ClearRead Bone Suppression PM services
ID: 36C24725Q0352Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Custom Computer Programming Services (541511)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 07, intends to award a sole source contract for ClearRead Bone Suppression PM services to Riverain Technologies, LLC. This procurement involves a five-year contract that includes software updates, 24/7 remote support, spare parts provision, and onsite assistance for the proprietary ClearRead Bone Suppression software system at the Birmingham VA Medical Center. Riverain Technologies is the sole developer of this specialized software, which requires unique expertise and tools for effective maintenance and support, as confirmed by market research. Interested parties must submit their capability documentation to Ashley Stewart at Ashley.Stewart4@va.gov by February 6, 2025, at 08:00 AM EST, to be considered for this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details a justification for a single-source award by the Department of Veterans Affairs for the maintenance and software support of the RiverRain Technologies ClearRead Bone Suppression software system at the Birmingham VA Medical Center. This requirement includes a five-year contract (one base year and four option years) encompassing software updates, 24/7 remote support, spare parts provision, and onsite assistance. The summary emphasizes that Riverain Technologies is the sole developer of the necessary proprietary software, with unique patented technologies that necessitate specialized knowledge and tools for effective servicing and troubleshooting. Market research indicated that Riverain is the only vendor capable of providing the required services, as highlighted by their exclusive tools and expert support. The contracting officer certified the justification for the single-source procurement, adhering to federal guidelines for acquisitions exceeding the micro-purchase threshold but not exceeding $250K. This documentation underscores the VA’s careful procurement process and the necessity for specialized services within a specific technical domain.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J065--AGFA Preventive Maintenance and Service Base 2 years Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to AGFA US Corp. for preventive maintenance and support services for the AGFA DR 400 Detector System at the Worcester Belmont Street Campus. The contract will cover a base year plus two option years, from January 1, 2026, to December 31, 2028, requiring annual preventive maintenance and service support as detailed in the attached Statement of Work. This procurement is critical as AGFA US Corp. is the only provider capable of delivering the specialized and proprietary services necessary to maintain compliance with FDA and cybersecurity requirements. Interested parties may submit documentation to demonstrate their qualifications by December 11, 2025, at 11:00 AM EST, with all inquiries directed to Contract Specialist Kim McCarthy at kim.mccarthy@va.gov.
    J065--Notice of Intent to Sole Source GE Optima 660 CAT Scan System Service and Support
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 21, intends to award a sole source contract to GE Healthcare for the service and support of the GE Optima 660 CAT Scan System at the VA Sierra Nevada Health Care System in Reno, NV. The contract will encompass maintenance services, including preventive maintenance, calibration, and repair, with specific requirements such as a one-year contract period, adherence to manufacturer schedules, and rapid response times for service calls. This procurement is critical for ensuring the operational efficiency and reliability of medical imaging equipment essential for patient care. Interested parties must submit compelling evidence of their capability to provide competitive services by December 10, 2025, and direct all inquiries to Contract Specialist Michael Alston at michael.alston@va.gov.
    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.
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    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.
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    Radiology & Imaging FY2025 Solicitation
    Buyer not available
    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-- Service Contract for Bruker
    Buyer not available
    The Department of Veterans Affairs is seeking a service contract for Bruker equipment, specifically through a sole source justification. This procurement aims to secure maintenance and repair services for government-owned medical, dental, and veterinary equipment, ensuring operational efficiency and compliance with health standards. The contract is critical for maintaining the functionality of specialized equipment used in veteran care. Interested parties can reach out to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818 for further details regarding this opportunity.
    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.
    6515--VIP Glenoid Reamer System Set Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Arthrex, Inc. for the procurement of a VIP Glenoid Reamer System Set, essential for orthopedic surgical procedures at the Albany VA Medical Center. This system is specifically required to support total and reverse shoulder arthroplasty, ensuring compatibility with existing Arthrex implants and maintaining continuity of patient care. The Glenoid Reamer System is critical for precise preparation of the glenoid surface, which is vital for accurate implant placement and long-term surgical success, as no equivalent products are available that meet the facility's needs. The estimated contract value is $19,104.16, and interested parties can contact Contract Specialist Barry Sawyer at Barry.Sawyer@va.gov or 585-393-8563 for further details, with a response deadline set for December 12, 2025.