Validation Lifecycle Management System (VLMS) with Maintenance, Technical Services and Support
ID: HT9425-25-RFI-LBA02Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Custom Computer Programming Services (541511)
Timeline
    Description

    The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking proposals for a Validation Lifecycle Management System (VLMS) to enhance its validation lifecycle and ensure compliance with FDA regulations. The desired system is a Software as a Service (SaaS) solution that will streamline fragmented validation processes, improve regulatory audits, and include features such as role-based access control and a secure document repository. Interested vendors must submit a Capability Statement by October 18, 2024, detailing their qualifications, while adhering to confidentiality guidelines. For further inquiries, potential respondents can contact Lindsey Arthur at lindsey.b.arthur2.civ@health.mil or Justin Pickett at justin.h.pickett.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Army Medical Research and Development Command (USAMRDC) has issued a Request for Information (RFI) seeking proposals for a Validation Lifecycle Management System (VLMS) to enhance its validation lifecycle and ensure FDA compliance. The current validation processes are fragmented, relying on various applications and manual workflows. The preferred system is a Software as a Service (SaaS) solution that enables electronic management and improves regulatory audits. Key requirements include comprehensive software features to cover FDA validation processes, role-based access control, a secure central document repository, and the ability to raise alerts for overdue tasks. The vendor must provide professional setup, training, and ongoing software maintenance, including major and minor updates. Additionally, the system must adhere to FDA 21 CFR Part 11 regulations and pass the Defense Health Agency's NIST compliance requirements. Interested parties are encouraged to submit a Capability Statement by October 18, 2024, outlining their qualifications and complying with specific format guidelines. This RFI serves to gather market knowledge and does not constitute a formal solicitation. Confidentiality is emphasized, prohibiting the inclusion of sensitive information in responses. The underlying aim is to procure a cohesive solution to streamline validation operations within the USAMRDC.
    Similar Opportunities
    VA Enterprise Learning Management Solution (ELMS)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the development of an Enterprise Learning Management Solution (ELMS) through Request for Proposal (RFP) number 36C10B24R0004. The objective of this procurement is to modernize the VA's learning systems, which includes software licensing, maintenance, technical support, and various deliverables such as program management and system design. This initiative is crucial for enhancing training and development services for veterans, ensuring compliance with federal regulations throughout the project lifecycle. Interested contractors should submit their proposals by October 22, 2024, at 11:00 a.m. EDT, and may contact Kawana Tyler-Simms at kawana.tyler-simms@va.gov or Patrick Hamilton at Patrick.Hamilton2@va.gov for further information.
    Specimen Container Peel Pack
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking vendors for the Qualified Suppliers Listing (QSL) for Specimen Container Peel Pack products intended for use in Military Treatment Facilities and operational assemblages. Vendors must possess or apply for a Distribution and Pricing Agreement (DAPA) number, maintain active registration with the System for Award Management (SAM), and have agreements with DoD Medical/Surgical Prime Vendors such as Cardinal Health and Owens & Minor. This initiative is crucial for standardizing medical supplies within the Military Health System, ensuring compliance with quality standards and regulations, including the Trade Agreements Act (TAA). Interested vendors should submit their QSL Package Worksheet and supporting documentation by August 1, 2024, and can direct inquiries to Cornelius Brother at cornelius.l.brothers.ctr@health.mil or Moises Soto at moises.soto1.ctr@health.mil.
    DA10--**REQUEST FOR INFORMATION** Pharmacy Web-Based Compounding Documentation System VISN 10 Pharmacy Operations
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the VISN 10 Pharmacy Operations, is seeking information regarding a comprehensive web-based compounding documentation system to enhance their pharmacy services. This Request for Information (RFI) aims to identify potential vendors capable of providing a system that meets regulatory standards for compounded sterile preparations, ensuring compliance with guidelines from the United States Pharmacopeia (USP) and other regulatory bodies. The system is intended to support documentation, training, and reporting requirements essential for patient safety and risk mitigation in both sterile and non-sterile compounding environments. Interested parties are encouraged to submit their responses by 1:30 PM EST on October 31, 2024, to Teri Miller at Teri.Miller@VA.gov and Josh Kovar at Joshua.Kovar@VA.gov, ensuring to include their business size and socio-economic categories in their capabilities statement.
    Maintenance Support Device-Version 4 Rugged and Light (MSD-V4R and MSD-V4L) System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking proposals for the acquisition of Maintenance Support Device-Version 4 Rugged and Light (MSD-V4R and MSD-V4L) Systems. This procurement aims to fulfill a requirement from the Office of the Product Director Test Measurement and Diagnostic Equipment, providing modular, soldier-portable automatic test equipment essential for maintenance personnel to enhance system testing capabilities. The contract will be structured as a single award Indefinite Delivery/Indefinite Quantity (ID/IQ) with a minimum guarantee of 40 First Article Test Units over five years, with a formal solicitation anticipated to be issued around August 20, 2024. Interested parties should direct inquiries to Contracting Officer Donna Gill-Cadogan at donna.v.gill-cadogan.civ@army.mil or Contract Specialist David S. Gordon at david.s.gordon26.civ@army.mil, and note that the proposal submission deadline has been extended to November 11, 2024.
    Vaginal Specula Disposable
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is preparing to establish a Qualified Suppliers Listing (QSL) for Disposable Vaginal Specula. This initiative aims to solicit information and products for evaluation, focusing on single-use, sterile and non-sterile Pederson style vaginal specula in various sizes, which will be utilized in outpatient OB/GYN, emergency department, or urgent care settings, excluding surgical procedures. Interested vendors must have or be in the process of obtaining a Distribution and Pricing Agreement (DAPA) and ensure compliance with the Trade Agreements Act (TAA), with the QSL Announcement expected to be released on or about February 2, 2025. For further inquiries, vendors can contact Tara J. Perrien, Contracting Officer, at tara.perrien@dla.mil or the MMESO Enterprise Wide Standardization at dha.detrick.med-log.mbx.mmeso@mail.mil.
    Tangible Security ProVisioner (ProV) Subscription
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to procure the Tangible Security ProVisioner (ProV) software through a sole-source contract, as it is the only DoD-approved solution compatible with existing enterprise support systems. This software has been utilized by DLA for approximately 15 years and is critical for supporting the agency's Information Technology operations and integration with mission partners. The contract period is set from December 19, 2024, to December 18, 2025, with proposals due by October 29, 2024, at 1 PM EST. Interested vendors can contact Josh Stolle at Josh.Stolle@dla.mil or by phone at 215-737-8600 for further details.
    Dimethyl Fumarate DR Presolicitation
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to issue a solicitation for a national requirements contract for Dimethyl Fumarate DR capsules, specifically 120MG capsules in 14 count bottles and 240MG capsules in 60 count bottles. This procurement aims to establish a reliable national supply source for these pharmaceutical products, which are essential for Department of Defense (DoD) customers through the DLA prime vendor program. The contract will be a firm-fixed price, requirements type contract with a one-year base period and four one-year options, emphasizing compliance with federal regulations and efficient distribution of pharmaceuticals for military healthcare. Interested parties should contact Kevin Rafferty at kevin.rafferty@dla.mil or 215-737-0907 for further inquiries, and the projected solicitation date is February 2021, with an amendment extending the offer submission deadline to October 14, 2021, at 3:00 PM EST.
    DA10--WMC Application Management System Re-Compete - Shelko/Rhodes (VA-24-00059799)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a contractor for the re-competition of the Application Management System (AMS) to support its Workforce Management and Consulting (WMC) and Scholarship & Clinical Education (S&CE) Program. The AMS will enhance operational efficiency and transparency for approximately 8,000 scholarship applicants annually, requiring a FedRAMP-certified Software as a Service (SaaS) solution that automates application workflows and ensures data privacy. This initiative is crucial for improving the management of scholarship and waiver applications while adhering to federal standards for security and compliance. Interested contractors should contact Ronald W. Shelko at ronald.shelko@va.gov, with the contract valued at approximately $34 million over a five-year period, starting December 5, 2024, with options for renewal based on performance.
    J065--Equipment - PM&R Clinical - Pyxis | Carefusion | 595-25-1-082-0001
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract to Carefusion Solutions LLC for preventive maintenance services on CareFusion Pyxis automated medication dispensing equipment at the Lebanon VA Medical Center. The contract will cover a base period of one year, from November 1, 2024, to October 31, 2025, with the option to extend for four additional one-year periods through October 31, 2029. This maintenance is crucial for ensuring the equipment operates according to manufacturer standards, with responsibilities including scheduled maintenance, emergency repairs, and timely reporting to Biomedical Engineering. Interested vendors must submit capability statements by October 22, 2024, to the Contract Specialist, Haley Snyder, at haley.snyder@va.gov, with the procurement estimated under NAICS code 513210, which has a standard size of $47 million.
    J065--V20 Radimetrics Support
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the V20 Radimetrics Support services under solicitation number 36C26025Q0011, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The contract aims to provide software and managed services to enhance the VA’s healthcare infrastructure, with a focus on remote support capabilities and compliance with federal regulations. This initiative is crucial for ensuring effective radiological metrics services across multiple locations within the Veterans Integrated Service Network 20 (VISN 20). Interested vendors should submit their proposals by October 18, 2024, at 1:00 PM Mountain Time, with an estimated contract value of $34 million and a performance period starting December 6, 2024. For inquiries, contact Contract Specialist Nazanin Kreiner at nazanin.kreiner@va.gov or (208) 429-2033.