DA10--Medbridge Subscriptions, Columbia VAMC
ID: 36C25526Q0131Type: Presolicitation
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

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

    The Department of Veterans Affairs, specifically the Network Contract Office 15 (NCO-15), intends to award a sole source contract to Medbridge Inc. for the Medbridge Rehabilitation Resource Subscription at the Columbia Veterans Affairs Medical Center (VAMC). This procurement involves a base year subscription plus two option years, covering the period from January 7, 2026, to January 6, 2029, which includes software updates and support for the proprietary Medbridge Rehabilitation Resource Platform. The decision to sole source is based on the platform being exclusive to Medbridge Inc., as no other vendors are authorized to provide the required subscription, in accordance with FAR 12.102(a) and FAR 6.103-(b). Interested parties capable of fulfilling this requirement must respond by January 5, 2026, at 10:00 AM (CDT), and should direct inquiries to Contracting Officer Robert Bleichner at robert.bleichner@va.gov or by phone at 913-758-9920.

    Point(s) of Contact
    Robert BleichnerContracting Officer
    (913) 758-9920
    robert.bleichner@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, NCO-15, issued a presolicitation notice for a sole source award to Medbridge Inc. for Medbridge Rehabilitation Resource Subscriptions. The contract is for a base year plus two option years, covering the period from January 7, 2026, to January 6, 2029, if all options are exercised. The subscriptions are for the Columbia VAMC, VISN-15, and include software updates and support for the proprietary Medbridge Rehabilitation Resource Platform. The decision to sole source is based on the platform being exclusive to Medbridge Inc., as no other vendors are authorized to provide the required subscription. The authority for restricting competition is FAR 12.102(a) and FAR 6.103-(b), citing only one reasonably available source. Interested parties capable of fulfilling this requirement must respond by January 5, 2026, at 10:00 AM (CDT). This notice is not a request for competitive proposals, and no solicitation package will be issued.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    DA10--36C25926Q0155| Intent to Sole Source on Autodesk BIM Collaborate Pro for Government for Rocky Mountain Regional VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 19, intends to award a sole source contract to DLT Solutions, LLC for the procurement of Autodesk BIM Collaborate Pro for Government, which is required by the Rocky Mountain Regional VA Medical Center for five users, including necessary training and support. This software is critical for enhancing collaboration and project management within the VA's facilities, ensuring efficient operations and improved service delivery to veterans. Interested parties are invited to express their capabilities to meet this requirement by submitting relevant information to the primary contact, Lynn Lim, at lynn.lim@va.gov, no later than 12:00 PM Mountain Standard Time on December 29, 2025. This notice is not a request for competitive quotes, and the decision to not compete is at the government's discretion.
    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.
    6525--Notice of Intent to Sole Source - Biopsy Fusion
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 12, intends to award a sole-source contract to AGILITI HEALTH INC. for the rental of fusion biopsy equipment, disposables, and on-site technical support services at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The contract will cover one base year with the option for up to four additional years, focusing on the procurement of a high-precision, real-time MRI/Ultrasound fusion guidance system for prostate biopsy procedures, which is critical for enhancing diagnostic accuracy. Interested parties may submit capabilities statements by December 31, 2025, at 8:00 AM CST to brandon.harris@va.gov, referencing Notice of Intent - 36C25226Q0152, as this notice is not a request for quotations and no telephone inquiries will be accepted.
    J065--LivaNova Cardiopulmonary Maintenance Services Intent for Sole Source For Louis Stokes Cleveland VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, intends to negotiate a sole-source, Firm-Fixed Price Contract with LivaNova USA, Inc. for cardiopulmonary maintenance services at the Louis Stokes Cleveland VA Medical Center. This procurement is based on the belief that LivaNova USA, Inc. is uniquely qualified to fulfill the requirements outlined, which are critical for maintaining essential medical equipment used in veteran healthcare. Interested contractors may submit capability statements or quotations by January 5, 2026, at 10:00 AM Eastern Time to the Contracting Officer, Sara Wood, via email at sara.wood1@va.gov; however, the government will not reimburse any costs incurred in responding to this notice.
    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.
    6515--Notice of Intent to Sole Source- Soniquence Smooth Wave i100
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source, firm-fixed-price contract to Melling LLC for the procurement of a Soniquence Smooth Wave i100 unit and accessories, essential for the Optometry Services at the Lt. Col. Luke Weathers Jr. VAMC in Memphis, TN. This specialized radiofrequency unit operates at a frequency of 4.0MHz, providing precise cutting and coagulation of skin lesions with minimal thermal damage, and is uniquely suited for the removal of benign periocular and eyelid pathologies. The anticipated award date is no later than January 17, 2026, with a performance period from December 17, 2025, to April 17, 2026. Interested parties must submit documentation demonstrating their capabilities by January 2, 2026, to Ryan Mick, Contracting Specialist, at Ryan.Mick@va.gov.
    6515--Intent to Sole source -Olympus Urology Scope Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO 12) Great Lakes Acquisition Center, intends to enter a sole-source procurement with Olympus America Inc. for Olympus Urology scopes. This procurement is necessary to ensure continuity of service and best value, as the scopes are already integrated into the existing infrastructure at the Oscar G. Johnson VA Veterans Hospital in Iron Mountain. The contract will cover a base year plus two option years and is conducted under FAR 8.405-6(b), with responses from other interested entities accepted until December 31, 2025, at 12:00 p.m. CST. For inquiries, interested parties should contact Mack Taylor at Mack.Taylor2@va.gov, referencing “Notice of Intent from SAM.GOV” in the subject line.
    R499--Vocera Software License/Subscription Support and Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for Vocera Software License/Subscription Support and Maintenance at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement involves providing a perpetual license, subscription term license, software maintenance updates, and unlimited technical support for the existing Vocera Communications system, with the contract structured as a Firm-Fixed Price for a base year and four optional one-year extensions. This service is critical for maintaining effective communication within the VA medical facility, ensuring operational capabilities as intended by the manufacturer. Quotes are due by January 15, 2026, at 4:00 PM Central Time, and must be submitted via email to Contract Specialist Jeneice Matthews at jeneice.matthews@va.gov, with the requirement that all offerors are registered in the System for Award Management (SAM) and certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs).
    Notice of Intent to Sole Source to Lyrasis, Inc.
    Dept Of Defense
    The Uniformed Services University of the Health Sciences (USU) intends to award a sole-source, firm-fixed-price contract to Lyrasis, Inc. for the renewal of a site license to the Springer Nature Branded Title Journals and the Springer Nature Read & Publish Journals for the 2026 calendar year. This subscription is essential for the Learning Resource Center (LRC) to maintain access to critical resources utilized daily by USU professors, researchers, and students. Lyrasis, Inc. is the only known source capable of providing these specific journal collections, and the procurement will adhere to FAR Part 13.106-1(b)(1)(i) procedures. Interested parties are invited to submit bids by January 1, 2026, at 3:00 PM, demonstrating their ability to meet the stated needs and potentially establish competition.
    J065--Intellispace Essential Software Maintenance Agreement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 10, intends to award a sole-source contract to Philips North America LLC for an IntelliSpace Essential Software Maintenance Agreement. This procurement is justified under Simplified Acquisition Procedures and FAR 6.302-1, indicating that only Philips can fulfill the agency's specific requirements for electronic and precision equipment repair and maintenance. The software maintenance agreement is crucial for ensuring the operational efficiency and reliability of medical equipment used by the agency. Interested parties who believe they can meet the requirements must submit a capability statement to Chad Kemper at chad.kemper@va.gov by 2 PM EST on December 26, 2025, as this is not a solicitation for offers.