DB10--INTENT TO SOLE SOURCE Document Storage Systems, INC. DSS Inpatient VISTA Interface Software Service - KC VAMC
ID: 36C25525Q0240Type: Special Notice
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - COMPUTE AS A SERVICE: MAINFRAME/SERVERS (DB10)
Timeline
    Description

    The Department of Veterans Affairs is seeking to sole source a contract to Document Storage Systems, INC. for the provision of Inpatient VISTA Interface Software Services at the Kansas City Veterans Affairs Medical Center (KC VAMC). This procurement is aimed at fulfilling specific software service needs that are critical for the agency's operations, allowing for a streamlined interface within their existing systems. The contract falls under service code DB10 and is categorized under NAICS 541519, reflecting the specialized nature of the required services. Interested parties should note that the response deadline is set for March 25, 2025, at 10:00 AM Central Time, and may contact Contracting Officer Maria Espinosa at maria.espinosa@va.gov or by phone at 913-946-9922 for further information.

    Point(s) of Contact
    Espinosa, MariaContracting Officer
    (913) 946-9922
    maria.espinosa@va.gov
    Files
    Title
    Posted
    The document presents a Special Notice regarding the intent to sole source a contract for Document Storage Systems, INC. to provide software services for the Inpatient VISTA Interface at the Kansas City Veterans Affairs Medical Center (KC VAMC). The solicitation number is 36C25525Q0240, with a response deadline set for March 25, 2025, at 10:00 AM Central Time. The contract is routed through the Department of Veterans Affairs Network Contracting Office in Leavenworth, KS, with Maria Espinosa as the contracting officer. This notice signifies that the procurement process may proceed without competitive bidding due to the specific needs of the agency. The contract involves service codes DB10 under NAICS 541519. Interested parties should reference the agency's webpage for additional context on the KC VAMC's operations. Overall, the document outlines essential contracting details while indicating the agency's preference for a specific provider for this interface software service, reflecting the strategic acquisition practices of the federal government.
    Similar Opportunities
    DF10--Omnicell and Oracle Health Integration
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with OmniCell for the integration of its Pharmacy OmniCell IVX system with the Oracle Health Federal Electronic Health Record (EHR) at the Jesse Brown VA Medical Center in Chicago, IL. The contractor will provide essential professional services, including software installation, interface integration, testing, and licensing, ensuring compliance with the existing Interface Control Document (ICD). This procurement is conducted under the authority of 41 U.S.C. 1901, as OmniCell is the only authorized distributor capable of fulfilling the requirements. Interested firms that believe they can meet these specifications must submit their capability statements to Derrick Paquette at derrick.paquette@va.gov by 6:00 AM Central Time on December 18, 2025, although the government retains discretion regarding the competitive procurement process.
    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.
    R616--Notice of Intent to Sole Source Offsite Records Storage Services for VACCHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through its Network Contracting Office 21, intends to negotiate a sole source contract with ACCESS INFORMATION MANAGEMENT CORPORATION for offsite medical records storage services. This contract will cover a base year plus four option years, effective from January 1, 2026, to December 31, 2030, and is justified under FAR 8.405-6(a)(1)(B) due to the unique availability of these services from a single source without unacceptable delay or duplication of costs. The services are critical for the management and storage of medical records in compliance with National Archives and Records Administration (NARA) standards. Interested firms that believe they can meet the requirements are encouraged to express their interest and capabilities to the Contracting Officer, Larry A Facio, via email at Larry.Facio@va.gov within 15 calendar days of this notice.
    DA10--FY26 SERVICE - SPACELABS SUPPORT CONTRACT (1X)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2 (NCO 2), intends to award a sole source contract to Spacelabs Healthcare LLC for software support of the Spacelabs telemetry system, known as the Intesys Clinical Suite (ICS), at the Syracuse VA Medical Center. This contract encompasses 24/7 support, remote diagnostic assistance, annual performance updates, and discounted post-implantation interface support, which are critical for maintaining the functionality and reliability of the telemetry system used in patient care. Interested firms that believe they can meet these requirements may submit written notifications with supporting evidence by December 24, 2025, at 12:00 p.m. EST to Taylor Richter at Taylor.Richter@va.gov. The government reserves the right to proceed with the sole source award if no suitable responses are received.
    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.
    DA10--Bi-Directional Image/Report Exchange
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from qualified vendors for a Bi-Directional Image/Report Exchange System to enhance the Veterans Health Administration's (VHA) imaging capabilities. The procurement aims to establish a national enterprise imaging system that integrates with existing electronic health records (EHRs) and community care referral systems, ensuring secure and efficient management of clinically relevant medical imaging for veterans. This initiative is critical for improving access to medical imaging, facilitating seamless data exchange, and supporting advanced workflows, with stringent requirements for security, accessibility, and system performance. Interested parties must submit their responses by December 18, 2025, with questions due by December 5, 2025. For further inquiries, contact Contract Specialist Laura Startek at Laura.Startek@va.gov or 848-377-5089.
    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.
    J065--BD Carefusion Support | Base 4 OY's Intent to Sole Source
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10 in Cincinnati, Ohio, intends to negotiate a sole source, Firm-Fixed Price Contract with Carefusion for an Alaris Software Service Agreement. This procurement is aimed at supporting the Cincinnati VA Medical Center and is being conducted in accordance with FAR Subpart 13.2. The Alaris Software Service Agreement is crucial for maintaining the operational efficiency of medical equipment used in veteran healthcare services. Interested contractors may submit capabilities statements or quotations by December 24th at 8:00 a.m. Eastern Time to Christopher Council, Contracting Officer, via email at Christopher.Council@va.gov; however, the government will not reimburse any costs incurred in response to this notice.
    VA Direct to Patient supply services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to provide direct delivery supply services for medical and surgical items to Veteran patients through its Consolidated Mail Outpatient Pharmacy (CMOP) program. The contractor must demonstrate at least two years of experience, the capacity to process approximately 14 million prescriptions annually, and the ability to maintain compliance with federal and state regulations while ensuring a 48-hour average turnaround time for prescription fulfillment. This opportunity is critical for ensuring timely access to essential medical supplies for Veterans, with the contract structured to reimburse vendors per filled prescription at government contract prices, plus handling fees. Interested vendors must submit a capabilities statement to the primary contact, Phillip Reuwer, at Phillip.Reuwer@va.gov by January 11, 2026, with any questions directed to the same contact before January 8, 2026.
    KitCheck Service Subscription, Columbia MO VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, is seeking qualified sources for a KitCheck Service Subscription for the Harry S. Truman VAMC located in Columbia, Missouri. This procurement aims to establish a subscription-based service for a Radio-frequency Identification (RFID) Medication Management and Tracking System, transitioning from a traditional tag purchase model to one where equipment is provided at no charge, with fees based on tag utilization. The contractor will be responsible for delivering comprehensive support services, including maintenance, repairs, and technical assistance for the 126-bed facility. Interested parties are encouraged to submit their company information, including NAICS size classification and authorization to resell the service, by December 29, 2025. For further inquiries, contact Tywanna Sparks at tywanna.sparks@va.gov or Teresa Cabanting at teresa.cabanting@va.gov.