Enformion Web Seat License
ID: 36C10B25Q0152Type: Solicitation
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

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

    The Department of Veterans Affairs is seeking a sole-source procurement for an Enformion Web Seat License, aimed at enhancing the Philadelphia VA Insurance Center's ability to access public records for Veterans' benefits. This procurement involves a firm-fixed-price contract for 90 software licenses over an initial 12-month period, with the potential for four optional extensions, totaling an estimated value of $47 million. The Enformion tool is critical for processing insurance claims efficiently, as personnel are already trained on its use, making transition to alternative solutions costly and inefficient. Interested parties can contact John Sangalang at john.sangalang@va.gov or 848-377-5115 for further details regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking a sole source procurement for 90 annual software licenses for the Enformion Public Records Database, at an estimated total cost of $136,759.37. This action, specified under FAR 13.106-1(b)(1), is justified due to the urgent need for the software in processing insurance claims for veterans and their beneficiaries. The Enformion tool is integral to the VA’s operations, with personnel already trained on its use, rendering transition to another product costly and inefficient. Market research indicated potential competitors, such as Thomas Reuters and Lexis Nexis, but their offerings were significantly more expensive (100-200% higher) than the Enformion solution. The VA must maintain continuity in operations to avoid processing delays that could adversely affect veterans awaiting benefits. Efforts will continue to ascertain market changes that could allow future competitions. The documentation certifies that all data is accurate and acknowledges the expected price for this acquisition is fair based on historical data and government estimates.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) for a Public Records Database SaaS License Subscription. The VA seeks a sole-source contract for Enformion’s enterprise license, which provides tools for employees to access and search public records relevant to Veterans and potential beneficiaries of VA Insurance benefits. The proposed solution includes a firm-fixed-price contract for a 12-month initial period, with four optional extension periods, totaling 90 licenses per year. Key requirements emphasize compliance with federal accessibility laws (Section 508), energy efficiency standards, and information security protocols, ensuring that all systems align with Federal Information Security Management Act (FISMA) guidelines. The contractor must facilitate a thorough vetting process, including security assessments and regular compliance testing. The document's detailed structure specifies product requirements, compliance with ICT standards, software licensing, and responsibilities relating to security incidents. It highlights the VA's commitment to safeguarding sensitive information and ensuring ethical use of personal data as mandated by federal laws. This RFP exemplifies the VA’s strategic efforts to enhance its operational capabilities while prioritizing legal compliance and data protection.
    The document outlines a Request for Quotation (RFQ) by the Department of Veterans Affairs for an Enformion Web Seat License, a software solution intended to enhance the Philadelphia VA Insurance Center’s capacity to access public records for Veterans' benefits. This procurement action is classified as a small business sole source, with a total estimated value of $47 million, and is aimed at fulfilling specific requirements over a 12-month base period, with the potential for multiple option years extending up to five years. Key elements include stipulations for software delivery, detailed descriptions of product specifications, compliance with federal acquisition regulations, and requirements for adherence to Section 508 standards for accessibility. The contractor must ensure data security, including compliance with FISMA and reporting of any security incidents. Furthermore, the document emphasizes the importance of maintaining confidentiality and secure handling of sensitive information, detailing both responsibilities and consequences associated with data breaches. This RFQ exemplifies the federal government's commitment to procuring reliable technology solutions while ensuring legal and regulatory compliance.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    DA10--HI-IQ Subscription Renewal
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Conexsys LLC for the renewal of the HI-IQ IRIS software subscription, which is critical for the Interventional Radiology Department at the Philadelphia VA Medical Center. This Firm-Fixed-Price contract will encompass a base year and four optional years, ensuring the continuity of essential software and support services necessary for patient care, inventory management, and quality assurance reporting. The HI-IQ software is uniquely tailored to meet the facility's needs, providing capabilities such as tracking procedure volumes, monitoring radiation dosages, and generating reports. Interested vendors are invited to confirm their ability to meet these requirements by submitting relevant company information to Contract Specialist Jefferson Mann at jefferson.mann@va.gov by March 10, 2025.
    7A21--HI-IQ Patient Tracking Software (VA-25-00037253)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to ConexSys, LLC for the renewal of the HI-IQ Patient Tracking Software subscription, identified by solicitation number 36C25725Q0348. This contract will feature a firm-fixed pricing structure for the base year from May 8, 2025, to April 30, 2026, with the option to extend for four additional years, concluding on April 30, 2030. The HI-IQ Patient Tracking Software is crucial for the VA's operations, and ConexSys, LLC is the sole authorized provider capable of meeting the specific requirements. Interested parties are encouraged to submit capability statements within seven days of publication; if no responses are received, the contract will be awarded to ConexSys without further notice. For inquiries, contact Mariangie Rios Vazquez at mariangie.riosvazquez@va.gov or call 210-996-8816.
    DA10--TrackCore Software License and Maintenance Service
    Buyer not available
    The Department of Veterans Affairs is issuing a Special Notice for a sole source contract for TrackCore Software License and Maintenance Services at the Hudson Valley Healthcare System. The selected contractor, LPIT Solutions, Inc., will be responsible for maintaining the TrackCore Implant tracking system, which is crucial for ensuring accurate tracking of implants and supply items, including detailed records on manufacturer information, expiration dates, and lot numbers. This procurement is vital for the effective management of medical supplies and implants within the healthcare system, ensuring compliance and operational efficiency. Interested parties must respond within 15 days of publication, providing their business information and technical expertise, as no funds have been allocated for this contract yet, and there are no anticipated subcontracting opportunities. For further inquiries, contact Michelle Harsch at Michelle.Harsch@va.gov or call 716-862-7373.
    DA01--VoiceOver Pro Maint - MPLS
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 23, intends to award a sole source contract to Voicebrook, Inc. for maintenance services of the VoiceOver Pro system. This procurement is necessitated by the proprietary nature of the equipment, which is exclusively supplied by the Original Equipment Manufacturer, thereby limiting third-party installations. The contract, identified by solicitation number 36C26325Q0518, is not open for competitive bidding; however, interested vendors may submit capability statements within ten days of the notice, with the agency retaining the right to reconsider the competitive nature of the procurement based on the responses received. Responses are due by March 14, 2025, at 1:00 PM Central Time, and inquiries can be directed to Contract Specialist Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079.
    7A21--Theradoc software See attached/within for details
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information from potential vendors for the procurement of TheraDoc software to support the Michael E. DeBakey VA Medical Center. This software package is designed to assist with pharmacy and infection control, and it requires ongoing support and maintenance. The VA aims to gather insights on vendor capabilities, including manufacturing origin, business size classification, and compliance with the Non-Manufacturer Rule, to inform its procurement strategy. Interested parties must submit their responses by March 17, 2025, at 16:00 Central Time, to Contracting Officer Steven A. Berkeley at Steven.berkeley@va.gov. This opportunity is part of the VA's efforts to enhance services for veterans and is not a solicitation for bids or proposals.
    J065--BASE 4OY LICENSE & SUPPORT SENSITRAC & INSTRUMENTRAC
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified suppliers to provide a licensing subscription and support services for the Censitrac and Instrumentrac software systems, which are utilized for surgical asset management across eight VA healthcare facilities in California, Arizona, and New Mexico. This opportunity includes a base year and four option years, with the VA aiming to gather information on potential vendors' capabilities, pricing, and business classifications under NAICS code 513210. The procurement is part of the VA's planning process to ensure effective asset management in healthcare settings, and interested parties must submit their responses by March 19, 2025, via email to the Contracting Officer, Anette Doan, at Anette.Doan@va.gov or by phone at 562-766-2200. This request for information does not constitute a formal solicitation for a contract.
    DH01--VISN22 Data Innovations Instrument Manager Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the DH01--VISN22 Data Innovations Instrument Manager Service, aimed at providing maintenance, service, and support for Data Innovations Instrument Manager Licenses across the Veterans Integrated Services Network (VISN) 22. This procurement involves a Blanket Purchase Agreement (BPA) with a five-year base period, ensuring the operational support of critical data management tools that connect lab instruments to the electronic health record system (VistA), which is vital for efficient healthcare delivery within the VA system. Interested vendors must comply with technical specifications and submit detailed pricing by March 14, 2025, at 1:00 PM Pacific Time, with the evaluation based on the lowest acceptable price that meets all requirements. For further inquiries, vendors can contact Contract Specialist Samuel Han at Samuel.Han@va.gov or by phone at 562-766-2314.
    VA-25-00053651 PAR Excellence Procurement
    Buyer not available
    The Department of Veterans Affairs is seeking responses to a Sources Sought notice for the PAR Excellence Procurement, aimed at identifying potential vendors capable of providing support for the Weight-Based Inventory Management System (WBIMS) at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. The procurement involves annual support services, including hardware and software maintenance, with a performance period from April 2025 to April 2026, and the possibility of four optional extensions. This initiative is part of the VA's commitment to enhancing healthcare operations for veterans, emphasizing the importance of compliance with federal security and technical standards. Interested parties, particularly service-disabled and veteran-owned businesses, are encouraged to submit their capability packages by March 18, 2025, to Marcela Clark at Marcela.Clark2@va.gov or Juan C. Perez at juan.perez5@va.gov, noting that all submissions will become government property and no feedback will be provided.
    W075--Pitney Bowes Metered Mail Lease - Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs is planning to issue a sole source contract for the lease of Pitney Bowes metered mail equipment and associated cloud-based services. This procurement is specifically tailored to meet the unique requirements of the Clement J Zablocki VA Medical Center, which can only be fulfilled by Pitney Bowes, as justified under FAR 8.405-6(b). The contract will be structured as a firm fixed price agreement, covering a base year with four optional renewal years, and aims to ensure the availability of brand-name mailroom equipment and necessary FedRamp services. Interested parties may direct inquiries to the Contracting Officer, Erica Grimslid, at Erica.Grimslid@va.gov or by phone at 414-844-4800, although this notice does not constitute a solicitation for competitive proposals.
    6525--642-25-2-316-0058 | PeriMed PeriFlux 6000 | NCO 4 Commodities 2 (VA-25-00012682)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking expressions of interest from qualified vendors to provide a Perimed PeriFlux 6000 Combined System for the Philadelphia VA Medical Center. This procurement includes not only the equipment but also necessary training and installation services, emphasizing the VA's commitment to enhancing medical capabilities for veterans. Interested vendors must be registered in the System for Award Management (SAM) and, if applicable, verified as service-disabled veteran-owned small businesses (SDVOSB) or veteran-owned small businesses (VOSB) through the SBA VetCert Registry. Responses to the Sources Sought Notice, numbered 36C24425Q0454, are due by March 12, 2025, and inquiries should be directed to Contract Specialist Nathan Lohr at nathan.lohr@va.gov or by phone at 412-628-3595.