Nuance PowerScribe Service Support
Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to award a sole source contract for service maintenance and support of the Nuance PowerScribe system, specifically to V3Gate, LLC, under the authority of FAR 6.302-1. This procurement is essential for maintaining the proprietary equipment critical for radiology operations across Veterans Integrated Service Networks (VISN) 15 facilities, which includes software updates and ongoing training services. The contract, justified under VAAR 819.7008 for service-disabled veteran-owned small businesses, emphasizes the VA's commitment to ensuring the continuity of vital services while exploring future competitive opportunities. Interested parties may express their interest by submitting a capabilities statement to Betty Flores at veronica.flores@va.gov by March 19, 2025, at 11:00 AM Central Time, as no competitive solicitation will be issued.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Sole Source Justification by the Department of Veterans Affairs (VA) for a firm-fixed-price contract to provide maintenance and training services for the Nuance PowerScribe installed across Veterans Integrated Service Networks (VISN) 15 facilities. The acquisition, identified as 36C255-25-AP-0464, is justified under VAAR 819.7008, which permits non-competitive awards to service-disabled veteran-owned small businesses (SDVOSB) or veteran-owned small businesses (VOSB). The selected contractor, V3Gate, LLC, is uniquely qualified, holding OEM authorization to perform essential maintenance on proprietary equipment critical for radiology operations, including software updates and ongoing training. Despite the lack of competitive proposals due to the specialized nature of the equipment, a notice will be publicized on SAM.gov to solicit any potential interest. The contracting officer (CO) will ensure the anticipated costs are fair and reasonable using appropriate pricing methods. The justification emphasizes the importance of this contract for maintaining essential services for the VA while also noting their commitment to exploring future competitive opportunities as new market entrants arise. This summary encapsulates the plan to ensure compliance with federal acquisition regulations while supporting veteran service delivery needs.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    J065--Canon CT Scanner Service Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Canon Medical Systems Inc. for maintenance services on government-owned Canon CT scanners. This procurement is necessitated by the proprietary nature of the required services, as only Canon can provide the essential maintenance using their exclusive software and parts, ensuring compliance with maintenance requirements. The importance of this contract lies in the critical role that properly maintained CT scanning equipment plays in delivering quality healthcare services to veterans. Interested vendors may submit capability statements within ten days of this notice, and for further inquiries, they can contact Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581.
    6515--TeraRecon Intuition Titanium Suite Software License
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a Sole Source contract to TeraRecon for the procurement of three Intuition Titanium Suite Software Licenses, which include Premier Success support. This specialized software is essential for surgical applications in the Operating Room and Surgical Clinic, as it facilitates the processing and manipulation of cross-sectional imaging (CT scans) to assist in operative planning, particularly for major vascular surgeries. The contract will also encompass maintenance for an additional hardware component, and no competitive quotes will be solicited due to the determination that only TeraRecon can fulfill the agency's requirements under FAR 6.302-1. Interested contractors must demonstrate their qualifications and authorization from TeraRecon, and they are encouraged to express their interest by contacting Contract Specialist Kolbi Barton at kolbi.barton@va.gov or 501-257-5619.
    J065--Muse and CardioDay Support Service Sole Source Notice
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a Sole Source contract to GE Precision Healthcare, LLC for comprehensive maintenance and repair services for GE Health Care equipment at the West Texas VA Health Care System. The contract will cover hardware and software support, software upgrades, and annual preventive maintenance for the CASE, MUSE NX, and CardioDay systems, which are critical for providing quality healthcare services to veterans. The procurement will utilize Simplified Acquisition Procedures due to the specialized nature of the services required, with a performance period of one base year starting May 6, 2025, and four option years. Interested parties must submit their responses to Contract Specialist Anitra Carter via email by 10:00 AM Central Standard Time on March 14, 2025, to demonstrate their capability to meet the government's needs.
    DA10--Brand Name or Equal requirement for Vaultara Licensing and Support for Veterans Integrated Service Network 20
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for Vaultara licensing and support services through solicitation number 36C26025Q0314, specifically for Veterans Integrated Service Network (VISN) 20. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to enhance the VA's technological capabilities by acquiring software licenses, ongoing maintenance, troubleshooting support, and user training for Vaultara's cloud-based imaging and medical data sharing applications. The contract period is for one year, from September 30, 2025, to September 29, 2026, with a total award amount of $47 million. Interested vendors must submit their offers via email to Contracting Officer Jennifer Robles by 3 PM Mountain Time on March 26, 2025, ensuring compliance with federal regulations and VA invoicing procedures.
    J065 - Notice of Intent to Sole Source, Scriptpro Services and Support
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for technical and maintenance support services to ScriptPro USA, Inc., specializing in surgical and medical instrument manufacturing. The procurement aims to secure comprehensive maintenance and support for ScriptPro medication dispensing systems at the Southern Nevada Health Care Services, ensuring that the systems are maintained according to OEM specifications and that certified technicians provide the necessary services. This contract is critical for the operational success of the VA's healthcare services, as it guarantees the efficient and safe functioning of essential medical dispensing technology for veterans. Interested parties can direct inquiries to Gary Christensen at gary.christensen@va.gov or by phone at 650-493-5000 x65825, with the contract period set from February 1, 2025, to January 31, 2026, and options for three additional years.
    6515--Des Moines VAMC Ultrasound Bronchoscope Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Olympus America Inc. for the provision of Ultrasound Bronchoscopes, as outlined in their Special Notice. This procurement is justified under FAR 8.405-6(a)(1)(B), indicating that only one responsible source can meet the agency's specific requirements for these medical devices. Ultrasound bronchoscopes are critical for various medical procedures within the VA healthcare system, ensuring that veterans receive the necessary diagnostic and therapeutic services. Interested parties are invited to submit their capabilities statements by March 17, 2025, to Contracting Officer Jeffrey Brown at Jeffrey.Brown8@va.gov, as this announcement does not solicit competitive bids and no further solicitation will be issued.
    DA10--Medicom Imagex Service Contract *BRAND NAME ONLY*
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a Medicom Imagex Service Contract aimed at enhancing the electronic exchange of radiology imaging exams and reports for veterans seeking diagnostic services outside the VA, particularly under the Mission Act. The contract will focus on automating the transfer of medical images to reduce delays caused by physical media like CD-ROMs, while ensuring integration with existing VA technologies to facilitate bi-directional data exchange with community healthcare providers. This initiative is critical for improving the continuity of care for veterans and minimizing operational bottlenecks in accessing diagnostic imaging. Interested parties, especially service-disabled veteran-owned and small businesses, are encouraged to respond to this Sources Sought Notice for market research purposes, with further details available from Contracting Specialist Matt Lee at matthew.lee5@va.gov or 210-939-9281.
    J065--FY25-MiPacs System PM
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a Special Notice for a Sole Source Contract for the MiPACS System PM, specifically targeting maintenance services for the MiPACS system at the South Texas Health Care Systems. This five-year contract, which includes one base year and four option years, requires the contractor to provide comprehensive software and hardware support, emergency response, and 24/7 customer service, while adhering to standards set by JCAHO and OSHA. The contract emphasizes the importance of maintaining operational readiness, with service technicians expected to respond promptly to service requests, and prohibits the use of subcontractors for repairs. Interested parties may contact Contracting Officer Rafael Rodriguez at Rafael.Rodriguez2@va.gov or by phone at 787-781-8700 for inquiries, although no competitive quotes will be solicited.
    J065--Notice of Intent to Award Sole Source Preventative Maintenance Services for PLETHYSMOGRAPHS
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to MGC Diagnostics Corporation for preventative maintenance services of plethysmographs at the VA Northern California Health Care System. The contract encompasses comprehensive maintenance and support for four whole-body plethysmographs and one Breeze Connect multi-user interface, ensuring compliance with regulatory standards and the provision of timely maintenance, including routine inspections and emergency services. This procurement is critical for maintaining high-quality healthcare services through effective management of medical equipment, reflecting the VA's commitment to patient care. Interested parties must submit their capability statements by March 15, 2025, and ensure current registration in the System for Award Management (SAM); for further inquiries, contact Contract Specialist Parmpreet Pannu at parmpreet.pannu@va.gov or call 559-225-6100.