DA10--25-SW0057 Velocity Software Licenses and Maintenance (VA-25-00007323)
ID: 36C10B25Q0166Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Custom Computer Programming Services (541511)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs (VA) is soliciting proposals for the procurement of Velocity Software Licenses and Maintenance under solicitation number 36C10B25Q0166. The primary objective of this procurement is to renew existing software licenses and ensure ongoing technical support for the VA's IT infrastructure, specifically for critical software that manages virtual servers for veterans and VA clients. This initiative is vital for maintaining operational efficiency and compliance with federal regulations, including accessibility standards and cybersecurity protocols. Proposals are due by July 18, 2025, at 5:00 PM EDT, and interested parties should contact Francis Herrera-Paez at francis.herrera-paez@va.gov or 240-215-0665 for further information.

    Point(s) of Contact
    Francis Herrera-PaezCS Intern
    (240) 215-0665
    francis.herrera-paez@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting proposals for the provision of Velocity Software Licenses and Maintenance, as outlined in solicitation number 36C10B25Q0166. The proposal is due by 2:00 PM Eastern Time on July 17, 2025, and will be archived 30 days post-submission. This solicitation is categorized under the product service code DA10 and the NAICS code 541511, indicating software services. The primary point of contact for this solicitation is Bobby Brewer, whose contact information is provided. Relevant documents attached to the solicitation include the final version of the Velocity Software proposal and supplementary information regarding delivery support. This initiative exemplifies the federal government’s ongoing commitment to leveraging technology to enhance services provided to veterans. Overall, the primary aim is to secure software licenses necessary for improved operational efficiency within the Veterans Affairs framework.
    The document outlines a government Request for Proposal (RFP) by the Department of Veterans Affairs (VA) for the procurement of Velocity Software licenses and maintenance services. It details the solicitation number, due dates, and the targeted audience, noting that the acquisition is set aside for small businesses. The primary purpose is to renew existing licenses and ensure ongoing technical support for the VA's IT infrastructure. The contract will cover software maintenance, technical support, and updates, with an emphasis on compliance with federal regulations, including accessibility standards under Section 508. Key elements of the contract include the provision of exhaustive software maintenance, accessibility requirements, and stringent security controls to protect sensitive information. The document specifies deliverables, pricing, and periods of performance, ensuring that all software used meets the VA's performance requirements and complies with cybersecurity protocols. This procurement reflects the VA’s commitment to maintaining its technological capabilities while upholding regulatory compliance and safeguarding national standards.
    The document outlines Amendment 0001 to the Request for Quote (RFQ) 36C10B25Q0166, issued by the Department of Veterans Affairs' Technology Acquisition Center. The primary purpose of this amendment is to extend the proposal submission deadline to July 18, 2025, at 5:00 PM Eastern Time. It clarifies that all previous terms and conditions of the solicitation remain unchanged and in full effect. The amendment also includes relevant details such as the contracting office’s address, point of contact, solicitation number, and other procedural requirements for bidders to acknowledge receipt of the amendment. This amendment is part of a combined solicitation for Velocity Software Licenses and Maintenance, designated under the Product Service Code DA10 and NAICS Code 541511. The document maintains a standard format for government procurement communications, emphasizing clarity in the amendment's purpose and procedural instructions for Offerors/Bidders. Overall, it serves to formally adjust timelines related to the procurement process without altering the original solicitation's intent.
    The ITAM SW Deliverable Support Information Form is a standardized document used for tracking software support and deliverables under VA contracts. It includes essential details such as manufacturer, awardee, product description, and contractual timelines, with a focus on ensuring compliance and efficiency. The form requires completion by both VA personnel and the awardee, detailing coverage, support type, end-of-life dates for assets, and service levels. It also collects contact information for technical support and requirements for obtaining support, including serial numbers and software licensing keys. This document facilitates organized communication regarding software deliverables and maintenance, ensuring that necessary support structures are in place, ultimately aimed at improving technical service delivery for the VA. The emphasis is on completeness and accuracy to enhance service performance and adherence to contract specifications.
    The Department of Veterans Affairs (VA) is pursuing a sole-source contract with Velocity Software, Inc. for the renewal of specific software critical to its Information Technology operations. The required software includes zPRO Cloud Management, zVPS performance products, zTune licenses, and their maintenance. This software is essential for efficiently managing virtual servers for VA clients and veterans, ensuring continued support without introducing additional risks or complexities. The justification for this sole-source action derives from the unique interoperability of Velocity Software with existing VA infrastructure, particularly with IBM mainframes and their z/VM environment. Alternatives like IBM WAVE have been deemed unsuitable due to functional limitations and increased administrative overhead. Market research confirmed that Velocity is the only provider capable of meeting the VA's technical requirements. The procurement process adheres to federal regulations permitting such actions when only one source can fulfill the requirement. Continued utilization of Velocity’s suite is critical to avoid productivity loss and service interruptions. The contract will encompass a one-year performance period, and efforts will be made to assess future competitive opportunities. Overall, this action underscores the VA's commitment to delivering effective support services to veterans while relying on specialized technology resources.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    DA10--RFI - Modernization of Veterans Canteen Service IT Systems (VA-26-00004970)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking input for the modernization of its Veterans Canteen Service IT Systems through a Request for Information (RFI) identified as VA-26-00004970. The primary objectives of this procurement include enhancing performance, streamlining processes, improving customer service, and integrating new functionalities while ensuring robust security measures and compliance with industry standards. This modernization effort is crucial for the efficient operation of approximately 220 retail and food service locations nationwide, which currently rely on outdated technologies. Interested vendors should direct their inquiries to Contract Specialist Justin Daniel at justin.daniel@va.gov, and responses to the RFI are due by August 1, 2025, with a focus on providing detailed proposals that meet the outlined requirements.
    DA10--VISN 6 Clinical Decision Support Tool_VA-26-00022484
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the VISN 6 Clinical Decision Support Tool under the solicitation number 36C10B26Q0070. This procurement involves a firm-fixed-price delivery order aimed at enhancing clinical decision-making capabilities within the Veterans Health Administration, and it is open to contract holders in NASA SEWP V GWAC Groups B, C, and D. The importance of this tool lies in its potential to improve patient care and operational efficiency in veteran healthcare services. Interested parties must submit their proposals by December 15, 2025, at 10:00 am Eastern Time, and inquiries can be directed to Sarah MacArthur at sarah.macarthur@va.gov or by phone at 848-377-5179. Recovery Act Funds are not applicable to this action.
    DA01--FMBT System Integrator (New Action-Recompete, VA-26-00002411)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the FMBT System Integrator acquisition, identified under solicitation number 36C10B25Q0354, which will be issued through the General Services Administration (GSA) Multiple Award Schedule (MAS) Financial Management (FM) Marketplace. This procurement aims to promote broad competition among various business sizes, including small, disadvantaged, veteran-owned, woman-owned, and HUBZone small businesses, as well as large businesses, ensuring compliance with Executive Order 14249. The solicitation is anticipated to be posted within one week of this notice, with the primary contact for this opportunity being Contract Specialist Angel Santos, who can be reached at Angel.Santos2@va.gov or by phone at 848-377-5096. Interested parties should prepare for the upcoming solicitation and note that the response date for the special notice is August 28, 2025, at 5 PM Eastern Time.
    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.
    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.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    J065--QMATIC Service | Follow on Base+4 | Start: 1/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for a service agreement for the Q-Matic Customer Flow Management System at the Chillicothe Veterans Affairs Medical Center (VAMC). The procurement involves comprehensive hardware and software maintenance, including on-site support during business hours, a 4-hour telephone response time, 24-hour on-site repair, and a commitment to 95% equipment uptime. This service is critical for ensuring efficient patient flow and operational effectiveness within the medical facility. The contract will be a Firm Fixed Price type, commencing on January 1, 2026, with a base year and four optional one-year extensions. Interested parties can reach out to Contract Specialist Christopher T. Council at Christopher.Council@va.gov for further details.