DA01--Software Development Support (VA-25-00000979)
ID: 36C10B25Q0025Type: Special Notice
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 NiceCS
    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
    DA10--Telephonic & Remote Software Support Services Base Plus Option Years POP: 03/01/2025 - 02/28/2030
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for telephonic and remote software support services, with a contract period from March 1, 2025, to February 28, 2030. The procurement aims to provide 24/7 technical support, updates, and troubleshooting for the C-Cure 9000 Series S PACS security system, ensuring timely responses and compliance with VA security requirements. This initiative is critical for maintaining the operational efficiency of security systems within veterans' healthcare facilities, with an estimated contract value of $47 million set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by February 26, 2025, and can direct inquiries to Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or by phone at 918-577-3532.
    7A21--Fraud, Waste and Abuse (FWA) Software (VA-25-00032490)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking vendors to provide a Fraud, Waste, and Abuse (FWA) software solution aimed at enhancing the adjudication and processing of healthcare claims within the VA system. The software is expected to be primarily hosted as a Software as a Service (SaaS) solution, supporting both pre-payment and post-payment fraud detection, and must be capable of 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 regarding fraud in healthcare disbursement. 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.
    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--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.
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of medical equipment under the solicitation titled "6525--DEC 2024 Equipment Only Consolidation." This initiative aims to acquire high-tech medical imaging equipment, specifically targeting the needs of the National Acquisition Center (NAC) for various healthcare facilities serving veterans. The procurement process is crucial for enhancing healthcare services, ensuring that the VA can provide state-of-the-art diagnostic and treatment capabilities. Key deadlines include the submission of vendor questions by February 19, 2025, and the final offer submission due by April 9, 2025. Interested vendors should direct inquiries to Contract Specialist Hermann A. Degbegni at hermann.degbegni@va.gov for further details.
    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.
    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.
    7A21--Automated Discharge Planning for Charles George VAMC Synopsis
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide an Automated Discharge Planning (ADP) solution for the Charles George VA Medical Center, as outlined in a Sources Sought Notice. The procurement aims to enhance the discharge process for veterans by automating referral management, reducing response times, and improving patient involvement, while ensuring compliance with federal cybersecurity standards and VA directives. This initiative is critical for addressing workforce inefficiencies and improving the overall quality of care during discharge transitions. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), must submit their capability statements and Rough Order of Magnitude (ROM) by February 25, 2025, to the designated contract officer, Kelly Reale, at kelly.reale@va.gov or by phone at 848-377-5128.
    R408--National Data Systems (NDS) Health Information Access (HIA) support (VA-25-00032565)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the National Data Systems (NDS) Health Information Access (HIA) support under solicitation number VA-25-00032565. The primary objective of this procurement is to manage and facilitate access to health information while ensuring compliance with federal regulations, including HIPAA, and enhancing service delivery to veterans. This contract, valued at approximately $24.5 million, will span five years from May 1, 2025, to April 30, 2030, and will involve various task orders related to healthcare operations access requests. Interested vendors should contact Lisa A. Strawbridge at lisa.strawbridge@va.gov for further details and to submit proposals by the specified deadlines.