DA10--Synchronicity Picture Archiving Communications System (PACS)
ID: 36C24425Q0539Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 4:00 PM UTC
Description

The Department of Veterans Affairs intends to award a sole source contract to Fujifilm Healthcare Americas Corporation for the implementation of the Sonosite Synchronicity Workflow Manager at the Pittsburgh VA Medical Center. This contract, which will span one year with the option for four additional years, aims to provide software updates, support, and facilitate the transfer of data from a previous system, ensuring efficient management of ultrasound exams. The Synchronicity Workflow Manager is crucial for enhancing patient care through improved data entry, reporting, storage, and quality assurance processes. Interested vendors may submit their capabilities to demonstrate compliance with the requirements by April 8, 2025, with responses directed to Contract Specialist Jefferson Mann at jefferson.mann@va.gov.

Point(s) of Contact
Jefferson MannContract Specialist
(717) 202-5456
jefferson.mann@va.gov
Files
Title
Posted
Apr 1, 2025, 4:05 PM UTC
The Department of Veterans Affairs intends to award a sole source contract to Fujifilm Healthcare Americas Corporation for the implementation of the Sonosite Synchronicity Workflow Manager at the Pittsburgh VA Medical Center. This contract, which will span one year with the possibility of four additional option years, aims to facilitate software updates, support, and the transfer of data from a previous system. The Synchronicity Workflow Manager is essential for managing ultrasound exams, enabling efficient data entry, reporting, storage, and quality assurance. Prospective vendors may submit capabilities to demonstrate their ability to meet requirements, as the notice is not a request for competitive proposals. Specific details requested from interested parties include company information, SAM number, and relevant experience. The contractor will be responsible for training VA staff and ensuring seamless integration of the software, with an anticipated go-live period of 60 days from the contract's effective date. Strict confidentiality and security measures are mandated throughout the project, aligning with VA protocols. Ultimately, this effort illustrates the VA's commitment to improving healthcare services through advanced technology solutions.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
6525--Intent to award a sole source to Medical Positioning, Inc. for their Versa Premier Table Positioner.
Buyer not available
The Department of Veterans Affairs intends to award a sole source contract to Medical Positioning, Inc. for the provision of their Versa Premier Table Positioner, which is essential for optimal patient positioning during ultrasound procedures at the James J. Peters VA Medical Center in Bronx, NY. The contract will encompass all necessary resources, on-site training, and a twelve-month warranty support for the UltraScan Versa Premier Table, highlighting the specialized nature of the equipment required. This procurement is being conducted under FAR 13.106-1(b)(1)(ii), allowing for solicitation from a single source due to the specific needs of the VA's ultrasound clinic. Interested parties may express their interest and capability to meet these requirements by submitting detailed information, including pricing and technical specifications, to the designated contracting officer, Jonatan Rondon, at jonatan.rondon@va.gov, by 16:00 hours EST on April 30, 2025.
VISN 7 GE MUSE Service Agreement
Buyer not available
The Department of Veterans Affairs (VA) is planning to award a sole source contract for the GE MUSE Service Agreement, which will provide software maintenance, technical support, and upgrades for the MUSE NX cardiology information management solution utilized in VISN 7 facilities across Alabama and South Carolina. This procurement is essential for ensuring reliable access to critical healthcare software support and is justified under 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b) for single-source solicitation. Interested parties are invited to demonstrate their capabilities by April 28, 2025, with the anticipated contract award date set for May 15, 2025. For further inquiries, potential contractors can contact Amanda Luckie at amanda.luckie@va.gov or Thomas Nicholls at thomas.nicholls@va.gov.
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
BK5000 Maintenance
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to BK Medical for maintenance services of the BK5000 urology ultrasound at the Atlanta VA Medical Center. This contract, which is based on the authority of 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b)(2), will be a firm fixed price with a base period plus four option years, emphasizing the proprietary nature of the ultrasound's hardware and software that necessitates support exclusively from the manufacturer. Interested parties may submit documentation demonstrating their qualifications by April 30, 2025, although this notice does not solicit competitive proposals; responses must be directed to Contract Specialist Monica Reed via email at Monica.Reed@va.gov. The anticipated award date for this contract is May 3, 2025, and registration in the System for Award Management (SAM) along with a current authorized distributor letter from the manufacturer are prerequisites for eligibility.
6515--portable ultrasound-imaging machine
Buyer not available
The Department of Veterans Affairs is seeking information from potential suppliers regarding a portable ultrasound-imaging machine intended to enhance services within the VA San Diego Healthcare System. The procurement aims to gather insights on vendors' capabilities to meet specific requirements, including system dimensions, operational features, warranty provisions, and compliance with data security standards such as HIPAA. This initiative reflects the VA's commitment to acquiring quality medical equipment that adheres to regulatory standards, ultimately improving healthcare services for veterans. Interested vendors should submit their responses, detailing their qualifications and product information, by May 1, 2025, to the Contracting Officer, Debby Abraham, at debby.abraham@va.gov or by phone at 562-766-2234.
INTENT TO SOLE SOURCE | New Philips Dynacad Uronav Service | WASHINGTON DC VA MEDICAL CENTER | BASE PLUS FOUR OPTION YEARS | 05/15/2025 to 05/14/2026 UCD 05/14/2030
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding an intent to sole source a contract for maintenance and support of the Philips UroNav Fusion Biopsy and DynaCAD 5 systems at the Washington DC VA Medical Center. The contract will cover a base year from May 15, 2025, to May 14, 2026, with options for four additional years, requiring the contractor to provide all necessary labor, equipment, and materials for both preventive and corrective maintenance, ensuring an equipment uptime of 98%. This specialized support is crucial for maintaining the operational integrity of critical medical equipment used in the VA healthcare system, which adheres to strict compliance and quality standards. Interested vendors should contact Amy Walter at Amy.Walter1@va.gov for further details, as this announcement serves as a market research tool and does not obligate the government to award a contract.
Brand Name Only - AccuVein AV500
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking input from vendors for the procurement of eleven AccuVein AV500 units for the Geriatrics Extended Care - Home Based Primary Care Division at the VA Pittsburgh Healthcare System. This requirement emphasizes the need for brand-name products, highlighting the importance of the AccuVein AV500 in enhancing patient care through improved venous access visualization. Interested vendors must be registered in the System for Award Management (SAM) database and comply with eligibility criteria for service-disabled and veteran-owned small businesses, with responses due by April 30, 2025. For inquiries and submissions, interested parties should contact Keri Hester via email, as phone calls are not accepted.
6515--Olympus Scopes/Arietta
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 6, intends to award a sole-source contract to Olympus America Inc. for the procurement of Olympus Scopes and Arietta systems, which are essential medical instruments requested by the Richmond Veterans Affairs Medical Center. This procurement is justified under FAR Part 8.405-6(a)(1)(B) due to the specialized nature of the products, which are only available from a single source, ensuring that the specific needs of veteran healthcare services are met without unacceptable delays or additional costs. The contract is set to be effective on April 30, 2025, and interested parties may submit capability statements to the Contract Specialist, NaTasha Hawkins, at natasha.hawkins@va.gov within three calendar days of this notice, as this announcement does not constitute a request for competitive quotes.
6515--A/B Ophthalmic Ultrasound Scanner
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of two A/B Ophthalmic Ultrasound Scanners for the Orlando VA Healthcare System. The procurement aims to enhance ophthalmic diagnostic capabilities by providing advanced ultrasound systems that deliver high-quality imaging and precise measurements, along with necessary training for healthcare staff and compliance with federal regulations. This contract is set aside for small businesses, particularly those certified as Service-Disabled Veteran-Owned, with a performance period commencing upon award and requiring installation within 90 days. Interested vendors must submit their proposals via email by May 9, 2025, and direct any questions to Contract Specialist Shawn Autrey at shawn.autrey@va.gov or Contracting Officer Susan M. Rodriguez-Perez at susan.rodriguez-perez@va.gov.
36C26225Q0783 ULTRASOUND PROBE CART
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the procurement of ultrasound probe carts under solicitation number 36C26225Q0783. This opportunity specifically seeks brand name or equal products, including the Venue Go R4 Focus Package and associated ultrasound probes, ensuring compliance with detailed technical specifications for operational use. The procurement is crucial for enhancing the VA's healthcare capabilities, emphasizing the importance of high-quality medical equipment in patient care. Interested small businesses, including service-disabled veteran-owned and women-owned entities, must submit their proposals electronically by April 29, 2025, at 4 PM PDT, and can direct inquiries to Debby Abraham at debby.abraham@va.gov or by phone at 562-766-2234.