DH10--MOD to add Oracle integration service to contract 36C25226P0010 VISN 12 Data Innovations Universal Lab Interface
ID: 36C25226Q0148Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - PLATFORM AS A SERVICE: DATABASE, MAINFRAME, MIDDLEWARE (DH10)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to negotiate a sole source modification to contract 36C25226P0010 with Data Innovations, LLC, to integrate Oracle integration services into the VISN 12 Data Innovations Universal Lab Interface across seven VA medical centers. This modification is necessary as Data Innovations, LLC is the only authorized provider for these services, ensuring compliance with the statutory authority under 41 U.S.C. 1901 and FAR 13.106-1(b)(2). The procurement emphasizes the requirement for new, Original Equipment Manufacturer (OEM) items, free from gray market or counterfeit goods, as outlined in VAAR 852.212-71. Interested firms must submit their capability statements, including OEM authorization and proof of licensing, by 10:00 AM CDT on December 16, 2025, to Eileen Meyer at eileen.meyer@va.gov.

    Point(s) of Contact
    eileen.meyer@va.govEileen Meyer
    414-844-4800x43432
    eileen.meyer@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Great Lakes Acquisition Center (GLAC) intends to award a sole source modification to contract 36C25226P0010 with Data Innovations, LLC. This modification will integrate the Oracle Integration service into the VISN 12 Data Innovations Universal Lab Interface across seven VA medical centers. This action is authorized under 41 U.S.C. 1901 and FAR 13.106-1(b)(2), as Data Innovations, LLC is identified as the sole authorized provider (OEM) for this service. This notice is not a request for competitive quotes, but firms believing they can meet the requirements must submit evidence, including an OEM authorization letter and proof of licensing/support, by December 16, 2025. The VA will evaluate responses, but reserves the right to proceed with the sole source negotiation. All provided items must be new, OEM-authorized, and free from gray market or counterfeit goods, adhering to VAAR 852.212-71.
    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--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.
    7E21--Philips HL7 Cardiovascular Extensions
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract to Philips North America LLC for the provision of Philips HL7 Cardiovascular Extensions, required by the Butler VA Medical Center. This procurement is being conducted under the authority of FAR 8.405-6(b) and will utilize Simplified Acquisition Procedures, resulting in a firm fixed-price Federal Supply Schedule delivery order. The Philips HL7 Cardiovascular Extensions are critical for enhancing the medical center's cardiovascular data management capabilities. Interested parties should note that this notice serves as an intent to award and not a request for competitive proposals, with the solicitation number being 36C24426Q0157 and a response date of December 16, 2025. For further inquiries, contact Contract Specialist Joanne Skaff at joanne.skaff@va.gov.
    J059--AGFA Scheduling & Protocoling Software (VA-26-00027032)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for AGFA Scheduling & Protocoling Software to AGFA Healthcare Corporation, as outlined in their Notice of Intent. This procurement aims to secure a web-based solution that is PIV card-enabled, providing essential electronic scheduling and protocoling capabilities, along with necessary integration and managed services support. The selected software is critical for enhancing operational efficiency within the VA's healthcare system. Interested parties may submit a capabilities statement, including an authorization letter from the Original Equipment Manufacturer (OEM), by December 15, 2025, at 3:00 PM Eastern Time, to the Contracting Officer, Earnest Ellison, at Earnest.Ellison@va.gov.
    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.
    DA01--Brillians Software Licensure (VA-26-00025640)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the G.V. Sonny Montgomery VA Medical Center, is seeking to award a firm fixed price sole-source contract to SupraVISTA Medical DSS, LLC for the procurement of Brillians Software Licensures. This opportunity is outlined in a Sources Sought Notice and is intended for informational and planning purposes only, indicating that the VA is not currently soliciting competitive quotes or proposals. The software is crucial for the operations of the Veterans Integrated Service Networks (VISN) 16 Clinical Informatics, supporting their IT and telecom business application needs. Interested parties must submit their responses by 2:00 PM CST on November 7, 2025, to Contract Specialist Jennifer McCloud at Jennifer.McCloud@va.gov, with the NAICS code for this procurement being 511210, which has a size standard of $47 million.
    DA10--MedBridge Rehabilitation Resource VISN1 Library FY26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Medbridge Inc. for a one-year subscription to the Medbridge Rehabilitation Resource Platform, specifically for its VISN 1 network. This procurement aims to provide essential tools for physical, occupational, and speech-language therapists, including continuing education resources, patient engagement content, and customized exercise videos accessible via mobile devices. The Medbridge platform is deemed critical as it uniquely meets the VA's requirements for content, presentation, certification preparation, and patient engagement features, with the contract period set from December 11, 2025, to December 10, 2026. Interested parties capable of providing the required subscription are encouraged to express their interest by December 22, 2025, and can contact Contracting Officer Deidra Thomas at deidra.thomas@va.gov or by phone at 802-295-9363 for further information.
    J065--Comprehensive Maintenance for BBraun Dialog+ Evolution Hemodialysis Units
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source contract to B. Braun Medical for comprehensive maintenance services for 14 Dialog+ Evolution hemodialysis units located at the Salt Lake City VA Medical Center. This procurement is necessary to ensure that the proprietary hemodialysis systems are maintained according to the manufacturer's standards, as B. Braun Medical is the sole authorized servicer capable of providing the required technical maintenance and repair parts. Interested parties may submit their capabilities to meet this requirement by December 16, 2025, at 12:00 PM Mountain Standard Time, with responses directed to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov. The associated NAICS code for this opportunity is 811210, with a business size standard of $34 million.
    DA01--FMBT System Integrator (New Action-Recompete, VA-26-00002411)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the FMBT System Integrator acquisition, identified under solicitation number 36C10B25Q0354, which will be issued through the General Services Administration (GSA) Multiple Award Schedule (MAS) Financial Management (FM) Marketplace. This procurement aims to promote broad competition among various business sizes, including small, disadvantaged, veteran-owned, woman-owned, and HUBZone small businesses, as well as large businesses, ensuring compliance with Executive Order 14249. The solicitation is anticipated to be posted within one week of this notice, with the primary contact for this opportunity being Contract Specialist Angel Santos, who can be reached at Angel.Santos2@va.gov or by phone at 848-377-5096. Interested parties should prepare for the upcoming solicitation and note that the response date for the special notice is August 28, 2025, at 5 PM Eastern Time.
    6515--VIP Glenoid Reamer System Set Intent to Sole Source
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Arthrex, Inc. for the procurement of a VIP Glenoid Reamer System Set, essential for orthopedic surgical procedures at the Albany VA Medical Center. This system is specifically required to support total and reverse shoulder arthroplasty, ensuring compatibility with existing Arthrex implants and maintaining continuity of patient care. The Glenoid Reamer System is critical for precise preparation of the glenoid surface, which is vital for accurate implant placement and long-term surgical success, as no equivalent products are available that meet the facility's needs. The estimated contract value is $19,104.16, and interested parties can contact Contract Specialist Barry Sawyer at Barry.Sawyer@va.gov or 585-393-8563 for further details, with a response deadline set for December 12, 2025.