J065--LICENSE & MAINT FOR RAPIDAI
ID: 36C26225Q0303Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Software Publishers (513210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
  1. 1
    Posted Dec 30, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 30, 2024, 12:00 AM UTC
  3. 3
    Due Jan 10, 2025, 8:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for a service contract focused on licenses and maintenance for the iSchemaView RapidAI software, which is crucial for enhancing stroke diagnostics at the Phoenix Veterans Affairs Health Care System. The contractor will be responsible for software maintenance, system updates, troubleshooting, and ensuring the functionality of the RapidAI system, alongside adhering to strict documentation and compliance requirements. This procurement underscores the VA's commitment to modernizing healthcare technology and ensuring quality service delivery. Interested vendors should note that the total award amount is $47 million, and they can direct inquiries to Contract Specialist Jessica Brooks at JESSICA.BROOKS3@VA.GOV, with specific submission deadlines outlined in the solicitation documents.

Point(s) of Contact
Jessica BrooksContract Specialist
(480) 466-7940
Jessica.brooks3@va.gov
Files
Title
Posted
Dec 30, 2024, 8:05 PM UTC
The presolicitation notice details an upcoming government contract opportunity for licensing and maintenance services related to "RAPIDAI," aimed at the Department of Veterans Affairs (VA). The contract, designated by solicitation number 36C26225Q0303, is set to accept responses until January 10, 2025, at 1:00 PM Mountain Time. The contract falls under the product service code J065 and the NAICS code 513210, indicating its association with computer software publishing. The performance is to occur under the VA’s Gilbert Network Contracting office based in Arizona, with proposals archived 30 days post-response. This notice serves as an official invitation for contractors to prepare and submit their bids for the specified services, reflecting the agency's ongoing efforts to improve operational efficacy and resource management in veterans' healthcare systems.
Dec 30, 2024, 9:15 PM UTC
The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for a service contract regarding licenses and maintenance for the iSchemaView RapidAI software. The contract aims to ensure comprehensive support for the RapidAI system utilized by the Phoenix Veterans Affairs Health Care System to enhance stroke diagnostics through artificial intelligence. It details the responsibilities of the contractor, which include software maintenance, system updates, troubleshooting, and ensuring functionality, alongside strict documentation requirements for service reports. The proposal contains critical information regarding solicitation specifics such as the total award amount of $47 million, contract duration, and submission deadlines for inquiries and offers. Furthermore, it identifies compliance clauses, payment methods, and the necessity for contractors to adhere to federal regulations. The contract emphasizes electronic submission for payment requests, highlighting the need for electronic invoicing through the Tungsten Network. Overall, the document reaffirms the VA's commitment to modernizing healthcare technology while guaranteeing efficiency, quality service, and regulatory compliance within the contract's execution.
Dec 30, 2024, 9:15 PM UTC
This document outlines the vendor information requirements for federal contracts, focusing on the essential details needed from vendors wishing to do business with the government. Key sections include details about the vendor such as name, address, and tax identification numbers, as well as contact information and contract specifics if applicable. The document further requires vendors to indicate their business type and socioeconomic status, ensuring compliance with federal regulations. It mandates registration with the Central Contractor Registration (CCR) and provides necessary links for vendors to register or check their status. Compliance with these requirements is crucial, as failure to adhere may result in administrative actions. Overall, this document serves as a guideline for establishing vendor eligibility and facilitates the procurement process for federal contracts.
Dec 30, 2024, 9:15 PM UTC
The VA-FSC Vendor File Request Form is a crucial document designed for vendors seeking to establish or update their profiles within the VA's financial management system. The form requires specific information including details about the VA facility, vendor type, and various identification numbers (such as Unique Entity Identifier and Tax Identification Number). Vendors must confirm if they are registered in the System for Awards Management (SAM) and complete sections pertaining to Electronic Funds Transfer (EFT) details. Additionally, it outlines actions vendors may need to take, such as providing documentation for claims assignments or confirming small business status. The form is governed by the Privacy Act of 1974, ensuring that all collected data is handled in compliance with federal regulations. The estimated completion time for the form is approximately 15 minutes, stressing the importance of accurate information to prevent payment delays. The document exemplifies the VA's procedural approach to managing vendor relationships and ensuring compliance with government requirements for federal grants and contracts.
Dec 30, 2024, 9:15 PM UTC
The document outlines Form W-9, which is used to request the Taxpayer Identification Number (TIN) of U.S. persons, including individuals and certain entities. The form serves critical purposes such as certifying the correctness of the TIN provided and confirming whether the individual is subject to backup withholding. It includes sections that outline specific guidelines for filling out the form, including the distinctions between various types of taxpayers, such as sole proprietors, corporations, and partnerships. Key points mention that failure to provide a correct TIN can result in penalties and that certain payees are exempt from backup withholding requirements. Importantly, individuals who do not possess a TIN may indicate "Applied For" on the form while they apply for one. The form's regulations extend to partnerships and details the implications of tax treaties for foreign persons and nonresident aliens. Overall, Form W-9 functions as a vital tool for ensuring accurate tax reporting and compliance, especially in the context of federal grants, contracts, and RFPs, which often require such certifications to facilitate appropriate tax handling and reporting.
Lifecycle
Title
Type
Presolicitation
Solicitation
Similar Opportunities
DA10--SOLICITATION Brand Name or Equal iMedConsent Web Solution Commercial-Off-The-Shelf, COTS, Cloud-Based Signature Software Application, Maintenance and Support, and Training
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified vendors to provide and maintain the iMedConsent Web solution, a Commercial-Off-The-Shelf (COTS) cloud-based signature software application designed for documenting informed consent across its 150 medical facilities in the United States, Puerto Rico, Guam, and the Philippines. This procurement includes not only the software solution but also comprehensive maintenance, support, project management, and computer-based training to enhance the efficiency and compliance of patient consent processes. The total approximate award amount for this initiative is $34 million, with proposals due by April 10, 2025, at 1:00 PM EDT. Interested parties can contact Contract Specialist Richard Melton at Richard.Melton2@va.gov or by phone at 512-981-4479 for further information.
6525--Varian Software Service Agreement (SSA) (VA-24-00080875)
Buyer not available
The Department of Veterans Affairs (VA) is seeking a sole-source contract for a Varian Software Service Agreement (SSA) to provide essential software maintenance, upgrades, and support for the Varian software systems utilized in the Radiation Oncology Department at the St. Louis VA Health Care System. This contract aims to ensure operational efficiency in cancer treatment management, covering services such as software license renewals, technical support, and hardware refresh for workstations, with a base period of 12 months and four additional option periods. The Varian software, including ARIA and Eclipse, is critical for managing cancer treatment processes, and the contract emphasizes compliance with federal accessibility and energy efficiency standards. Interested parties can contact Contract Specialist Abigail Hoeppner at abigail.hoeppner@va.gov or by phone at 848-377-5269 for further details.
DA01--RFI 36C10B25Q0187 Asset Management VA-25-00053184
Buyer not available
The Department of Veterans Affairs (VA) is seeking information from vendors regarding an Asset Management Solution under Request for Information (RFI) number 36C10B25Q0187, aimed at potentially replacing the existing VistA Automated Engineering Management System/Medical Equipment Reporting System. The RFI specifically targets solutions capable of managing extensive asset and supply chain operations across VA facilities, which currently support over 150,000 users and handle significant asset values, with a focus on products like IBM's Maximo Application Suite. This initiative is part of the VA's ongoing efforts to enhance asset management capabilities while ensuring compliance with federal standards and interoperability with existing systems. Interested parties must submit their responses by April 15, 2025, at 10:00 AM Eastern Time, and can direct inquiries to Contract Specialist Michelle Prinston at michelle.prinston@va.gov.
DA10--Rauland Responder 5 Nurse Call System Application Application Maintenance & Software Support Services
Buyer not available
The Department of Veterans Affairs is seeking proposals for maintenance and software support services for the Rauland Responder 5 Nurse Call System, as outlined in solicitation number 36C10B25Q0160. The procurement aims to ensure comprehensive technical support, including troubleshooting assistance, regular software updates, and compliance with federal information security standards, with a contract structured for a base period of 12 months and four optional renewal periods. This system is critical for enhancing communication and operational efficiency within veterans' healthcare facilities. Interested vendors must submit their quotes by April 17, 2025, at 2:00 PM EST to the designated contacts, Justin Daniel and Evan Shlisserman, via email.
J065--Maintenance on Mobile X-Ray DRX Revolution system and LUX 35 DETECTOR
Buyer not available
The Department of Veterans Affairs is seeking a contractor to provide maintenance services for the Mobile X-Ray DRX Revolution system and LUX 35 detector at the Cheyenne VA Medical Center. The procurement aims to establish a 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at approximately $34 million, to enhance the reliability and safety of imaging equipment through scheduled maintenance, unscheduled repairs, and compliance with regulatory standards. This initiative is crucial for ensuring optimal diagnostic imaging capabilities and patient safety at the facility, while also supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) as part of the government's commitment to veteran enterprises. Interested parties must submit their proposals by April 21, 2025, at 10 AM Mountain Time, and can contact Contract Specialist David M Glanton at David.Glanton@va.gov or 303-717-7075 for further information.
J065--Romell - Reviewed & Ready New Base+4 MAGVENTURE FULL SERVICE CONTRACT (VA-25-00035112)
Buyer not available
The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center, is seeking to negotiate a sole source contract with MagVenture Inc. for the provision of preventative maintenance and emergency repairs for Transcranial Magnetic Stimulation systems at the Edward Hines, Jr. VA Hospital in Hines, Illinois. This contract will be structured as a firm fixed price agreement covering a base year plus four optional years, with the base period extending through March 31, 2026. The services are critical for maintaining the operational integrity of essential imaging equipment, and eligible bidders must have trained personnel capable of providing 24-hour emergency response for repairs. Interested parties must submit their capability statements by email to Contract Specialist Romell Parrott at Romell.Parrott@va.gov by 5:00 PM CST on April 11, 2025, to be considered for this opportunity.
Advanced 3D Imaging system
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Terarecon INC. for the provision of an Advanced 3D Imaging system to enhance its Picture Archiving and Communication Systems (PACS). The primary objective of this procurement is to transition from multiple local PACS solutions to a unified enterprise-level Advanced 3D solution, which includes an integrated graphical user interface and improved interoperability among existing systems. This initiative is crucial for advancing imaging capabilities within the DHA's healthcare delivery framework, ensuring compliance with industry standards and cybersecurity measures. Interested parties must submit their capabilities statements to the Contract Specialist, Jessee Chege, via email by 12:00 p.m. ET on April 21, 2025, and must affirm their active registration in the System of Award Management (SAM).
VA NAC Radiation Therapy Equipment Systems and Accessories
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for Radiation Therapy Equipment Systems and Accessories through a combined synopsis/solicitation (RFP 36H79725R0004). The procurement aims to establish multiple contracts for a range of radiation therapy equipment, including linear accelerators and treatment planning systems, over a base period of five years with an option for an additional five years. This initiative is crucial for enhancing healthcare capabilities for veterans, ensuring they receive advanced medical treatment. Interested vendors must submit their proposals by April 18, 2025, and direct any questions to Contracting Officer Taiye Adebowale at Taiye.Adebowale@va.gov or Leah Boyd at Leah.Boyd2@va.gov by March 24, 2025.
6515-- Eyecon 9430, Eyecon Interface Controller with installation and one (1) year monthly subscription and support to the Marion and Evansville VA Medical Centers
Buyer not available
The Department of Veterans Affairs is seeking to procure two Eyecon Model 9430 devices, including installation and a one-year subscription for support services, for the Marion and Evansville VA Medical Centers. This procurement is a sole source acquisition justified under statutory authority for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with Veterans Healthcare Supply Solutions identified as the unique vendor qualified to provide the proprietary equipment necessary for compatibility with existing systems. The total estimated cost for this contract is $42,271, and interested parties must submit their responses by April 21, 2025, at 6 AM Central Time, with inquiries directed to Contracting Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov or by phone at 913-758-9925.
MRI Trailer Maintenance
Buyer not available
The Department of Veterans Affairs is seeking proposals for the maintenance and repair of an MRI trailer located at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The contract, valued at approximately $19 million, will be awarded as a Firm Fixed Price for a base year with four option years, requiring comprehensive preventative and corrective maintenance services, including 24/7 support and timely emergency response. This procurement is crucial for ensuring the operational efficiency of medical equipment that supports high-quality healthcare services for veterans. Interested contractors should contact Alecia M. Mitchell at alecia.mitchell@va.gov for further details, and must adhere to the solicitation requirements outlined in the attached document.