DA01--Software Development Support (VA-25-00000979)
ID: 36C10B25Q0025Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFTECHNOLOGY ACQUISITION CENTER NJ (36C10B)EATONTOWN, NJ, 07724, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified vendors to provide software development support services under the solicitation number 36C10B25Q0025. The primary objective of this procurement is to enhance operational efficiency and compliance through high-quality IT solutions, specifically tailored to meet the needs of the Financial Services Center. This initiative is crucial for ensuring that the VA can effectively serve veterans while adhering to federal regulations and security standards. Interested parties must submit their responses by October 21, 2024, at 12:30 PM EST, and can direct inquiries to Contract Specialist Harold Nice at Harold.Nice@va.gov or Contracting Officer Kimberly Geran.

    Point(s) of Contact
    Harold NiceCO
    Harold.Nice@va.gov
    Files
    Title
    Posted
    The Special Notice from the Department of Veterans Affairs outlines a request for proposals (RFP) for software development support under solicitation number 36C10B25Q0025. The contracting office, located in Eatontown, NJ, has set a response deadline of February 21, 2025, at 12:00 PM Eastern Time. This notice follows an amendment regarding an RFQ posted to GSA MAS Category 54151S on February 7, 2025. Interested parties are directed to direct inquiries to Contract Specialist Harold Nice or Contracting Officer Kimberly Geran via provided emails. The notice indicates that Recovery Act Funds are not utilized for this contract and specifies relevant product service and NAICS codes. The document is part of the broader framework of government RFPs aimed at soliciting bids for specific services, emphasizing the VA’s ongoing commitment to procuring services that enhance operational capabilities.
    The document outlines a modification to a previous notice regarding a Request for Information (RFI) related to Software Development Support (Solicitation Number: 36C10B25Q0025) from the Department of Veterans Affairs. The primary purpose of this modification is to adjust the submission deadline for the RFI from February 21, 2025, at 12 PM to February 13, 2025, at 4 PM Eastern Time. Interested parties are encouraged to direct any inquiries regarding this change to Contract Specialist Harold Nice or Contracting Officer Kimberly Geran via their respective email addresses. This adjustment ensures that potential respondents are aware of the new timeline for their submissions, sustaining the efficacy of the procurement process. The contracting office is located in Eatontown, NJ, and is focused on soliciting bids and proposals in the realm of software development.
    The Department of Veterans Affairs is soliciting information for software development support under the solicitation number 36C10B25Q0025. This sources sought notice is primarily aimed at gathering data for planning purposes and does not constitute a formal request for proposals or an obligation from the government to acquire services. Interested vendors must submit detailed responses that include company information, technical capabilities, and insights on the provided Performance Work Statement (PWS). Key considerations include adherence to the NAICS code 541512, which pertains to computer systems design services. The notice specifies a 12-page limit for submissions and emphasizes the need for detailed, specific responses relevant to the PWS. Small businesses are encouraged to demonstrate their capability to meet a set-aside requirement related to service-disabled veteran-owned small businesses. Deadline for submissions is October 21, 2024, at 12:30 PM EST. Vendors must clearly mark proprietary information and identify additional technologies or best practices pertinent to the software development requirements outlined. This initiative illustrates the government's intent to effectively source and evaluate capabilities for future contractual engagements in software development.
    The government document outlines a Request for Proposal (RFP) for Software Development Services aimed at enhancing government operations through technological advancements. The primary objective is to solicit proposals from capable vendors who can design, develop, and maintain software solutions that meet specific agency requirements. Key components include detailed specifications of desired functionalities, security protocols, and compliance with federal regulations, highlighting the importance of usability, scalability, and integration within existing systems. The RFP emphasizes a collaborative approach, where the selected vendor is expected to work closely with government personnel to ensure that delivered solutions align with workflow processes. Evaluation criteria for submissions focus on expertise, project management capabilities, cost-efficiency, and innovation in approach. The timeline for proposal submissions, evaluation, and project execution is also outlined to ensure timely completion. Overall, this document serves as a framework for government agencies seeking to enhance their operational efficiencies through tailored software solutions, ensuring that they adhere to regulatory standards while promoting quality and functionality in their technology investments.
    The Performance Work Statement (PWS) for the Department of Veterans Affairs outlines a comprehensive plan for acquiring software development support services at the Financial Services Center (FSC). This initiative aims to provide high-quality IT solutions, enhance operational efficiency, and ensure compliance with statutory requirements while serving veteran affairs. The contractor will undertake various tasks including project management, system configuration, software development, and sustainment services using Agile methodologies, particularly the Veteran Focused Integration Process (VIP). Key components of the PWS include a focus on research and assessment, technical support, and tailored development strategies in alignment with current technologies. The performance period spans one year, with four optional extensions. Deliverables include detailed project management plans, regular progress reports, and software design documentation, emphasizing compliance with federal security standards. Optional tasks may also include training and transition support. This document serves as a vital framework for the government to ensure efficient procurement of software solutions, aiming for operational cost reductions and improved accountability. By adopting this structured approach, the VA seeks to maintain high service quality in technology development and support for its mission to serve veterans effectively.
    The document is a Business Associate Agreement (BAA) between the Department of Veterans Affairs Financial Services Center and a subcontractor, detailing the handling of Protected Health Information (PHI) in compliance with HIPAA regulations. The agreement establishes the responsibilities of both parties regarding the use, disclosure, and safeguarding of PHI, which the subcontractor requires to provide software engineering services. It clearly defines terms such as "Breach," "Business Associate," and "Subcontractor," outlining the protocols for accessing and managing PHI, including requirements for incident reporting, security safeguards, and permissible uses of data. Key obligations include the prohibition of selling de-identified data, ensuring proper notification in case of security incidents, and the necessity for written reports of breaches. It stipulates that, upon contract completion, all PHI must be returned or destroyed, ensuring no unauthorized retention. The BAA further mandates both parties to enter good faith negotiations for amendments, preserve confidentiality, and comply with all applicable laws. Overall, the agreement emphasizes the protection of sensitive health information while facilitating the subcontractor’s capacity to support the VA's operational needs, ensuring clarity in roles and legal responsibilities.
    Lifecycle
    Similar Opportunities
    R499--Veterans' Affairs Processing Automation (VPAS) Update to RFP release date and Point of Contact Information
    Buyer not available
    The Department of Veterans Affairs is seeking input from vendors for the Veterans' Affairs Processing Automation Services (VPAS) through a Request for Information (RFI) designated as 36C10D24Q0038. The objective of this procurement is to enhance benefits processing for U.S. veterans by gathering insights on efficient service models, including document digitization, data integration, and customer support services, as part of a managed service contract. This initiative is crucial for improving operational efficiencies and reducing claims backlogs, ultimately supporting the timely delivery of services to veterans. Interested parties are encouraged to submit their responses by March 3, 2024, and direct inquiries to VBA.Procurements@va.gov, with the RFP release anticipated in Q3/Q4 of the current fiscal year.
    7A21--Fraud, Waste and Abuse (FWA) Software (VA-25-00032490)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information from vendors regarding the procurement of Fraud, Waste, and Abuse (FWA) software aimed at enhancing the adjudication and processing of healthcare claims. The software is expected to be primarily hosted as a Software as a Service (SaaS) solution, with capabilities to support both pre-payment and post-payment fraud detection, while interfacing with databases such as Azure SQL, Microsoft SQL Server, or Oracle. This initiative is crucial for improving claims processing efficiency and compliance with federal regulations, as the VA aims to reduce costs and eliminate fraudulent claims. Interested vendors should submit their capabilities and responses to the Request for Information (RFI) by February 15, 2025, and can contact Mr. Gary Howard at gary.howard3@va.gov or by phone at (848) 377-5346 for further details.
    7A21--RFI Request - Minimum Data Set (MDS) - new requirement (VA-25-00019860)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking vendors to support the implementation of the Information Quality Improvement and Evaluation Systems (iQIES) for its Geriatrics and Extended Care Program, as part of a Request for Information (RFI). This initiative aims to replace the outdated Legacy Minimum Data Set (MDS) system, which is crucial for evaluating the quality of care in VA Community Living Centers and State Veterans Homes. The new iQIES-VA system will facilitate data migration, customization for VA-specific needs, and compliance with clinical standards, while operating securely within an Amazon Web Services (AWS) environment. Interested parties must submit their capability responses by March 13, 2025, and are encouraged to provide detailed information regarding their experience with similar systems and security compliance, as generic marketing materials will not be accepted. For further inquiries, vendors can contact Contract Specialist Ivan Varela at ivan.varela@va.gov or (848) 377-5328.
    Behavioral Health Lab (BHL) Software Maintenance and Technical Support
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking industry input for the maintenance and technical support of the Behavioral Health Lab (BHL) software, which is crucial for advancing measurement-based care in mental health treatment for veterans. The procurement aims to ensure the seamless operation of the BHL software suite, developed by Capital Solution Design, while providing necessary enhancements and technical support, including compliance with VA electronic health records integration and training services. This initiative underscores the VA's commitment to improving mental health services through advanced software solutions, with a contract duration of 12 months and four optional 12-month extensions, totaling up to five years. Interested vendors must submit their responses, limited to 10 pages, by 11:00 AM ET on February 18, 2025, and can contact John Mason at john.mason13@va.gov or David Long at david.long4@va.gov for further information.
    Y1DA--589A5-21-700 EHRM INFRASTRUCTURE UPGRADES (VA-24-00076324)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the EHRM Infrastructure Upgrades project, identified by solicitation number 36C77624B0026, aimed at enhancing the electronic health record management systems. This construction initiative is critical for improving the infrastructure that supports the VA's modernization efforts, ensuring better service delivery to veterans. The project has received multiple bids, with estimated costs ranging from approximately $44.9 million to $62.7 million, and requires a 20% bid security from all bidders. Interested parties should contact Richard Webb at Richard.Webb3@va.gov or call 216-447-8300 x49623 for further details, with responses due by February 14, 2025, at 13:00 Eastern Time.
    6515--VISN22 ScriptPro Brand name or Equal
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of the ScriptPro Pharmacy Management System, with an emphasis on brand name or equal products. This solicitation, identified as RFQ 36C26225Q0148, aims to enhance pharmacy automation across various VA medical facilities within VISN 22, ensuring compatibility with existing technology and compliance with specified requirements. The contract will involve the delivery of both hardware and software components essential for improving operational efficiency in veteran healthcare services. Interested vendors must submit their bids by February 18, 2025, at 7:00 AM PST, and can direct inquiries to Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or by phone at 562-766-2284.
    Artificial Intelligence Assisted Procurement Tools (AIAPT)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information on Artificial Intelligence Assisted Procurement Tools (AIAPT) to enhance its acquisition and contract lifecycle management processes. The VA aims to identify vendors capable of providing commercial off-the-shelf (COTS) generative AI solutions that integrate large language models for various procurement functions, focusing on capabilities such as data privacy, security compliance, and risk mitigation. This initiative underscores the VA's commitment to leveraging advanced technologies to improve procurement efficiency and transparency while adhering to federal guidelines. Interested vendors must submit their responses by February 19, 2025, and can direct inquiries to Melissa Maloy at Melissa.Maloy@va.gov or by phone at 202-815-9679.
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide medical equipment as part of the "DEC 2024 Equipment Only Consolidation" initiative. This procurement focuses on acquiring high-tech medical imaging equipment, specifically targeting the needs of the National Acquisition Center (NAC) for various modalities, with a particular emphasis on compliance with technical specifications and service availability. The equipment is crucial for enhancing healthcare services provided to veterans, ensuring that facilities are equipped with state-of-the-art technology to improve diagnostic capabilities and patient care. Interested vendors must submit their offers by April 9, 2025, with a deadline for questions set for February 19, 2025. For further inquiries, vendors can contact Contract Specialist Hermann A Degbegni at hermann.degbegni@va.gov.
    36C25725Q0072 Virtual Pharmacy Service
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide Virtual Pharmacy Services for the Amarillo VA Medical Center under solicitation number 36C25725Q0072. The contractor will be responsible for processing medication orders through a secure web-based system, ensuring accuracy and compliance with VA standards, with a contract structure classified as Indefinite Delivery Indefinite Quantity (IDIQ) and a firm-fixed price estimated between $5,800 and $450,000 over five years. This service is crucial for maintaining the quality of healthcare provided to veterans, emphasizing the importance of timely and accurate medication management. Interested contractors must register in the System for Award Management (SAM) and direct inquiries to Contract Specialist Carolyn Reneau at carolyn.reneau@va.gov, with contract performance expected to commence on August 1, 2025.
    DA01--Chromium System Support Services - RFQ
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to award a sole source contract for Chromium Software System Support Services for the VA Boston Healthcare System in Rhode Island. This procurement falls under the NAICS code 541512 and is being conducted in accordance with FAR regulations, specifically FAR 13.106-1(b), which allows for single-source procurement when justified. The services are critical for maintaining and enhancing the IT infrastructure that supports veterans' healthcare services. Interested parties should contact the Contracting Officer, Tara Dossiema, at Tara.Dossiema@va.gov or by phone at 603-624-4366 x5129 for further information, with responses due by February 21, 2025.