Data Innovations Instrument Manager Software Maintenance Agreement
ID: 36C24125Q0627Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Software Publishers (513210)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Notice of Intent to award a sole-source contract for the Service and Maintenance of Instrument Manager Software to Data Innovations LLC. This action complies with federal regulations permitting contracts when only one responsible source meets the requirements. Data Innovations holds proprietary rights to the software, hence they are the exclusive provider for its installation, upgrades, and support. This notice aims to inform the public about the contract action rather than solicit proposals. Interested parties may express their capability to meet the requirements or challenge the sole-source justification by July 14, 2025. The primary purpose of this notice is to assure potential competitors that any responses demonstrating competitive capability may influence the government's final decision. The primary North American Classification System Code (NAICS) relevant to this notice is 513210, encapsulating software publishing industries with a typical business size cap of $47 million. Inquiries should be directed to the Contracting Specialist via email, with no phone calls accepted.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.
    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.
    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.
    J065--Presolicitation Notice - Notice of Intent to Sole Source - Exercise of Option Period
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to exercise Option Period II of contract 36C25724C0028, awarding a sole-source contract to FUJIFILM Healthcare Americas Corporation for service maintenance agreements on various medical imaging equipment. This procurement includes maintenance for the Oval MRI, Oasis MRI, and Arietta ultrasound units, which are critical for providing diagnostic imaging services at the Amarillo VA Medical Center and the Lubbock Outpatient Clinic. FUJIFILM is recognized as the exclusive sales and service agent for its ultrasound and MRI products in the U.S. and Canada, justifying the sole-source award under the relevant statutory authority. Interested parties should note that this is not a request for quotations, and if no affirmative written response is received within seven days of publication, the option will be exercised without further notice. For inquiries, contact Rafael Rodriguez at rafael.rodriguez2@va.gov or call 210-694-6379.
    J065-- Service Contract for Bruker
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a service contract for Bruker equipment, specifically through a sole source justification. This procurement aims to secure maintenance and repair services for government-owned medical, dental, and veterinary equipment, ensuring operational efficiency and compliance with health standards. The contract is critical for maintaining the functionality of specialized equipment used in veteran care. Interested parties can reach out to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818 for further details regarding this opportunity.
    Notice of Intent - Qiagen Master Service Agreement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to negotiate a sole-source contract with Qiagen Inc. for the provision of annual preventive maintenance and service repair for Qiagen instruments utilized by the U.S. Army Criminal Investigation Laboratory (USACIL) and the Quality Management Division (QMDV). This contract will encompass technical support, parts, labor, and software updates to ensure the proper functioning of the instruments, adhering to FBI Quality Assurance Standards and ISO 17025 ANSI-ASQ. The contract is structured as a firm-fixed-price agreement for a 12-month base year, commencing January 1, 2026, and will be performed at USACIL in Forest Park, GA. Interested parties must submit written responses by 10:00 a.m. on December 15, 2025, to demonstrate that competition would be advantageous; otherwise, the award will proceed without further notice. For inquiries, contact Nina Rachal at nina.m.rachal.civ@army.mil or Shecoriya Byrd at shecoriya.r.byrd.civ@army.mil.
    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--Special Notice -Roche Diagnostic Supplies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to issue a sole-source contract to Roche Diagnostic Corporation for the provision of ImmunoHistoChemical (IHC) and compatible Special Stain (SS) Reagents, along with associated services, at the Overton Brooks VA Medical Center (OBVAMC). The contract will span from January 1, 2026, to December 31, 2030, including a base year and four option years, and aims to ensure accurate and efficient diagnostic staining for patient care through the provision of reagents, supplies, maintenance, and 24/7 technical support. This procurement is critical for maintaining high standards in laboratory diagnostics, and interested parties must submit their capabilities statements by December 16, 2025, to Rhonda Gibson at rhonda.gibson2@va.gov, referencing notice number 36C25626Q0248.