Source Sought - Connexall Software Renewal
ID: HT001525RFI0027Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DHA ENTERPRISE MED SUPPORT EMS-CDFORT SAM HOUSTON, TX, 78234, USA

NAICS

Other Computer Related Services (541519)

PSC

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

    The Defense Health Agency (DHA) intends to issue a sole source award to Connell USA, Inc. for the renewal of Connexall Software Support Maintenance for one year. This software is critical for maintaining effective communication within healthcare facilities, serving as an integration and communication platform that enhances real-time interactions between clinical staff and patients, thereby ensuring timely responses to patient needs. The maintenance of Connexall Software is essential for interfacing with Nurse Call and Physiological Monitoring systems, and failure to renew support could severely impact the Solutions Delivery Division's operations and compliance with HIPAA regulations. Interested parties may submit an authorized letter from the manufacturer demonstrating their capability to provide the software, with the primary contact being Cecelia Alvarado at cecilia.alvarado.ctr@health.mil and secondary contact Thomas Reese at thomas.l.reese4.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Health Agency (DHA) has issued a Notice of Intent to award a sole source contract to Connell USA, Inc. for the support and maintenance of Connexall Software, a critical communication platform for healthcare facilities. This contract, recognized under FAR Part 6.302-1, is necessary to maintain essential services that enhance clinical communication and response capabilities within hospitals. Connexall Software is uniquely positioned as it is the exclusive manufacturer and provider, responsible for integration with existing vendor applications, such as Nurse Call and physiological monitoring systems. Failure to renew this support could impede clinical staff's effectiveness in treating patients, as it allows real-time communication and access to vital patient information. The DHA invites other interested parties to submit capability statements, but lack of response by the specified deadline will lead to a sole source award to Connell USA, Inc. This initiative underscores the importance of maintaining consistent and compliant healthcare communication systems for improved patient care delivery.
    The Defense Health Agency (DHA) is seeking to issue a sole source award to Connell USA, Inc. for one year for the renewal of Connexall Software Support Maintenance, which is critical for maintaining communication within healthcare facilities. This software serves as a sophisticated integration and communication platform that enhances real-time communication between clinical staff and patients, ensuring timely response to patient needs. Connexall is the only provider of this software, and its maintenance is essential for supporting critical functions, including interfacing with Nurse Call and Physiological Monitoring systems. Loss of support would severely impact the Solutions Delivery Division's ability to operate effectively, compromise compliance with HIPAA, and hamper the delivery of urgent care. The DHA encourages any other interested sources to submit a letter from the manufacturer demonstrating their ability to provide the software. If no responses are received, a sole source award will proceed as planned.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    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.
    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.
    Justification and Approval for Sole Source award for Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB) Support Services.
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for support services related to the Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB). This procurement aims to secure essential management support services that are critical for the effective operation and oversight of the DHA's resource management initiatives. The contract, referenced as HT001123C0069, underscores the importance of specialized support in enhancing the efficiency of defense health operations. Interested parties can reach out to Saera Khan at saera.khan.civ@health.mil or 703-681-6507, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further details.
    Notice of Intent to Award Sole Source to California Department of Public Health
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to the California Department of Public Health for Newborn Screening Services. This procurement is essential for supporting the Naval Medical Center San Diego, Naval Hospital Camp Pendleton, and Navy Medicine Training Center Twentynine Palms, as mandated by various legislative requirements. The contract will be a Commercial, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with the agency identifying only one responsible source that can meet its needs. Interested parties may submit bids or proposals for consideration, with inquiries directed to Jessica Medina at jessica.l.medina21.civ@health.mil by December 17, 2025, at 1600 PST. The applicable NAICS Code is 621511, with a business size standard of $41.5 million.
    Comprehensive Database Collection of Indexed and Abstract Literature Nursing and Allied Health
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking to award a contract for a comprehensive database collection of indexed and abstract literature covering nursing and allied health, specifically through the CINAHL database. This procurement aims to establish a base contract with four option years, focusing on providing essential resources for healthcare professionals and researchers in the nursing and allied health fields. The contract will be performed in Virginia, and all responsible sources are encouraged to submit capability statements, proposals, or quotations for consideration. Interested parties can reach out to Saera Khan at saera.khan.civ@health.mil or Sandra Kharan at sandra.a.kharan.civ@health.mil for further information.
    Notice of Award Maintenance for Government owned BacT/ALERT 3D Equipment.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Biomerieux, Inc. for the maintenance of government-owned BacT/ALERT 3D equipment. This procurement aims to ensure the continued operational readiness and reliability of critical medical diagnostic equipment, which plays a vital role in healthcare settings. The contract will be awarded as a firm-fixed-price agreement under the authority of FAR 13.106-1(b)(1), with the North American Industry Classification System (NAICS) code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance. Interested parties may direct inquiries to Bobby Etheridge at bobby.j.etheridge.civ@health.mil; however, this notice is not a request for competitive proposals, and no reimbursement will be provided for information submitted.
    Customer Care Prototyping - Commercial Solution Opening (Notice of Availability)
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking innovative solutions through its "Customer Care Prototyping 2025-2026" initiative, aimed at enhancing customer care within the Military Health System (MHS). This opportunity invites prototype projects under the authority of 10 U.S.C. § 4022, focusing on developing a foundational platform that prioritizes agile development, self-service support, and data-driven insights to improve mission effectiveness and customer sentiment while reducing costs. Interested vendors should monitor SAM for updates regarding submission instructions and evaluation criteria, with the first "Season Notice" expected in Q1 FY26. For inquiries, contact Gabriela Hurte at gabriela.y.hurte.civ@health.mil or Sonya Edom at sonya.m.edom.civ@health.mil.
    Engineering Management and Support Services Approved Justification and Approval
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to procure Engineering Management and Support Services as outlined in the approved Justification and Approval (J&A). This procurement aims to provide essential engineering management and technical support services to enhance the operational capabilities of the DHA. Such services are critical for ensuring effective management and execution of engineering projects within the defense health sector. Interested parties can reach out to Saera Khan at saera.khan.civ@health.mil or by phone at 703-681-6507, or contact Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further information.
    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.