J065--LICENSE & MAINT FOR RAPIDAI
ID: 36C26225Q0303Type: Solicitation
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
    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
    JESSICA.BROOKS3@VA.GOV
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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
    Solicitation
    Similar Opportunities
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Teleradiology Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. This procurement involves providing off-site interpretation of various imaging studies, including X-Ray, Ultrasound, CT, and MRI, under a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contract valued at up to $3.1 million, with a guaranteed minimum of $1,000. The services are critical for ensuring timely and accurate diagnostic imaging, adhering to stringent standards set by the VA and other regulatory bodies, with a performance period from January 2, 2026, to December 31, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Contract Specialist Karen Battie at Karen.Battie@va.gov for further details and to ensure compliance with all eligibility requirements.
    J065--Varian Hardware & Software Full-scale PMI for ARIA & Eclipse Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a service contract to provide comprehensive support for Varian hardware and software, specifically for the ARIA and Eclipse systems, at the Veterans Affairs Medical Center in Los Angeles, CA. The contract aims to ensure optimal performance and reliability of critical Linear Accelerator (LINAC) systems, which are vital for delivering high-quality radiation oncology treatments to veterans. This procurement includes a base period from March 25, 2026, to March 24, 2027, with four additional one-year options, and proposals are due by December 29, 2025, at 17:00 MST. Interested parties should direct inquiries and submissions to Contract Specialists Jamie Elbedawi and Kyle Cipra via email, adhering to the specified guidelines and deadlines.
    DA10--Bi-Directional Image/Report Exchange
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from qualified vendors for a Bi-Directional Image/Report Exchange System to enhance the Veterans Health Administration's (VHA) imaging capabilities. The procurement aims to establish a national enterprise imaging system that integrates with existing electronic health records (EHRs) and community care referral systems, ensuring secure and efficient management of clinically relevant medical imaging for veterans. This initiative is critical for improving access to medical imaging, facilitating seamless data exchange, and supporting advanced workflows, with stringent requirements for security, accessibility, and system performance. Interested parties must submit their responses by December 18, 2025, with questions due by December 5, 2025. For further inquiries, contact Contract Specialist Laura Startek at Laura.Startek@va.gov or 848-377-5089.
    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.
    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.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.
    NX- CX50 Win 10 Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure the NX-CX50 Win 10 Upgrade, a technology upgrade essential for enhancing ultrasound imaging capabilities at the VA Loma Linda Hospital. This procurement involves a contract awarded to Philips North America LLC, totaling $22,896.90, which underscores the importance of maintaining up-to-date medical imaging equipment for effective patient care. The contract was awarded on December 13, 2022, under solicitation number 36C26223N0223, and interested parties can direct inquiries to Mayra Barbosa at Mayra.Barbosa@va.gov for further details.
    DH10--Durham VAMC Radiation Oncology Information Systems-EER 262522 (VA-25-00094323)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the Radiation Oncology Information System Virtual Infrastructure Environment (ROISVIE) at the Durham VA Medical Center (VAMC). This procurement aims to secure hardware, software, and services necessary to support the ROISVIE therapy solution, which includes integration with Varian linear accelerators and associated applications. The selected contractor will be responsible for ensuring compliance with mandatory cybersecurity controls, as outlined in the attached VA Critical Security Controls FAQ, and must deliver various project management and implementation plans. Proposals are due by December 16, 2025, at 11:00 AM EST, and interested parties should contact David Gabrysiak at david.gabrysiak@va.gov for further information. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and has a base period starting January 1, 2026, with a total value anticipated to be below $5 million.