DA10--Rauland Responder 5 Nurse Call System Application Maintenance and Support Services (VA-25-00020517)
ID: 36C10B25Q0160Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for maintenance and support services for the Rauland Responder 5 Nurse Call System, identified under solicitation number 36C10B25Q0160. The procurement aims to secure comprehensive software support, including remote and on-site technical assistance, with a focus on ensuring operational efficiency in veteran healthcare facilities. This contract will cover a base period of 12 months, with four optional renewal periods, emphasizing the importance of timely and effective communication systems in supporting medical staff. Interested vendors must submit their quotes by April 17, 2025, to the designated contacts, Justin Daniel and Evan Shlisserman, via email, as outlined in the solicitation documents.

Point(s) of Contact
Justin DanielContract Specialist
(706) 833-7261
Justin.Daniel@va.gov
Files
Title
Posted
Apr 17, 2025, 7:09 PM UTC
The Department of Veterans Affairs is soliciting proposals for an annual software support and maintenance contract for the Rauland Responder 5 Nurse Call System. The contract includes comprehensive technical support and repairs for equipment associated with the system at the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. The selected contractor must provide troubleshooting assistance within one hour of a request, 24/7 throughout the year. The contract is structured with a base period of 12 months and four additional option periods, each lasting 12 months. The bid response deadline is set for March 11, 2025. This procurement underscores the VA's commitment to maintaining crucial communication systems for healthcare support in veteran facilities, ensuring high standards of operational readiness and support for medical staff.
Apr 17, 2025, 7:09 PM UTC
The document discusses an amendment to a previously combined solicitation for the FY25 Rauland Responder 5 Nurse Call System Application software support service, identified by solicitation number 36C10B25Q0160 from the Department of Veterans Affairs. The main purpose of this amendment is to extend the vendor response deadline to March 12, 2024, at 2:30 PM Eastern Time, while the other terms and conditions remain unchanged. Interested vendors are instructed to submit their quotes to specified email addresses. The amendment reflects the ongoing procurement process for health service support to enhance communication and operational efficiency within veterans' facilities. The emphasis on accurate timeline management illustrates the government's commitment to timely acquisitions while ensuring service continuity.
Apr 17, 2025, 7:09 PM UTC
This document is an amendment to a previous combined solicitation from the Department of Veterans Affairs (VA) regarding the Rauland Responder 5 Nurse Call System Application Software Maintenance and Support Services. The main purpose is to extend the Request For Quote (RFQ) deadline to April 17, 2025, at 16:00 Eastern Time and to change the acquisition strategy from a Veteran Owned Small Business set-aside to a Small Business Owned set-aside. The document includes instructions for submitting quotes via email to the designated contract specialists. It references additional attachments that provide further details on the acquisition, including a Business Associate Agreement (BAA). The involvement of federal funds and the specific NAICS and Product Service Codes indicates the government’s focus on contracting small businesses for necessary services while ensuring compliance with regulatory standards.
Apr 17, 2025, 7:09 PM UTC
This document serves as an amendment to a previous combined solicitation related to the Rauland Responder 5 Nurse Call System Application and its maintenance and software support services. The purpose of the amendment is to extend the Request for Quote (RFQ) response deadline to April 17, 2025, at 14:00 EST, correcting the time from a previous amendment. Bidders are instructed to send their quotes to two specified email addresses for the Department of Veterans Affairs' Technology Acquisition Center located in Eatontown, NJ. The solicitation number is 36C10B25Q0160, classified under the Product Service Code DA10, and the associated NAICS code is 541519. This document outlines key details, including the point of contact's information, contract specifications, and the lack of recovery act funds involved. The amendment also reiterates that the responses must be submitted electronically, ensuring compliance and clarity for potential bidders in the federal procurement process.
Apr 17, 2025, 7:09 PM UTC
The document presents a Request for Quote (RFQ) issued by the Department of Veterans Affairs (VA) for maintenance and support services for the Rauland Responder V Nurse Call System. This acquisition is set aside for Veteran-Owned Small Businesses and includes a base period of performance from April 1, 2025, to March 31, 2026, along with four optional renewal periods, each lasting 12 months. The contractor is responsible for providing software support, maintenance, and technical assistance, ensuring a response time of one hour for troubleshooting requests and availability 24/7. The performance work statement outlines specific tasks such as providing on-site and remote support, regular software updates, and technical training. All work must comply with relevant federal regulations and guidelines, emphasizing a focus on security and privacy as per VA standards. Regular performance reports must be submitted to the Contracting Officer's Representative, detailing work completed and any issues faced. Overall, this RFQ reflects the VA's commitment to enhancing IT services while ensuring high standards of care for veterans through effective maintenance of essential technology systems.
Apr 17, 2025, 7:09 PM UTC
The Business Associate Agreement (BAA) between the Department of Veterans Affairs (VA), Veterans Health Administration (VHA), and <Company/Organization> outlines the terms governing the Use and Disclosure of Protected Health Information (PHI) in compliance with HIPAA and HITECH Acts. The document establishes that <Company/Organization> will provide specified services to VHA, necessitating the access and handling of PHI. Key responsibilities include safeguarding PHI, promptly notifying VHA of any breaches or incidents involving PHI, ensuring compliance with minimum necessary standards, and entering into similar agreements with subcontractors. The agreement emphasizes the ownership of PHI by VA, mandates appropriate safeguards, and details actions required in the case of a breach or unauthorized disclosure. Both parties are obliged to comply with applicable privacy laws and regulations, reinforcing the commitment to protect veterans' sensitive information. The BAA will be reviewed every two years to ensure compliance and effectiveness, with provisions for automatic termination upon the completion of services or breach of agreement. Ultimately, this document serves to formalize the relationship and responsibilities regarding PHI between the VA and its business associates, thereby enhancing the protection of veterans’ health information during the provision of health-related services.
Apr 17, 2025, 7:09 PM UTC
The document is an amendment to a previous combined solicitation regarding the FY25 Rauland Responder 5 Nurse Call System application software support service (Solicitation Number: 36C10B25Q0160). The primary purpose of the amendment is to extend the vendor response deadline to March 12, 2024, at 2:30 PM Eastern Standard Time. All other original terms and conditions remain unchanged. Quotes and responses are to be submitted via email to designated contacts, Justin Daniel or Evan Shlisserman at the Department of Veterans Affairs, Technology Acquisition Center. The document emphasizes adherence to standards set forth in federal RFP processes, ensuring that all potential vendors are adequately informed and can comply with the revised timeline for submissions.
Apr 17, 2025, 7:09 PM UTC
The file pertains to a Request for Quote (RFQ) for software support and maintenance services for the Rauland Responder V Nurse Call System managed by the Department of Veterans Affairs (VA). This RFQ outlines an amendment extending the deadline for offer submissions to April 17, 2025, and modifies certain sections to change the acquisition strategy from a Veteran-Owned Small Business (VOSB) set-aside to a Small Business (SB) set-aside, among other updates. The contractor will be responsible for providing annual software support and maintenance, including remote and on-site technical support, within a 12-month base period and four 12-month option periods. Key services include troubleshooting assistance availability, regular software updates, and detailed performance reports. The agreement emphasizes compliance with federal information security standards and mandates that the contractor use established procedures for software maintenance and support. The document is structured to include sections detailing the scope of work, performance work statement, price schedules, and regulations that govern the contract. It reflects the VA's commitment to ensuring high-quality technical support for healthcare services for veterans.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
DH01--Point to Point Communication System Software Renewal Brand Name or Equal to Vocera
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors to provide software maintenance and support services for the Vocera Point-to-Point Communication System at the VA Portland Healthcare System. This opportunity includes a base year contract with four additional option years, aimed at enhancing communication across the healthcare system to improve patient care and staff efficiency. The selected contractor will be responsible for delivering a reliable communication solution that integrates seamlessly with existing hospital systems, ensuring a minimum of 95% system uptime, and providing comprehensive training for VA staff. Interested vendors must respond by April 28, 2025, with details including company information, business size, and contract eligibility, and can direct inquiries to Jennifer Robles at jennifer.robles1@va.gov.
Z1DA--529-22-102 Replace CLC Nurse Call System Construction Keneisha Coleman NCO 4 Construction West VA-25-00062822
Buyer not available
The Department of Veterans Affairs is preparing to solicit a Request for Proposal (RFP) for the replacement of the CLC Nurse Call System at the Butler Veterans Administration Medical Center in Butler, Pennsylvania. The procurement aims to award a single Firm-Fixed-Price contract based on "Best Value" evaluation criteria, requiring the contractor to provide all necessary labor, materials, tools, and permits to complete the project in compliance with VA standards and applicable regulations. This initiative underscores the government's commitment to enhancing healthcare facilities while supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSB) qualified under NAICS code 236220, with an estimated construction cost between $1 million and $5 million. Interested parties must register with the System for Award Management (SAM) and be verified by the Department of Veterans Affairs at the time of proposal submission, with a pre-bid conference scheduled for April 29, 2025, and the anticipated response date for bids set for May 22, 2025. For further inquiries, contact Keneisha Coleman at Keneisha.Coleman@va.gov or 814-505-9032.
DA10--Vocera/Engage - Ascom Nurse Call Integration
Buyer not available
The Department of Veterans Affairs is conducting market research to identify potential contractors for the integration of the Vocera Engage communication platform with the Ascom Telligence Nurse Call system at the William S. Middleton Memorial Veterans Hospital in Madison, WI. The project aims to establish a seamless connection that facilitates two-way alerts and communication between patients and caregivers, enhancing the overall patient communication system within VA facilities. Interested organizations are invited to submit capability statements detailing their qualifications and capacity to deliver the required services, including system design, hardware procurement, and installation, by April 25, 2025, at 10:00 AM Central Time. Responses will inform procurement strategies, which may include set-asides for small businesses, and should be directed to Contract Specialist Laura Broacha at Laura.Broacha@va.gov.
Q999--Executive Order
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide Professional and Allied Healthcare Staffing Services under solicitation number RFP-797-FSS-00-0115-R4. This procurement aims to secure temporary staffing solutions for various healthcare roles, including physicians, nurses, and therapists, to support government health facilities effectively. The services are critical for maintaining healthcare delivery within the Veterans Affairs system, ensuring that veterans receive timely and quality care. Interested contractors must submit their proposals by the specified deadlines, with the next submission due on March 19, 2030, at 12:00 PM Central Time. For inquiries, potential bidders can contact Contract Specialist Brian O'Connell at Brian.O'connell@va.gov or by phone at (708) 786-5816.
J065 | Viewpoint Software Support and Maintenance
Buyer not available
The Department of Veterans Affairs (VA) is seeking contractors to provide support and maintenance services for the Viewpoint Wireless Temperature Monitoring System, as outlined in a Sources Sought Announcement. The procurement aims to gather information on potential vendors who can deliver comprehensive service agreements, including hardware/software warranties, unlimited support, system monitoring, and on-site calibration of NIST probes for various healthcare facilities in Southern Nevada. This initiative is crucial for ensuring proper temperature management within VA healthcare settings, thereby maintaining safety and compliance with federal regulations. Interested parties must respond by February 26, 2025, at 1:00 PM Pacific Time, and are encouraged to contact Gary Christensen at gary.christensen@va.gov for further details.
J036--Elevator Maintenance & Service RVAHCS Base 4
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide comprehensive elevator maintenance and service for the Roseburg VA Healthcare System. The contract encompasses full maintenance, repair, and inspection services, including emergency callback services, annual inspections, and preventive maintenance, ensuring compliance with safety codes and manufacturer specifications. This procurement is critical for maintaining the operational reliability and safety of the elevator systems within the facility, with an estimated total award amount of $12.5 million covering a base year and four optional renewal years. Interested contractors must submit their quotes by April 25, 2025, and can direct inquiries to Contract Specialist Meredith F. Valentine at Meredith.Valentine@va.gov.
7A20--AvaSure TeleSitter Virtual Patient Monitoring OR EQUAL TO
Buyer not available
The Department of Veterans Affairs (VA) is seeking sources for a TeleSitter Virtual Patient Monitoring System, referenced under solicitation number 36C26225Q0791. This Sources Sought Notice aims to identify potential vendors capable of providing a comprehensive solution that includes software, hardware, installation services, project management, and clinical support services, all in accordance with NAICS code 541512. The initiative is focused on enhancing patient safety and care at the Greater Los Angeles VA Healthcare System by centralizing patient observation for those requiring continuous monitoring. Interested vendors must submit their responses, including evidence of capabilities and pricing, by April 25, 2025, to Dyne Kim at dyne.kim@va.gov.
DA01--INTERSYSTEMS SOFTWARE UPDATES AND TECHNICAL ASSISTANCE
Buyer not available
The Department of Veterans Affairs is seeking proposals for Software Updates and Technical Assistance (SUTA) related to InterSystems software products, specifically IRIS and HealthShare systems. The primary objective of this procurement is to maintain the existing infrastructure during the transition to a new Electronic Health Record (EHR), ensuring compliance with federal standards, particularly regarding accessibility and security measures. This contract will initially last for six months, with the potential for six one-year renewal options, and includes key deliverables such as 24/7 support and regular performance monitoring. Interested vendors must submit their responses by April 30, 2025, at 3:00 PM Eastern Time, and can direct inquiries to Matthew Newell at Matthew.Newell@va.gov or by phone at 848-377-5170.
J065--Base YR (10/1/2025-11/30/2026) + 4 OYs Guldmann Ceiling lift maintenance
Buyer not available
The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center (GLAC) in Milwaukee, WI, is seeking vendors capable of providing Preventive Maintenance (PM) and Corrective Repair Support Services for approximately 444 Guldmann ceiling-mounted patient lifts at the Clement J. Zablocki VA Medical Center. Vendors must be able to manage all labor, travel expenses, shipping, and parts necessary for the maintenance of these medical devices, ensuring compliance with specific requirements such as OEM authorization and certified technical personnel. This procurement is critical for maintaining the operational efficiency of essential medical equipment used in patient care. Interested parties must submit a capabilities summary, including necessary documentation, by May 1, 2025, at 10:00 AM Central Time, to Eileen Meyer at eileen.meyer@va.gov, as this notice serves solely for market research purposes and does not constitute a solicitation.
6515--Equipment-Omnicells-NJ Emergency Dpt. (VA-25-00062972)
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 2, is issuing a Special Notice for a sole-source contract to replace an existing Omnicell cabinet and its components at the New Jersey VA Medical Center. The objective of this procurement is to secure a firm fixed-price contract with Trillamed Inc., the only authorized supplier and servicing agent for Omnicell Inc., as per FAR 13 Simplified Acquisition Procedures. This equipment is crucial for the medical center's operations, ensuring efficient medication management and patient care. Interested vendors must submit a one-page capability statement by April 28, 2025, at 4 PM Eastern Time, via email to Contract Specialist Lorraine Hussain at Lorraine.Hussain@va.gov, noting that responses do not guarantee a competitive selection process.