DA10-- Rauland - Responder 5 Nurse Call System Application software support service -
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

Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs) (VSA)
Timeline
    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
    justin.daniel@va.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    DA10--Vocera Communication System *Brand Name or Equal* Salt Lake City VA Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors for a Vocera Communication System or an equivalent solution for the Salt Lake City VA Health Care System. The VA aims to update its aged patient call system to enhance staff communication and notification processes, with requirements including software licenses for approximately 725 users, messaging capabilities, and integration with existing nurse call systems. This procurement is anticipated to be structured as a base year with four option years for licensing, technical support, and software subscriptions, with responses due by December 29, 2025. Interested vendors should contact Contract Specialist Stephanie Cahill via email at Stephanie.Cahill@va.gov to express their capabilities and provide necessary documentation.
    J065--QMATIC Service | Follow on Base+4 | Start: 1/1/26 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a service agreement for the Q-Matic Customer Flow Management System at the Chillicothe Veterans Affairs Medical Center (VAMC). This contract encompasses hardware and software maintenance, with a base period starting January 1, 2026, and extending through December 31, 2026, followed by four optional one-year extensions potentially lasting until 2030. The services are critical for maintaining efficient patient flow and minimizing disruptions in care, requiring on-site support during business hours and a rapid response for repairs. Interested vendors should contact Contract Specialist Christopher T. Council at Christopher.Council@va.gov for further details, and must adhere to the solicitation requirements outlined in document 36C25026Q0167.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    J065 | Viewpoint Software Support and Maintenance
    Veterans Affairs, Department Of
    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.
    DA10--Department of Veterans Affairs- Data Call Centers - RFI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking industry input through a Request for Information (RFI) regarding the consolidation of its decentralized contact centers into a more efficient system. The objective of this initiative is to streamline operations, enhance customer experience, and reduce costs while managing over 60 million calls annually. Interested vendors are invited to provide detailed responses addressing their technical capabilities, corporate experience, and compliance with set-aside requirements, with submissions due by December 16, 2025, at 1:00 PM EST. Responses should be sent via email to Contract Specialist Joshua Fitzmaurice and Contracting Officer Mina Awad, with a maximum file size of 5 MB and a page limit of 15 pages.
    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.
    DA10--Staff Scheduling Software Access and Support Service FY26 (VA-26-00027047)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from qualified vendors for the provision of Pharmacy Staff Scheduling Software Access and Support Services for Fiscal Year 2026. The procurement aims to secure a software platform that offers 24/7 access, hosting, updates, and technical support for 125 users at the Dallas VA Medical Center, ensuring compliance with federal and VA regulations regarding IT security and privacy. This service is critical for enhancing operational efficiency within the pharmacy department, and the contract will include a 12-month base period with four optional 12-month extensions. Interested vendors must submit their responses, including capability statements and corporate experience, by December 16, 2025, at 14:00 Eastern Time, via email to Justin Daniel and Evan Schlisserman, with the subject line indicating the service sought.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    VISN 12 Spok MediCall Migration
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the migration of the Spok MediCall System at the Madison VA Medical Center from the Nippon Electronics Corporation (NEC) Voice system to the Cisco Unified Call Manager (UCCM). This procurement is a brand name requirement, emphasizing the need for specific technology to ensure seamless communication services within the facility. The successful contractor will play a crucial role in enhancing the medical center's telecommunication capabilities, which are vital for patient care and operational efficiency. Interested parties can reach out to Chante Frith at chante.frith@va.gov or Matthew Truex at Matthew.truex1@va.gov for further details regarding this opportunity.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of a NovaSure RF Controller Model 10 and a Fluent Fluid Management System for the Pittsburgh VA Medical Center. This procurement aims to replace outdated medical equipment, ensuring the continuity and quality of surgical procedures for veterans. The solicitation emphasizes the need for brand-name medical equipment to maintain standardized operational procedures and compliance with government regulations regarding product integrity and quality. Quotes are due by January 10, 2025, with delivery expected within 90 days after contract award. Interested vendors can contact Contract Specialist Mae L McGarry at Mae.McGarry@va.gov for further information.