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
    DA10--TeraRecon Picture Archiving Computer System (PACS) Maintenance and Support
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to TeraRecon Inc. for the maintenance and support of the TeraRecon Picture Archiving Computer System (PACS) at the Philadelphia VA Medical Center (VAMC). This contract, effective from March 11, 2025, for a base year with four optional years, aims to ensure the continuous operability of the PACS, which is critical for storing diagnostic patient images. Key services required include software licensing, hardware and software support, and timely response to service calls based on the severity of issues encountered. Interested parties must submit capability statements demonstrating their qualifications by February 13, 2025, to Contract Specialist Jefferson Mann at jefferson.mann@va.gov.
    J065--Intent to Sole Source a Preventative Maintenance Contract for the WatchDog System by Avidity
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the preventative maintenance of the WatchDog System, manufactured by Avidity. This procurement is necessary as Avidity is the original equipment manufacturer (OEM) and the exclusive provider capable of maintaining and repairing the system using OEM parts and trained technicians. The WatchDog System is critical for medical applications, and the VA's decision to pursue a sole source contract underscores the importance of specialized maintenance services to ensure operational integrity. Interested parties must submit their capability documentation to Carmen Hanczyk, the Contracting Officer, via email by February 5, 2025, with the anticipated contract award date set for March 1, 2025.
    J065--Carestream DRX PM and Repair Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 02, intends to solicit sole-source preventative maintenance and repair services for Carestream DRX equipment. The procurement aims to secure comprehensive support from Carestream Health, Inc., the original equipment manufacturer, which includes travel, labor, necessary equipment, software updates, and repair services for various DRX models. This service is critical for maintaining the functionality of medical equipment across multiple campuses in New York City, ensuring reliable healthcare delivery. Interested parties must submit their capability documentation by February 12, 2025, to Contract Specialist Lynn Krakowiak at Lynn.Krakowiak@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    J065--**J065** INTENT TO SOLE SOURCE Move Spect CT & Level Floor (VA-25-00044912)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source procurement contract to GE Precision Healthcare for the Move Spect CT & Level Floor project (VA-25-00044912). This procurement is necessitated by the requirement for specific proprietary components, including FDA-approved software, which justifies the sole source determination under FAR 6.302-1. The contract will fall under NAICS code 811210, focusing on Electronic and Precision Equipment Repair and Maintenance, with a size standard of $34 million. Interested parties may direct inquiries to Contracting Officer Timothy Kimmel at timothy.kimmel@va.gov, with responses due by February 5, 2025.
    DA10--EC2 Software Solutions | NMIS | Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 17, intends to award a sole source contract to ec2 Software Solutions for annual software support and updates for a duration of one year. This procurement is critical as ec2 Software Solutions has provided a proprietary letter asserting that they are the sole manufacturer and distributor of the required software products, which are not available from independent resellers in the United States. This notice serves to inform potential vendors that while this is not a solicitation for proposals, they may submit capability statements to demonstrate their qualifications; however, if no affirmative responses are received within seven days, the contract will be awarded to ec2 Software Solutions. Interested parties can contact Contract Specialist Gillian M. Hooge at gillian.hooge@va.gov or (210) 364-3724 for further information.
    J065--Airstrip One Platform (VA-25-00042815)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to enter into a sole source procurement for the Airstrip One platform and associated software licensing, specifically for the Veterans Health Administration's Tele-Critical Care (TCC) program. This procurement aims to secure essential GE patient monitoring system licenses that enable national TCC clinicians to access vital sign data, thereby enhancing patient care through remote clinical expertise and improved resource utilization. Interested parties are invited to submit capability statements by February 14, 2025, to Contract Specialist Lisa Strawbridge at lisa.strawbridge@va.gov, with the understanding that all submissions must demonstrate the company's qualifications and comply with federal security protocols. Registration in the System for Award Management (SAM) is required for eligibility, and the procurement is not open for competitive quotes.
    Q702--Notice of Intent to Sole Source | Preventative Maintenance and Service Repair for the Philips N90 R/F X-Ray Machine at Billings VA Outpatient Clinic | Philips Healthcare
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Philips Healthcare for the preventative maintenance and service repair of the Philips N90 R/F X-Ray machine at the Billings VA Outpatient Clinic in Montana. This procurement is necessitated by the proprietary nature of Philips Healthcare’s radiology systems, which designates them as the sole authorized provider for these essential services. The contract is part of a larger Indefinite Delivery Indefinite Quantity (IDIQ) agreement and is scheduled to run from March 1, 2025, to February 28, 2026. Interested parties may express their capabilities to meet this requirement by February 10, 2025, by contacting Contract Specialist Karly Morris at Karly.Morris@va.gov, although the VA retains the discretion to not seek competitive bids.
    DC10--Notice of Intent to Sole Source - Rauland Responder server replacement - Spokane VA
    Buyer not available
    The Department of Veterans Affairs (VA) intends to issue a sole source contract for the replacement of the Rauland Responder 5 nurse call server at the Spokane VA Medical Center. The contract will be awarded to EVCO Sound & Electronics, the only authorized provider for Rauland systems in the region, ensuring uninterrupted support for this proprietary system. This procurement is critical for maintaining effective communication and response capabilities within the medical facility. The contract is expected to be awarded by February 17, 2025, and interested parties may contact Contracting Officer Peter Park at Peter.Park2@va.gov for further information, although no competitive proposals will be accepted.
    Notice of Intent to Sole Source to SonoSim, Inc.
    Buyer not available
    The Uniformed Services University of the Health Sciences (USU) intends to award a sole-source contract to SonoSim, Inc. for the renewal of its ultrasound training software, which will support 63 Advanced Practice RN students and 2 faculty members over a twelve-month period. This specialized software provides illustrated training modules covering various patient systems and incorporates detailed, realistic ultrasound images, fulfilling the specific educational needs of USU. The procurement will adhere to FAR Parts 12 and 13, and while the intention is to proceed with a sole-source contract, USU invites other responsible sources to submit proposals that can meet the requirements by the specified deadline. Interested parties must respond via email by February 7, 2025, to Kaysie Shadeck at kaysie.shadeck@usuhs.edu or Tina Guillot at tina.guillot@usuhs.edu for consideration.
    6530--RADIOLOGY AI SOFTWARE
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified suppliers for a Commercial Off-the-Shelf (COTS) Radiology AI Software that will enhance healthcare delivery for veterans by integrating with the VA’s Electronic Medical Health Record (EMHR). The software must utilize AI capabilities for various diagnostic applications, including bone fracture detection, neuroimaging support, and breast cancer screening, while ensuring compliance with VA security directives and providing quality assurance functionalities. This initiative is crucial for improving operational efficiency within Radiology Services and ultimately enhancing patient care for veterans. Interested vendors are encouraged to submit their qualifications, business status, and general pricing by February 17, 2024, to the Contracting Officer, Anette Doan, at Anette.Doan@va.gov.