Validation Lifecycle Management System (VLMS)
ID: HT9425-25-NOI-LBA02Type: Presolicitation
Overview

Buyer

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

NAICS

Custom Computer Programming Services (541511)

PSC

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

    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for a Validation Lifecycle Management System (VLMS) to ValGenesis, Inc. This procurement aims to streamline validation lifecycle management processes and enhance compliance with FDA regulations, addressing the complexities of current methods that involve multiple applications and manual processes. The VLMS is critical for ensuring efficient audits and regulatory compliance, and ValGenesis is the sole authorized provider of this software, having met necessary compliance evaluations. Interested vendors must provide evidence of their capability to deliver similar services within 15 days of this notification, and inquiries can be directed to Lindsey Arthur or Justin Pickett via their respective emails.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Army Medical Research Acquisition Activity (USAMRAA) intends to award a sole source contract to ValGenesis, Inc. for a Validation Lifecycle Management System (VLMS). This decision stems from the need to streamline validation lifecycle management and enhance FDA compliance, as current methods involve multiple applications and manual processes, complicating audits and regulatory compliance. ValGenesis is identified as the sole authorized provider of this software, having passed necessary compliance evaluations. The Government emphasizes that procuring the VLMS from any other source could jeopardize critical research milestones and would not be cost-effective, thus justifying the sole source selection. Interested vendors must provide evidence of their capability to deliver similar services within 15 days of this notification to be considered for competitive procurement. Questions regarding the contract can be directed to the listed contract specialist.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Health Care Delivery Solutions (MHS GENESIS)- System Integration- Notice of Intent
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Leidos Inc. for the Health Care Delivery Solutions (MHS GENESIS) system integration, focusing on the migration of the electronic health record (EHR) system to a cloud-based solution. This contract aims to ensure the continued support and integration of MHS GENESIS, which serves over 9.6 million beneficiaries and is critical for enhancing health care delivery and operational readiness within the Military Health System. The total estimated value of the contract is approximately $1.131 billion over three years, with a potential extension of nine months, and the government plans to award the contract by July 28, 2025. Interested parties are encouraged to express their capabilities and interest within 14 calendar days of this notice, with inquiries directed to Sonya Edom at sonya.m.edom.civ@health.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.
    Army Vantage, Sole Source, Follow-on, PEO EIS ARDAP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking a contractor for a sole source follow-on contract related to Army Vantage, aimed at providing continued product support. The primary objective is to deliver a tailorable data integration solution that can effectively integrate, analyze, and visualize information from various disparate data sources, ensuring that data is accessible for both the contractor's tools and the Government's third-party platforms. This solution is crucial for enabling operational workflows and applications, as it must handle current, future, and historical datasets while also performing predictive analytics and forecasting. Interested parties can reach out to Babette Murphy at babette.r.murphy.civ@army.mil or Maria Vital-Smith at maria.c.vital-smith.civ@army.mil for further details, as the Government is not soliciting proposals for this opportunity.
    Valsartan
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is planning to issue a national requirements contract for Valsartan, a drug used to treat high blood pressure and heart failure. The contract will include Valsartan tablets in various strengths and quantities. It will be a firm-fixed price, requirements type contract with a one year base and four one year options. The contract aims to establish a national supply source for Department of Defense, Department of Veterans Affairs, Indian Health Service, and Bureau of Prisons customers. The solicitation will be posted on the DLA Bid Board System and beta.SAM.gov, with a projected solicitation date in June 2021. Interested parties should contact Christopher Newman for more information.
    Valsartan
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is planning to issue a national requirements contract for Valsartan, a drug used for treating high blood pressure and heart failure. The contract will include Valsartan tablets in various strengths and quantities. It will be a firm-fixed price, requirements type contract with a one year base and four one year options. The contract aims to establish a national supply source for Department of Defense, Department of Veterans Affairs, Indian Health Service, and Bureau of Prisons customers. Interested parties can contact Catherine Gilbert for more information. The solicitation is projected to be issued in December 2019.
    Q517--Omnicell New Preventative Maintenance Service Package
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) Network Contracting Office 19 intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, INC. for the provision of preventative maintenance and support for the Omnicell Medication Supply Station and System. This contract will include enhancements such as the addition of new software and capabilities, ensuring the operational efficiency of the medication dispensing systems critical to healthcare services. Interested firms may submit written notifications demonstrating their ability to meet the requirements by November 14, 2024, at 10:00 AM Mountain Standard Time, with all responses directed to Contract Specialist David Glanton at david.glanton@va.gov. Contractors must be registered in the System for Award Management (SAM) to be eligible for consideration, and the estimated period of performance for this contract is from February 1, 2025, to January 31, 2028.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole-source contract to the Health Information and Management Systems Society (HIMSS) for an Annual Premier Level Organizational Affiliate Program (PLOAP) membership subscription. This contract aims to enhance DHA's operational and technological capabilities by providing access to a comprehensive online network, professional development resources, and registration for U.S.-based HIMSS events, thereby fostering collaboration in health information technology initiatives. The procurement includes a six-month base period followed by three twelve-month option periods, with interested parties having 15 days to express their interest in competing for the contract. For further inquiries, interested parties can contact Linda M. Walker at linda.m.walker38.civ@health.mil or Destiny Wood at Destiny.r.wood2.civ@health.mil.
    DA10--ONCONAV NURSE NAVIGATION SOFTWARE LICENSE & SUPPORT
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Onco, Inc. for the OncoNav Nurse Navigation Software License & Support Services, specifically for the Southeast Louisiana Veterans Healthcare System located in New Orleans, Louisiana. This procurement is essential for providing specialized software and support services that are critical to the agency's operations, as Onco, Inc. is the sole provider of the OncoNav Patient Navigation Software and its maintenance. The contract is anticipated to be awarded by November 6, 2024, under a Firm-Fixed Price arrangement, with interested parties required to submit their capabilities by November 2, 2024, at 1:00 PM Central Time to Rachel Babin at Rachel.Babin@va.gov. All interested vendors must be registered in the System for Award Management (SAM) to be eligible for consideration.
    J065--VISN 6 Biofire Service and Warranty
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source firm fixed price purchase order to bioMérieux, Inc. for comprehensive technical support and maintenance of the BioFire Multiplex testing platform across six VISN 6 facilities, including various Veterans Affairs Medical Centers (VAMCs). This procurement aims to ensure the effective operation of the BioFire system, which is a fully automated multiplex PCR technology capable of rapidly detecting multiple targets from a single sample in approximately one hour, while maintaining compatibility with VA-owned instruments. The government is open to expressions of interest from other contractors within three days of this notice, although no competitive quotations will be solicited, as the contract will be awarded under FAR 6.302-1. Interested parties should direct their inquiries and expressions of interest to the contracting officer, Harold McQuillia, via email at harold.mcquillia@va.gov.