care. Interested parties can contact Contracting Officer Deidra Thomas at deidra.thomas@va.gov or 802-295-9363 for further details, with the anticipated performance period running from September 20, 2024, to September 19, 2028.
    Digital Health Office- Trustworthy Artificial Intelligence Program Support Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Olympus Alpha, LLC, a Service-Disabled Veteran-Owned Small Business (SDVOSB), for Trustworthy Artificial Intelligence Program Management Support for the Digital Health Office within the Veterans Health Administration. The procurement aims to enhance operational support in developing AI expertise, managing healthcare AI projects, and ensuring compliance with executive orders and legislative requirements related to Trustworthy AI. This initiative is critical for optimizing project prioritization, resource planning, and public relations efforts in the context of AI healthcare advancements. Interested parties can contact William Milline at William.Milline@va.gov or (202) 689-5173 for further information, noting that this is not a request for proposals and no costs will be incurred by respondents.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    R499--Release of Information Services for VASNHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Release of Information Services for the Veterans Affairs Sierra Nevada Health Care System (VASNHCS). This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide labor, materials, and equipment necessary for the orderly release of medical information while ensuring compliance with privacy laws such as HIPAA and the Privacy Act. The contract, valued at approximately $40 million, will span from November 8, 2024, to November 7, 2029, with options for renewal and extension. Interested parties must submit their quotes electronically by September 20, 2024, and can direct inquiries to Contract Specialist Jill Williams at jill.williams@va.gov or by phone at 702-001-5380.
    6515--36C25924Q0811| Intent to Sole Source on Raz Design Commode Chairs for Rocky Mountain Regional VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 19, intends to award a Sole Source contract to Raz Design Inc. for the provision of commode chairs at the Rocky Mountain Regional VA Medical Center (RMRVAMC). This procurement aims to secure a firm fixed price contract that includes both the equipment and shipping, justified under FAR guidelines for Sole Source awards. The commode chairs are essential for meeting the specific needs of veterans, ensuring quality and accountability in their care. Interested parties must express their interest by September 17, 2024, and submit their capabilities documentation via email to Contracting Specialist Lynn Lim at lynn.lim@va.gov, as the VA will not cover any costs incurred in responding to this notice.
    Z--ESPC IDIQ (VA-19-00001743)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is opening a new round of applications for its Energy Savings Performance Contract (ESPC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, VA-19-00001743, seeking additional Service Disabled Veteran Owned Small Businesses (SDVOSBs) for potential inclusion. This opportunity focuses on enhancing energy efficiency in VA facilities. SDVOSBs interested in joining the IDIQ contract vehicle must submit proposals by the extended deadline of January 11th, 2022, adhering to the instructions detailed in Sections L and M of the RFP. The VA seeks to procure energy savings and related services from qualified ESCOs through this SDVOSB set-aside, aiming to add multiple new contractors to the existing IDIQ. Applicants must meet minimum qualifications and evaluation criteria while ensuring compliance with COVID-19 screening requirements. The VA's commitment to energy efficiency improvements drives this procurement process, with the department encouraging interested parties to carefully review the solicitation's amendments. Applicants should submit Volumes 1 to 3 as specified, acknowledging the amendments and adhering to the extended deadline. Key contacts for this opportunity are Nathan Pennington (nathan.pennington@va.gov) and Danielle Mills (Danielle.Mills@va.gov), and the funding amount is approximately $23 million.
    5860--Varian FullScale on Premise Base Year (VA-25-00001444)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source contract for the Varian FullScale on Premise system to Varian Medical Systems, Inc. This procurement is essential for the renewal of an IT hosting solution that supports Varian software applications and server infrastructure at the Richard L. Roudebush VA Medical Center, ensuring continued functionality and enhanced clinical availability alongside existing Varian oncology systems. The contract, justified under Section 41 U.S.C. 3304(a)(1) due to the unique capabilities of Varian, aims to minimize operational disruptions and costs associated with switching vendors. Interested parties can reach Contract Specialist Erin Butler at erin.butler3@va.gov, with a response deadline set for September 18, 2024, at 3:00 PM Eastern Time.
    V212--Richmond VAMC Wheelchair Van Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Wheelchair Van Services for the Richmond Veterans Affairs Medical Center (VAMC) in Virginia. The procurement aims to ensure reliable transportation for wheelchair-bound veterans, with services required to be available 24/7, including vehicle inspections and compliance with safety standards. This initiative reflects the government's commitment to supporting veterans' mobility and healthcare needs, with a contract budget of $19 million set to span from October 1, 2024, to September 30, 2025, exclusively for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by September 19, 2024, and can contact Cleveland Wynne at cleveland.wynne@va.gov or 757-728-3182 for further information.
    AN14--Research Study Coordinator Services Pre-Solicitation Notice with Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract for Research Study Coordinator Services to Brigham & Women's Hospital (BWH) for a one-year period. The objective of this procurement is to recruit stroke patients for a study titled "Developing a rational strategy for visual rehabilitation after cortical lesions," leveraging BWH's extensive experience with over 1,000 stroke patients annually and its proximity to the Jamaica Plains VA Healthcare Center. This contract is critical for ensuring timely patient recruitment and coordination, as BWH is uniquely positioned to provide the necessary access and expertise due to its existing affiliation with the VA. Interested parties may contact the Contracting Officer, Ann Marie Stewart, at annmarie.stewart@va.gov or by phone at 401-919-0878 for further inquiries, noting that the applicable NAICS code is 561110 with a size standard of $19.5 million, and the authority for this action is established under FAR 6.302.5-1.