DA10--Welch Allyn Connex Software and Support
ID: 36C24425Q0276Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Other Computer Related Services (541519)

PSC

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

    The Department of Veterans Affairs intends to award a sole source contract to Welch Allyn Inc. for the provision of Connex software and support for 166 vital sign monitors at the Pittsburgh VA Medical Center. This contract will encompass a base year and four optional renewal years, ensuring essential software updates, technical support, and training necessary for the accurate documentation of patient vital signs into electronic medical records. The reliability of this software is critical for maintaining high standards of care for veterans, as it automates the vital sign documentation process. Interested vendors are invited to submit capability statements by January 21, 2025, to demonstrate their ability to meet the contract requirements, although the government retains discretion on whether to pursue competitive procurement. For further inquiries, vendors can contact Contract Specialist Jefferson Mann at jefferson.mann@va.gov or by phone at 717-202-5456.

    Point(s) of Contact
    Jefferson MannContract Specialist
    (717) 202-5456
    jefferson.mann@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs intends to award a sole source contract to Welch Allyn Inc. for the Connex software and support necessary for the operation of 166 vital sign monitors at the Pittsburgh VA Medical Center. The contract will consist of a base year and four optional renewal years, ensuring ongoing software updates, technical support, and training, critical for the accurate documentation of patient vital signs into electronic medical records. Interested vendors can submit capability statements by January 21, 2025, to demonstrate their ability to fulfill the contract requirements, though the government retains discretion on whether to proceed with competitive procurement. The statement of work outlines requirements for software updates, remote diagnostics, and technical support, emphasizing the need for reliable operation essential for patient health. Other stipulations include compliance with safety standards, contractor experience, and documentation requirements, along with contractor personnel security protocols. The overarching purpose of this notice is to secure necessary software support while maintaining high standards of care for veterans.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Source Sought - Connexall Software Renewal
    Buyer not available
    The Defense Health Agency (DHA) intends to issue a sole source award to Connell USA, Inc. for the renewal of Connexall Software Support Maintenance for one year. This software is critical for maintaining effective communication within healthcare facilities, serving as an integration and communication platform that enhances real-time interactions between clinical staff and patients, thereby ensuring timely responses to patient needs. The maintenance of Connexall Software is essential for interfacing with Nurse Call and Physiological Monitoring systems, and failure to renew support could severely impact the Solutions Delivery Division's operations and compliance with HIPAA regulations. Interested parties may submit an authorized letter from the manufacturer demonstrating their capability to provide the software, with the primary contact being Cecelia Alvarado at cecilia.alvarado.ctr@health.mil and secondary contact Thomas Reese at thomas.l.reese4.civ@health.mil.
    Data Innovations Instrument Manager Software Maintenance Agreement
    Buyer not available
    The Department of Veterans Affairs is issuing a Notice of Intent to award a sole-source contract for the service and maintenance of the Data Innovations Instrument Manager Software to Data Innovations LLC. This procurement aims to secure ongoing support, maintenance, and upgrades for the Instrument Manager and EP Evaluator software, which are critical for interfacing laboratory instruments with the VISTA lab package, thereby facilitating the availability of test results to clinicians. The software plays a vital role in laboratory operations, allowing for statistical analysis and ensuring the integrity of test results. Interested parties may express their capability to meet the requirements or challenge the sole-source justification by July 14, 2025, and inquiries should be directed to the Contracting Specialist via email at frederic.revah1@va.gov or Cynthia.Thompson2@va.gov.
    6515--Brand Name or Equal to a Transonic Systems Inc - HD03 Hemodialysis Monitor This is not a Request for quotes.
    Buyer not available
    The Department of Veterans Affairs is seeking responses for a Sources Sought Notice to procure one (1) Brand Name or Equal to a Transonic Systems Inc. HD03 Hemodialysis Monitor for the Wilkes-Barre VA Medical Center, as the current unit has reached its end-of-life expectancy. The new monitor must be compatible with existing Baxter hemodialysis machines and is essential for optimizing patient care by accurately confirming flow rates and detecting recirculation during treatment, ensuring seamless integration into the current operations of the hemodialysis department. Interested vendors are required to submit their qualifications, including business size and capabilities, to the designated Contract Specialist, David Santiago, at david.santiago2@va.gov by 4 PM EST on July 10, 2025, as this notice serves as an initial step in the procurement process to maintain high-quality healthcare for veterans.
    AJ11--Notice of Intent to Sole Source Mikrolar simVITRO software licenses and maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the renewal and maintenance of Mikrolar simVITRO software licenses at the Seattle VA Medical Center. This procurement will cover the maintenance of nine linear actuators, nine drives, and a control cabinet currently in use, with the contract estimated to commence on August 1, 2025, and conclude on July 31, 2026. The specialized software maintenance is crucial for the operation of specific medical equipment at the facility, and the procurement is justified under the authority of 41 U.S.C. 253(c)(1), with no competitive solicitation planned unless an interested firm can demonstrate capability within five days of the notice. Interested parties must submit their responses by July 15, 2025, at 1:00 PM MST, and can contact Contract Officer Amy Kuczajda at Amy.Kuczajda@va.gov for further information.
    6515--Oximeters Nellcorâ„¢ Portable SpO2 Patient Monitoring System, Model PM10
    Buyer not available
    The Department of Veterans Affairs is conducting a Sources Sought Notice to gather information from industry regarding the procurement of the Nellcor™ Portable SpO2 Patient Monitoring System, Model PM10, along with its associated components. The objective is to assess market capabilities and interests for providing 34 portable SpO2 monitors and various sensors, which are critical for monitoring patients' oxygen saturation levels and heart rates. This initiative underscores the VA's commitment to ensuring high-quality medical equipment for veteran care and fostering engagement with industry partners. Interested firms must submit their company details, performance capability documentation, and socio-economic status to the designated contracting officer, Manases Cabrera, at manases.cabrera@va.gov, as this effort is strictly for market research and does not obligate the government to issue a formal solicitation.
    DA10--IDENTIV/HIRSCH VELOCITY SOFTWARE SUPPORT AGREEMENT ANNUAL LICENSE RENEWAL
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the annual renewal of the Identiv/Hirsch Velocity Software Support Agreement, which is essential for maintaining the access control system at the Martinsburg Veterans Affairs Medical Center (VAMC). The procurement involves providing necessary license keys for multiple software modules to ensure uninterrupted service from July 22, 2025, to July 21, 2026. This contract is crucial for the operational integrity of the software utilized by the agency, emphasizing the importance of reliable software maintenance in securing access control systems. Interested parties should direct inquiries to Contract Specialist Dan Feng Lu at DanFeng.Lu@va.gov, with the solicitation details outlined in RFQ 36C24525Q0618.
    6515--NOI SS - VA FSS Supply - PALMSCAN P2000 PACHYMETER
    Buyer not available
    The Department of Veterans Affairs is issuing a Special Notice for a Sole Source procurement of the Palmscan P2000 Pachymeter from MICRO MEDICAL DEVICES, INC. This contract, referenced by solicitation number 36C25625Q1120, aims to acquire essential medical equipment with a Firm-Fixed Price structure and a delivery period of 90 days to the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement is critical for meeting specific medical needs, as evaluations have determined that only the identified source can fulfill the requirements. Interested vendors may present their qualifications, but no competitive proposals will be solicited, and all eligible businesses must be registered in relevant federal systems. For further inquiries, contact Shasta Britt at shasta.britt@va.gov or call 713-794-8609.
    6515--Intent to Sole Source: Acist Cvi Contrast Dye Injector System
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source contract to B2H Consulting Group for the acquisition of an ACIST CVI Standard Contrast Dye Injector System, essential for maintaining standardized cardiovascular imaging equipment at the James H. Quillen VA Medical Center. This procurement aims to enhance patient safety and procedure efficiency through unique design features such as precise dosage control, automated air detection monitoring, and a user-friendly interface that reduces staff strain. The contract is a firm-fixed price with a performance period from July 17, 2025, to September 30, 2025, and includes a 7-year warranty and preventative maintenance. Interested parties must submit their capability statements and business size classification by July 16, 2023, to Elizabeth Trimm at Elizabeth.Trimm@va.gov.
    6515--501-Cadwell Cascade Pro_Amendment_0001
    Buyer not available
    The Department of Veterans Affairs, through its Network Contracting Office 22, intends to award a sole source, firm-fixed-price contract to Cadwell Laboratories Inc. for the provision of the Cadwell Cascade Pro system, which is essential for surgical procedures and EEG monitoring at the New Mexico Veterans Affairs Healthcare System in Albuquerque. This procurement is justified under federal regulations due to the unique and specialized nature of the equipment, which is critical for various surgical services and functions as a backup EEG monitoring device. Interested parties are invited to demonstrate their capability to meet these requirements by submitting written responses by July 10, 2025, at 2:00 PM PT, with the understanding that only registered contractors in the System for Award Management (SAM) will be eligible for the award. For further inquiries, interested parties may contact Jonathan C. Ford at Jonathan.Ford1@va.gov.
    6515--Omnicell Equipment Purchase
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source procurement contract to Omnicell Inc. for the purchase of specialized medical equipment necessary for the Alexandria VA Medical Center. This procurement includes various items such as metal locking drawers, medication storage cabinets, software licenses, and consoles, all essential for secure and efficient medication dispensing. Omnicell Inc. is the only vendor capable of fulfilling this requirement due to proprietary rights to its system, which are critical for necessary upgrades and maintenance. Interested parties may submit capability statements within six days of the notice's publication; otherwise, the contract will proceed with Omnicell. For further inquiries, contact Contract Specialist Eugene Jackson at eugene.jackson2@va.gov or call 713-350-2938.