R408--VetPro PROGRAM MANAGEMENT AND TECHNICAL ANALYSIS (VA-25-00039287) 36C10B25Q0206
ID: 36C10B25Q0206Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFTECHNOLOGY ACQUISITION CENTER NJ (36C10B)EATONTOWN, NJ, 07724, USA

NAICS

Other Computer Related Services (541519)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking information from potential contractors for the VetPro Program Management and Technical Analysis, referenced by solicitation number 36C10B25Q0206. This opportunity aims to gather insights on project management, business analysis, and program management support related to the VetPro system, which is crucial for credentialing and privileging healthcare providers within the VA. The selected contractor will be responsible for program management, technical analysis, and support for a Tier 1 service desk, ensuring compliance with federal regulations and IT frameworks. Interested vendors must submit their responses by March 18, 2025, to Contract Specialist Michelle Prinston at michelle.prinston@va.gov, with a focus on demonstrating capabilities relevant to the draft Performance Work Statement (PWS) and compliance with Service-Disabled Veteran-Owned Small Business requirements.

    Point(s) of Contact
    Michelle PrinstonContract Specialist
    michelle.prinston@va.gov
    Files
    Title
    Posted
    The document is a Sources Sought Notice issued by the Department of Veterans Affairs (VA) for the VetPro Program Management and Technical Analysis, referenced by solicitation number 36C10B25Q0206, with a response deadline of March 18, 2025. The VA is seeking information from potential contractors to support the VetPro program. Key details include the contracting office address in Eatontown, NJ, and a Point of Contact, Contract Specialist Michelle Prinston, who can be reached via email. The inquiry focuses on specific performance work standards outlined in attached Request for Information (RFI) documents. The notice does not utilize Recovery Act Funds and falls under the R408 product service code and NAICS code 541519. This notice indicates the VA's engagement with service providers to gather insights and capabilities for effective program management in veterans' services, emphasizing the agency's commitment to enhancing operational outcomes. The structured approach of the document showcases the agency's formal procedures in engaging with the private sector for program efficiency and technical support.
    The Performance Work Statement (PWS) outlines the requirements for the VetPro Program Management and Technical Analysis under the Department of Veterans Affairs (VA). It specifies two primary tasks: program management to aid the VA Project Lead and technical analysis to ensure that the VetPro software systems meet VA's needs for credentialing and privileging healthcare providers. The PWS sets forth performance details, including a 12-month performance period with options for extension, and specific tasks and deliverables that include project management, technical analysis, and support for a Tier 1 service desk. The contractor is required to provide weekly and monthly reports, maintain communication with VA staff, and adhere to a variety of federal regulations, including security and privacy standards. Compliance with IT frameworks such as the Federal Identity, Credential, and Access Management (FICAM) is mandated, as is support for both Agile development methodologies and the planning and execution of system enhancements. Overall, the PWS serves to ensure high-quality IT support for the VA, emphasizing efficient service delivery for improving healthcare services to veterans, compliance with security protocols, and the integration of advanced technologies in credentialing processes.
    The document is a Request for Information (RFI) concerning the VetPro Program Management and Technical Analysis (VA-25-00039287) issued by the Department of Veterans Affairs (VA). It emphasizes that this RFI is for planning purposes only and does not constitute a solicitation for bids or contracts. The government does not commit to acquiring any services described and responses are treated as voluntary submissions. Interested vendors must limit their responses to five pages, providing specific information about their capabilities in project management, business analysis, and program management support relevant to the draft Performance Work Statement (PWS). They must also include details on their technical expertise with the VetPro system and their experience in customer service and support. Furthermore, vendors are required to demonstrate compliance with the set-aside requirement for Service-Disabled Veteran-Owned Small Businesses. Responses are due by March 18, 2025, and must be sent via email to specified VA contacts. This RFI serves as a foundational step in the VA’s acquisition strategy and seeks comprehensive insights from potential vendors to inform future contract negotiations.
    Similar Opportunities
    DA10--Brand Name or Equal requirement for Vaultara Licensing and Support for Veterans Integrated Service Network 20
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for Vaultara licensing and support services through solicitation number 36C26025Q0314, specifically for Veterans Integrated Service Network (VISN) 20. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to enhance the VA's technological capabilities by acquiring software licenses, ongoing maintenance, troubleshooting support, and user training for Vaultara's cloud-based imaging and medical data sharing applications. The contract period is for one year, from September 30, 2025, to September 29, 2026, with a total award amount of $47 million. Interested vendors must submit their offers via email to Contracting Officer Jennifer Robles by 3 PM Mountain Time on March 26, 2025, ensuring compliance with federal regulations and VA invoicing procedures.
    7A21--Theradoc software See attached/within for details
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information from potential vendors for the procurement of TheraDoc software to support the Michael E. DeBakey VA Medical Center. This software package is designed to assist with pharmacy and infection control, and it requires ongoing support and maintenance. The VA aims to gather insights on vendor capabilities, including manufacturing origin, business size classification, and compliance with the Non-Manufacturer Rule, to inform its procurement strategy. Interested parties must submit their responses by March 17, 2025, at 16:00 Central Time, to Contracting Officer Steven A. Berkeley at Steven.berkeley@va.gov. This opportunity is part of the VA's efforts to enhance services for veterans and is not a solicitation for bids or proposals.
    DH01--VISN22 Data Innovations Instrument Manager Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the DH01--VISN22 Data Innovations Instrument Manager Service, aimed at providing maintenance, service, and support for Data Innovations Instrument Manager Licenses across the Veterans Integrated Services Network (VISN) 22. This procurement involves a Blanket Purchase Agreement (BPA) with a five-year base period, ensuring the operational support of critical data management tools that connect lab instruments to the electronic health record system (VistA), which is vital for efficient healthcare delivery within the VA system. Interested vendors must comply with technical specifications and submit detailed pricing by March 14, 2025, at 1:00 PM Pacific Time, with the evaluation based on the lowest acceptable price that meets all requirements. For further inquiries, vendors can contact Contract Specialist Samuel Han at Samuel.Han@va.gov or by phone at 562-766-2314.
    VA-25-00053651 PAR Excellence Procurement
    Buyer not available
    The Department of Veterans Affairs is seeking responses to a Sources Sought notice for the PAR Excellence Procurement, aimed at identifying potential vendors capable of providing support for the Weight-Based Inventory Management System (WBIMS) at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. The procurement involves annual support services, including hardware and software maintenance, with a performance period from April 2025 to April 2026, and the possibility of four optional extensions. This initiative is part of the VA's commitment to enhancing healthcare operations for veterans, emphasizing the importance of compliance with federal security and technical standards. Interested parties, particularly service-disabled and veteran-owned businesses, are encouraged to submit their capability packages by March 18, 2025, to Marcela Clark at Marcela.Clark2@va.gov or Juan C. Perez at juan.perez5@va.gov, noting that all submissions will become government property and no feedback will be provided.
    DA01--VoiceOver Pro Maint - MPLS
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 23, intends to award a sole source contract to Voicebrook, Inc. for maintenance services of the VoiceOver Pro system. This procurement is necessitated by the proprietary nature of the equipment, which is exclusively supplied by the Original Equipment Manufacturer, thereby limiting third-party installations. The contract, identified by solicitation number 36C26325Q0518, is not open for competitive bidding; however, interested vendors may submit capability statements within ten days of the notice, with the agency retaining the right to reconsider the competitive nature of the procurement based on the responses received. Responses are due by March 14, 2025, at 1:00 PM Central Time, and inquiries can be directed to Contract Specialist Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079.
    G004-- HUD VASH Case Management
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the HUD-VASH (Housing and Urban Development - Veterans Affairs Supportive Housing) program to provide essential outreach, housing placement, case management, and supportive services to eligible homeless veterans and their families in the Washington, D.C. area, including parts of Maryland and Virginia. The contractor will be responsible for addressing the complex needs of veterans, particularly those facing mental health and substance use disorders, under a firm fixed-price contract that spans a base year with four option years. This initiative is crucial for ensuring stable housing and ongoing support for vulnerable populations, aligning with federal goals to end veteran homelessness. Proposals are due by March 21, 2025, and interested contractors must be registered on sam.gov and certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB). For further inquiries, contact Charles Willis at charles.willis@va.gov or call 410-691-1328.
    R499--Veterans' Affairs Processing Automation (VPAS) Update to RFP release date and Point of Contact Information
    Buyer not available
    The Department of Veterans Affairs is seeking input from vendors for the Veterans' Affairs Processing Automation Services (VPAS) through a Request for Information (RFI) designated as 36C10D24Q0038. The objective of this procurement is to enhance benefits processing for U.S. veterans by gathering insights on efficient service models, including document digitization, data integration, and customer support services, as part of a managed service contract. This initiative is crucial for improving operational efficiencies and reducing claims backlogs, ultimately supporting the timely delivery of services to veterans. Interested parties are encouraged to submit their responses by March 3, 2024, and direct inquiries to VBA.Procurements@va.gov, with the RFP release anticipated in Q3/Q4 of the current fiscal year.
    DA10--Mentoring Software (VA-25-00039447)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a Software as a Service (SaaS) mentoring software platform to enhance employee engagement within its Institute for Learning, Education, and Development (ILEAD). The objective is to automate the mentor/mentee matching process and establish an enterprise mentoring program, initially supporting up to 10,500 users for a 12-month pilot period, with the potential to expand to 20,000 users in an option period. This procurement underscores the VA's commitment to leveraging technology to improve mentoring services for its employees, with a budget of $34 million allocated for the contract. Interested small businesses must submit their proposals by March 28, 2025, and direct any questions to Contract Specialist Lashell Garner at Lashell.Garner@va.gov or by phone at 848-377-5104 by March 17, 2025.
    Data Quality Technical Analysis & Functional Support
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Data Quality Technical Analysis and Functional Support services, specifically through a solicitation designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to enhance healthcare data quality by focusing on identity management, data governance, and analytics, with deliverables including project management reports, data quality audits, and technical documentation. This initiative is crucial for ensuring the integrity and security of veteran health data while supporting the VA's objectives of quality and efficiency in service delivery. Interested parties can contact Contract Specialist Bernadette Bodzenta at bernadette.bodzenta@va.gov or Roberto DeJesus at roberto.dejesus2@va.gov for further details, with the contract performance period set for 11 months and options for four additional 12-month periods.
    SUBJECT* MED/SURGE 7‐line Provox supplies ‐ Tucson & Lancaster CMOPs
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of seven medical and surgical products, specifically Provox supplies, for the Consolidated Mail Outpatient Pharmacy (CMOP) locations in Tucson and Lancaster. This procurement is structured as a firm-fixed-price contract with a total anticipated value under $7.5 million, requiring monthly and bi-monthly deliveries to meet physician prescriptions without substitution. The products are critical for patient care, and the solicitation is unrestricted, encouraging participation from small businesses, including those owned by veterans and women, while adhering to the Buy American Act. Interested vendors must submit their proposals by March 14, 2025, and can contact Jennifer L. Knight at jennifer.knight@va.gov or 913-684-0162 for further information.