7A21--36C242-25-AP-0813 | 528-25-3-7607-0011 Engineered Care- Patient Care Portal (VA-25-00029561)
ID: 36C24225Q0286Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Veterans Affairs is seeking to award a sole source contract to Engineered Care Inc. for the Engineered Care Patient Care Portal, specifically focusing on a transitional care program titled "After Hospital Care Plan." The objective of this procurement is to provide a software license that enables the creation of customized Care Plan booklets for veterans upon discharge, integrating essential patient information from the VA system, including demographics, medications, and appointment details. This initiative is crucial for enhancing patient care continuity and management through improved information-sharing processes. Interested parties are invited to submit capability statements by February 20, 2025, and can contact Contracting Officer Chad M. Johnson at chad.johnson4@va.gov or 347-854-3337 for further inquiries.

    Point(s) of Contact
    Chad M. JohnsonContracting Officer
    (347) 854-3337
    chad.johnson4@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs intends to award a sole source contract to Engineered Care Inc. for the Engineered Care Patient Care Portal, specifically a transitional care program titled "After Hospital Care Plan." The contract, valued as a Firm Fixed Price (FFP), aims to provide a software license enabling the creation of customized Care Plan booklets for veterans upon discharge. This software will incorporate essential patient information from the VA system, including demographics, medications, and appointment details. The contractor will deliver maintenance, support service, and ongoing updates for the software, ensuring compliance with relevant directives. Training will be provided to VA personnel, with communication supported via email and phone for technical queries. The license period comprises one base year with four optional years. Responses to this notice are not requests for quotes but a call for capability statements from interested parties, due by February 20, 2025. This document reflects the VA's strategic approach in leveraging technology to improve patient care continuity and management through a streamlined information-sharing process.
    Similar Opportunities
    7A21--Automated Discharge Planning for Charles George VAMC Synopsis
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide an Automated Discharge Planning (ADP) solution for the Charles George VA Medical Center, as outlined in a Sources Sought Notice. The procurement aims to enhance the discharge process for veterans by automating referral management, reducing response times, and improving patient involvement, while ensuring compliance with federal cybersecurity standards and VA directives. This initiative is critical for addressing workforce inefficiencies and improving the overall quality of care during discharge transitions. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), must submit their capability statements and Rough Order of Magnitude (ROM) by February 25, 2025, to the designated contract officer, Kelly Reale, at kelly.reale@va.gov or by phone at 848-377-5128.
    J065--Carefusion - Pyxis Support - Hardware and Software
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the service and support of the Pyxis Medication Dispensing System to Carefusion Solutions LLC, the Original Equipment Manufacturer (OEM). This procurement is necessitated by the proprietary nature of the Pyxis system, which restricts service provision to Carefusion alone, ensuring the integrity and functionality of this critical medical equipment. The contract will be a One-Time, Firm Fixed Price agreement managed by the VA Medical Center in Providence, Rhode Island, with responses due by February 25, 2025. Interested parties can direct inquiries to Contract Specialist Fred Revah at frederic.revah1@va.gov or by phone at 207-623-8411.
    7A21--FY25: BIOPOINT WRISTBAND LICENSES Base Year Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to negotiate a sole source contract for Biopoint software licenses, specifically for Biopoint Patient ID, Biopoint BPOC, and Biopoint Tracker, through the Caribbean Healthcare System. The contract will be awarded to Minburn Technology Group, the only authorized vendor and sole Service-Disabled Veteran-Owned Small Business (SDVOSB) reseller for these products, ensuring continuity in the supply of essential software services. This procurement is critical for maintaining the VA's proprietary diagnostic software and support services, which are vital for patient identification and tracking. Interested parties must submit responses demonstrating benefits to competition to the Contract Specialist, Elder Vazquez, via email, as this notice is not a call for competitive proposals.
    DA10--Brand Name iMedConsent™ Web or Equal Solution – Enterprise Commercial-Off-The-Shelf, Cloud-Based Signature Informed Consent Software Application, Maintenance and Support, and Training
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a Commercial Off-The-Shelf (COTS) cloud-based signature informed consent solution, specifically the iMedConsent™ Web or an equivalent application. This procurement aims to facilitate the documentation of informed consent for various treatments and procedures across all VA medical facilities, including those in the United States, Puerto Rico, Guam, and the Philippines, while also encompassing project management, operations and maintenance support, and training for the proposed system. The initiative is part of the VA's efforts to enhance operational efficiency in managing patient consent documentation across its diverse medical services. Interested vendors should monitor the System for Award Management’s Contracting Opportunities page for updates, with responses due by November 22, 2024, under Contract Solicitation No. 36C10B25R0048. For further inquiries, vendors can contact Richard Melton at Richard.Melton2@va.gov or by phone at 512-981-4479.
    6515--INTENT TO SOLE SOURCE: CARDIOHELP 7.0 ADVANCED CARDIO SYSTEM PROPRIETARY AND EXCLUSIVE_SINGLE SOURCE SOLE OEM AUTHORIZED SDVOSB DISTRIBUTOR
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for a sole-source procurement of the CARDIOHELP 7.0 Advanced Cardio System, specifically the BEQ-HLS 7050 USA SHLS Set Advanced. This contract will be awarded to Getinge USA Sales, LLC, through its authorized distributor, Fidelis Sustainability, LLC, a service-disabled veteran-owned small business (SDVOSB), due to the proprietary nature of the equipment which necessitates that it be supplied and serviced exclusively by the original equipment manufacturer and its authorized distributor. The system is critical for extracorporeal support, ensuring patient safety with real-time monitoring and rapid response capabilities, and the procurement is justified by the urgent need to replace aging medical equipment. Interested parties should express their interest to the contracting officer, Juliette Buchanan, at Juliette.Buchanan@va.gov or by phone at 802-295-9363, with responses due by February 20, 2025.
    U009--Intent to Sole Source Notice - Elsevier Connect
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 5, intends to proceed with a sole source procurement for Elsevier Connect, a platform that facilitates content delivery through a learning management system for the Louis A. Johnson VA Medical Center. This contract is set for a duration of 12 months, with the possibility of two additional 12-month extensions, emphasizing the importance of reliable educational resources in supporting the training and development of VA staff. Interested contractors are invited to submit a capability statement or quote by February 20, 2025, with an estimated award date of March 3, 2025; submissions must be sent via email to Contracting Officer Jameel Gordon at jameel.gordon@va.gov, and all interested parties must be registered in the System for Award Management (SAM) with their Unique Entity ID and cage code included.
    DA10--Brand Name iMedConsent™ Web or Equal Solution – Enterprise Commercial-Off-The-Shelf, Cloud-Based Signature Informed Consent Software Application, Maintenance and Support, and Training
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a Commercial Off-The-Shelf (COTS) Informed Consent Web (ICW) solution, specifically the iMedConsent™ Web or an equivalent cloud-based signature informed consent software application. This procurement aims to develop, maintain, and support a comprehensive solution for documenting informed consent across 150 VA medical facilities in the United States and its territories, enhancing the efficiency and quality of patient consent documentation and management. The contract will also include project management, operational support, maintenance, and training services for end users, with the solicitation expected to be posted within the next 30 days on the System for Award Management’s Contracting Opportunities page. Interested vendors can reach out to Contract Specialist Richard Melton at Richard.Melton2@va.gov or by phone at 512-981-4479 for further details.
    IN HOME HOSPITAL BEDS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of in-home hospital beds intended for use by disabled and elderly individuals. The contract encompasses various types of hospital beds, emphasizing safety, compliance with industry standards, and product durability, with a minimum guaranteed amount of $2,500 and a ceiling of $260 million over a one-year period with four additional one-year options. This initiative aims to enhance the quality of care for veterans by ensuring access to essential medical supplies, with compliance to HIPAA guidelines and a focus on safeguarding sensitive patient information. Interested vendors can contact Darrell Williamson at darrell.williamson@va.gov or Jessica Abrams at Jessica.Abrams@va.gov for further details regarding the solicitation process.
    6515--CARESCAPE B650 and B450 Monitors
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole-source contract for the acquisition, delivery, and installation of 12 Carescape B650 and B450 patient monitors at the Audie L. Murphy Memorial VA Hospital in San Antonio, Texas. This procurement aims to enhance monitoring capabilities for an expanded Pain Clinic, addressing the need for additional equipment to manage an increased patient load effectively. The monitors are critical for ensuring patient safety and improving healthcare delivery within the facility. The contract is expected to be awarded around February 27, 2025, with services to commence shortly thereafter. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses, are encouraged to submit capability statements to Tammy L. Wilson at Tammy.Wilson5@va.gov or by phone at 254-661-5372.
    J065--FY25 Service - Stryker ProCare Prevent (Base 4)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a one-year sole source contract to Stryker Sales, LLC for ProCare Prevent Maintenance Coverage at the Buffalo VA Medical Center. This contract will cover preventative maintenance and unscheduled repairs for medical equipment, ensuring the operational readiness and reliability of critical healthcare tools. The procurement falls under NAICS Code 811210, with a small business size standard of $34 million, and is classified under Product Service Code J065, which pertains to the maintenance and repair of medical, dental, and veterinary equipment. Interested firms are invited to submit their capabilities by February 26, 2025, at 12:00 PM EST, although this is not a request for competitive quotes, and the government may proceed with the sole source award if no responses are received. For further inquiries, interested parties can contact Contracting Officer Taylor Richter at Taylor.Richter@va.gov or by phone at (716) 862-7461 x24868.