J065--IV Prep Host Conversion Support to Oracle Cerner (VA-26-00029253)
ID: 36C25026Q0192Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF610-MARION (00610)MARION, IN, 46953, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Carefusion Solutions, LLC for IV Prep Host Conversion Support Services, aimed at integrating the current Federal Electronic Health System with Oracle Health (Cerner) at the VA Northern Indiana Healthcare System in Fort Wayne, IN. The contractor will be responsible for providing all necessary equipment, parts, labor, supervision, and transportation to facilitate this integration, with services scheduled to be performed from December 26, 2025, to December 25, 2026. This procurement is critical for enhancing the efficiency and effectiveness of healthcare delivery to veterans, ensuring a seamless transition to the new electronic health record system. Interested parties must submit any responses demonstrating a competitive advantage by December 24, 2025, at 13:00 ET to Contract Specialist Kristina L. Peart at kristina.peart@va.gov.

    Point(s) of Contact
    Kristina L PeartContract Specialist
    (734) 845-3444
    kristina.peart@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Northern Indiana Healthcare System intends to award a sole-source contract to Carefusion Solutions, LLC, for IV Prep Host Conversion Support Services. This contract, under solicitation number 36C25026Q0192, aims to integrate the current Federal Electronic Health System with Oracle Health (Cerner). The services, including equipment, parts, labor, supervision, and transportation, will be performed at the VA Northern Indiana Healthcare System in Fort Wayne, IN, between December 26, 2025, and December 25, 2026. The VA is not seeking competitive proposals, and this notice is for informational purposes only. Responses from other interested parties demonstrating a clear advantage to the government must be emailed by December 24, 2025, at 13:00 ET to Contract Specialist Kristina L. Peart.
    Lifecycle
    Similar Opportunities
    J065--Omnicell IVX Rx Framework Interface/IVX Vista Interface DSS Omnicell
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a sole-source contract to Omnicell, Inc. for maintenance and repair services on the existing Omnicell IVX Workflow Management System at the Central Arkansas Veterans HealthCare System in Little Rock, AR. This procurement aims to secure a firm fixed price contract covering a base year plus four option years for software maintenance and support, which includes bug fixes, minor upgrades, and telephone support. The Omnicell IVX system is critical for managing workflow in healthcare settings, particularly for military veterans, and the contract is justified as Omnicell, Inc. is the only vendor capable of providing these specialized services. Interested parties may submit letters of interest demonstrating their technical expertise by December 29, 2025, to the Contracting Officer, Joseph Warren, at joseph.warren@va.gov.
    Instrument Tracking System National Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Censis Technologies Inc. for the CensiTrac Sterile Processing Services (SPS) Instrument Tracking System (ITS). This procurement aims to standardize instrument tracking across all VA medical facilities, ensuring improved tracking, cleaning, sterilization processing, and distribution of Reusable Medical Equipment (RME) within the VA system. CensiTrac is already integrated with the Federal Electronic Health Records (FEHR) system and is currently deployed in all 186 Veterans Health Agency facilities, making it critical for maintaining operational efficiency and patient care. Interested parties believing they can meet the requirements must submit written notification and supporting evidence by January 2, 2025, at 10:00 AM Central Time, to the primary contact, Nicholas Fry, at nicholas.fry2@va.gov.
    6515--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract with InstyMeds for the procurement of an InstyMed Dispenser System, specifically for use at the Danville VA Medical Center and various Community-Based Outpatient Clinics (CBOCs). The VA requires four InstyMed Medication Dispensing Systems to enhance the efficiency of medication delivery from provider orders to patients, ensuring timely access to medications. This automated system is critical for pharmacy operations, offering features such as location-specific formulary management, real-time inventory tracking, and integration capabilities with existing systems like Vista, with potential for future compatibility with Cerner. For further inquiries, interested parties can contact Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4800 x43248.
    6515--Philips Xper Cardiology and Hemodynamics Upgrade PR: 537-26-1-969-0019
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Great Lakes Health Care System, is seeking authorized distributors for the upgrade of the Philips Xper Cardiology and Hemodynamics system at the Jesse Brown VAMC in Chicago, IL. This procurement involves providing all necessary labor, materials, and expertise to enhance the existing system in two Cath labs and nurse stations, ensuring compatibility with the new Federal Electronic Health Record (FEHR), Oracle Health, and transitioning patient identifiers from Social Security Numbers to the Enterprise Data Interchange Patient Identifier (EDIPI). Interested vendors must demonstrate their authorized distributor status from the Original Equipment Manufacturer (OEM) and submit relevant company information by January 7, 2026, at 10:00 AM Central Time, to Rebecca Picchi at rebecca.picchi@va.gov.
    DA10--26-SW0032 NewEra (SW5027, SW5028)-Recompete (Renewal) (VA-26-00000289)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a sole-source, firm-fixed-price contract for the renewal of NewEra software licenses and maintenance support, specifically for the NewEra Stand Alone Environment (SAE) and Image Focus Core (IFO) Subsystem software. This procurement is critical for maintaining the VA's IBM z/OS and IBM z16 mainframe environment, which supports essential applications such as the Financial Management System and Benefits Delivery Network. The contract, valued at $45,330.39, includes a 12-month base period and four 12-month option periods, with a requirement for 24/7 technical support and compliance with Section 508 accessibility standards. Interested parties can contact Contract Specialist Edward Olivo-Cruz at Edward.Olivo-Cruz@va.gov or by phone at 848-377-5099, with responses due by December 29, 2025, at 12:00 PM Eastern Time.
    J065--**NOTICE OF INTENT TO SOLE SOURCE*** Service Maintenance for ARxIUM Optifill II and FastPak Elite Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a sole-source contract with ARxIUM, Inc. to provide comprehensive service maintenance and technical support for the Optifill II and FastPak Elite 336 equipment located at the Acute Care Clinic on the Tripler Army Medical Center campus in Honolulu, Hawaii. The contract will ensure 24/7 technical support and service maintenance, including preventive maintenance visits, hardware replacement, and remote diagnostics, with a base period of six months starting January 1, 2026, and an option for a six-month extension. This equipment is critical for the efficient operation of the VA Pacific Health Care System, emphasizing the importance of reliable maintenance services. Interested parties can contact Brandy P. Gastinell at Brandy.Gastinell@va.gov for further information regarding this opportunity.
    J065--LivaNova Cardiopulmonary Maintenance Services Intent for Sole Source For Louis Stokes Cleveland VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, intends to negotiate a sole-source, Firm-Fixed Price Contract with LivaNova USA, Inc. for cardiopulmonary maintenance services at the Louis Stokes Cleveland VA Medical Center. This procurement is based on the belief that LivaNova USA, Inc. is uniquely qualified to fulfill the requirements outlined, which are critical for maintaining essential medical equipment used in veteran healthcare. Interested contractors may submit capability statements or quotations by January 5, 2026, at 10:00 AM Eastern Time to the Contracting Officer, Sara Wood, via email at sara.wood1@va.gov; however, the government will not reimburse any costs incurred in responding to this notice.
    DA01--State Prescription Drug Monitoring Program (PDMP) Integration Solution and Support Services - New Task Order (VA-26-00013141)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide integration solutions and sustainment support services for its State Prescription Drug Monitoring Program (PDMP) under task order VA-26-00013141. The procurement aims to maintain and enhance the existing PDMP solution, which connects VA healthcare providers to a national network of state-based PDMPs, facilitating the querying of controlled substance prescriptions. This initiative is crucial for improving patient safety and ensuring compliance with the MISSION Act Section 134. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) certified by the SBA's VetCert program, must submit their responses by January 5, 2026, at 10 AM EST, detailing their technical capabilities and experience, with a focus on the requirements outlined in the attached Request for Information documents. For further inquiries, contact Contract Specialist Edward Olivo-Cruz at Edward.Olivo-Cruz@va.gov or 848-377-5099.
    J065--Intellispace Essential Software Maintenance Agreement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 10, intends to award a sole-source contract to Philips North America LLC for an IntelliSpace Essential Software Maintenance Agreement. This procurement is justified under Simplified Acquisition Procedures and FAR 6.302-1, indicating that only Philips can fulfill the agency's specific requirements for electronic and precision equipment repair and maintenance. The software maintenance agreement is crucial for ensuring the operational efficiency and reliability of medical equipment used by the agency. Interested parties who believe they can meet the requirements must submit a capability statement to Chad Kemper at chad.kemper@va.gov by 2 PM EST on December 26, 2025, as this is not a solicitation for offers.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Affairs Medical Center, is seeking proposals for the procurement of a new Cardiovascular Radiographic/Fluoroscopic (R/F) System to replace outdated equipment in its catheterization lab. This system is essential for performing various vascular and interventional procedures, requiring advanced imaging capabilities, including specific gantry dimensions, rotation ranges, and integration with existing VA imaging systems. The procurement emphasizes the importance of enhanced patient care and operational efficiency, with a focus on security and connectivity requirements, including DICOM compliance and encrypted hard drives. Interested vendors should contact Teresa Rogofsky at teresa.rogofsky@va.gov for further details, with proposals due by the specified deadline.