Notice of Intent to Sole Source- Annual Software Subscription License for the EndoTool
ID: 36C24925Q0291-1Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Software Publishers (513210)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to award a sole source contract for an Annual Software Subscription License for the EndoTool Intravenous (IV) insulin dosing system to Monarch Medical Technologies, a self-certified small, disadvantaged business based in Charlotte, North Carolina. This procurement aims to enhance patient care by providing precise insulin dosing recommendations and integrating seamlessly with hospital electronic medical records (EMR) systems, thereby improving diabetes management in clinical settings. The EndoTool IV software is uniquely designed to adapt to individual patient physiology, utilizing machine learning to optimize insulin therapy, and is FDA-approved for use within the Veterans Healthcare Administration. Interested vendors must submit their capabilities by June 30, 2025, to Ryan Mick at Ryan.Mick@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for award consideration. The anticipated award date for this contract is no later than July 30, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to award a sole source contract for an Annual Software Subscription License for the EndoTool Intravenous (IV) insulin dosing system, specifically to Monarch Medical Technologies, a self-certified small, disadvantaged business based in Charlotte, North Carolina. The contract, which falls under FAR 13.106-1(b) for single sourcing, is expected to be finalized by July 30, 2025. EndoTool IV is an FDA-approved software that enhances patient care by providing accurate insulin dosing recommendations and integrating seamlessly with hospital electronic medical records (EMR) systems. Interested vendors can respond with their capabilities to meet this requirement by June 30, 2025. The Government emphasizes that this is not a solicitation, and all submissions will inform the decision on potential competitive procurement. Compliance with System for Award Management (SAM) registration is mandatory for eligibility. Overall, this presolicitation notice outlines the VA's need for specialized software aimed at improving diabetes management in hospital settings.
    The Department of Veterans Affairs (VA) intends to award a sole source contract for an Annual Software Subscription License for the EndoTool Intravenous (IV) insulin dosing system, specifically to Monarch Medical Technologies, a self-certified small, disadvantaged business based in Charlotte, North Carolina. The contract, which falls under FAR 13.106-1(b) for single sourcing, is expected to be finalized by July 30, 2025. EndoTool IV is an FDA-approved software that enhances patient care by providing accurate insulin dosing recommendations and integrating seamlessly with hospital electronic medical records (EMR) systems. Interested vendors can respond with their capabilities to meet this requirement by June 30, 2025. The Government emphasizes that this is not a solicitation, and all submissions will inform the decision on potential competitive procurement. Compliance with System for Award Management (SAM) registration is mandatory for eligibility. Overall, this presolicitation notice outlines the VA's need for specialized software aimed at improving diabetes management in hospital settings.
    The document outlines a justification for a single-source procurement by the Department of Veterans Affairs (VA) for the EndoTool Intravenous (IV) software system, aimed specifically for insulin dosing management at the James H. Quillen Veterans Affairs Medical Center. This acquisition falls under simplified acquisition procedures due to its estimated amount being under the Simplified Acquisition Threshold (SAT) of $250,000. The EndoTool software is uniquely capable of integrating 11 patient-specific physiological factors to enhance clinical decision support for insulin titration. Its distinctive feature, the Estimated Residual Extracellular Insulin (EREI), allows for customized insulin dosing by continually calculating the amount of existing insulin in the bloodstream, a functionality that is not available in other products. This software is also approved for use by the Veterans Healthcare Administration, reinforcing its exclusivity for this procurement. The justification illustrates the VA's commitment to utilizing specialized technology to improve patient care in glycemic management.
    Similar Opportunities
    InstyMed Dispenser System
    Buyer not available
    The Department of Veterans Affairs is issuing a modification to its previous notice regarding the InstyMed Dispenser System, indicating its intent to negotiate a limited source contract. This modification serves to establish a deadline for responses, emphasizing the urgency and specificity of the procurement process. The InstyMed Dispenser System is crucial for enhancing healthcare delivery to veterans, ensuring efficient medication dispensing and management. Interested parties must submit their responses by December 12, 2025, at 10:00 am CST, and can direct inquiries to Contracting Officer Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4850.
    J065--Bayer Medrad Injectors Full Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source Firm-Fixed-Price Contract to Novamed Corporation for the full service of Bayer Medrad Injectors. This contract, identified as 36C25724P0085, will provide essential services including onsite support by a Bayer certified field engineer, hardware system coverage, calibration, software updates, EPM certified part replacements, and comprehensive inspection and safety testing for various Bayer/Medrad models at the Dallas VA Medical Center. The procurement is being conducted under FAR 13.5, indicating the intent to negotiate with a single source due to the specialized nature of the services required. Interested parties may submit their capability information by December 12, 2025, at 10:00 A.M. CT, to Rafael Rodriguez at Rafael.Rodriguez2@va.gov, as the government may consider competitive procurement based on the responses received.
    J066--Full Service Contract and Software Subscription – BD Synapsys
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Becton, Dickinson & Co. (BD Diagnostics Systems) for a full-service contract and annual software subscription for BD Synapsys at the Central Texas Veterans Health Care System. This procurement includes essential services such as a software license, technical support, remote diagnostics, preventative maintenance, and comprehensive repair services, all adhering to OEM specifications and VA standards. The contract is crucial for maintaining the operational efficiency of medical equipment and ensuring high-quality healthcare delivery to veterans. Interested parties must submit their capability statements, including necessary documentation, to Jose Campa at jose.campa@va.gov by 10:00 A.M. CST on December 10, 2025, with the contract expected to be awarded around December 31, 2025.
    7A21--Y90 Simplicity Software License
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, is seeking qualified sources to provide Simplicity Y-90 Personalized Dosimetry Software under a Sources Sought Notice (36C25726Q0143). This procurement aims to identify potential vendors capable of fulfilling the requirements for a service contract that includes a base year and four option years, with performance taking place at the South Texas Veterans Health Care System in San Antonio, TX. The software is critical for personalized dosimetry in medical applications, emphasizing the importance of accurate and effective treatment planning for patients. Interested businesses must submit their responses, including company details and socio-economic status, by December 10, 2025, at 10:00 am CST via email to Gillian M. Hooge at gillian.hooge@va.gov.
    Medical Coding Software, New Mexico VA Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for a Medical Coding Software subscription for the New Mexico VA Health Care System, specifically through the Cooperative Studies Program Clinical Research Pharmacy Coordinating Center. The procurement aims to secure a FedRAMP-authorized or VA Technical Reference Model (TRM) approved Software-as-a-Service (SaaS) solution that includes medical coding capabilities, dictionary loads (MedDRA and WHODrug), user subscriptions for six users, software support, installation, data migration, and virtual user training. This software is critical for ensuring patient safety and compliance with reporting requirements, facilitating timely data collation for regulatory submissions and clinical trials. Interested vendors must submit inquiries by December 3, 2025, and quotes by December 12, 2025, to Katharine Robert at katharine.robert@va.gov, with the contract expected to be awarded for a one-year period from January 11, 2026, to January 10, 2027.
    Chelmsford & Tucson CMOP - MED/SURG Supplies One Touch-Test Strips, Tandem Infsuion sets 1001680 & 1001729 and Hollister Cath Set #96144
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide specific medical-surgical supplies, including One Touch Verio test strips, Tandem infusion sets (part numbers 1001680 and 1001729), and Hollister Cath Set 96144, for its Consolidated Mail Outpatient Pharmacy (CMOP) facilities located in Chelmsford and Tucson. The procurement is focused on sourcing brand name products only, with strict adherence to quality standards and delivery requirements, including tracking information and compliance with FDA regulations. These supplies are critical for the effective management of patient care within the VA system. Interested vendors must submit their capability statements and relevant company information to Jennifer Knight at jennifer.knight@va.gov by December 9, 2025, at 2:00 PM CT, as this notice serves solely for market research purposes and does not obligate the VA to issue a solicitation.
    Q301--Elliot Follow On (VA-25-00093642)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source five-year Blanket Purchase Agreement (BPA) to Elliot Hospital for specialized and routine laboratory testing and blood irradiation services. The procurement requires the contractor to provide STAT testing with a one-hour turnaround time, along with other laboratory services on an as-needed basis, adhering to strict compliance with federal and state regulations, including HIPAA and CLIA. This opportunity is crucial for ensuring timely and quality medical laboratory services for veterans, with a response deadline for interested parties set for December 12, 2025, at 3:00 PM EST. Interested vendors should submit their qualifications to Sarah Otis at Sarah.Otis@va.gov, as no competitive proposals will be solicited.
    J065--NOTICE of INTENT SOLE SOURCE GE MACLAB Service and Support
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), intends to award a Firm Fixed Price contract to GE Healthcare, INC for the maintenance and support of the GE Healthcare Combolab systems (Mac Lab System) at the Veterans Affairs Sierra Nevada Health Care System. The contract, effective January 1, 2026, will require the contractor to provide all necessary labor, transportation, parts, and expertise, ensuring compliance with various national and industry standards, including NFPA-99 and OSHA, while maintaining a commitment to 99% equipment uptime. Interested parties may express their interest by submitting a detailed description of their capabilities via email to Gary Christensen at gary.christensen@va.gov by December 12, 2025, at 10:00 AM Pacific Standard Time, referencing solicitation number 36C26126Q0190. The government reserves the right to determine whether to compete the proposed contract based on the responses received.
    6636--New - Advanced Instruments Anoxomat Service
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Advanced Instruments for the preventative service and maintenance of the Advanced Instruments Anoxomat anaerobic jar system (SN: 1312-1214) at the Audie L. Murphy VA Hospital. The contract will encompass a base year plus four option years, requiring a 5-day response time, one annual on-site preventive maintenance service, onsite repairs, unlimited phone support, and provision of a loaner instrument. This specialized equipment is critical for microbiological analysis, and due to its proprietary nature, only Certified Advanced Instruments Field Service Engineers are authorized to perform the necessary work. Interested parties may submit capability statements to Joshua Weisman at joshua.weisman@va.gov by the deadline of five business days from the notice publication, as no contract will be awarded based on offers received.
    Maintenance for Medrad Injector System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for preventative and corrective maintenance services for Bayer Medrad Injector Systems at the Audie L. Murphy Memorial Veterans Hospital in San Antonio, TX, and the Kerrville VA Medical Center. The contract includes a 12-month base period and four additional 12-month option years, requiring compliance with various standards such as NFPA-99 and OSHA, as well as specific response and repair times, annual preventive maintenance, and detailed documentation of services. This maintenance is crucial for ensuring the operational reliability and safety of medical equipment used in patient care. Interested vendors must demonstrate their qualifications and submit proposals, with contact inquiries directed to Astrid McKinney at astrid.mckinney@va.gov or by phone at 254-654-9608.