R426--Vocera Support System Administrator (VA-25-00014081)
ID: 36C25625Q0538Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Other Computer Related Services (541519)

PSC

SUPPORT- PROFESSIONAL: COMMUNICATIONS (R426)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking a contractor to serve as a Vocera Support System Administrator for the Michael E. DeBakey VA Medical Center in Houston, Texas. The contractor will be responsible for managing daily operations of the Vocera communication system, including user management, device maintenance, software updates, and user training, while ensuring compliance with federal laws regarding data confidentiality and security. This contract is crucial for maintaining effective communication within the healthcare setting, particularly for emergency communications that impact patient care. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by March 11, 2025, with a contract performance period from March 20, 2025, to March 19, 2026. For further inquiries, contact Lekeicia Anderson at Lekeicia.Anderson@va.gov or call 713-791-1414.

    Point(s) of Contact
    Lekeicia.Anderson@va.govLekeicia Anderson
    (713) 791-1414
    Lekeicia.Anderson@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting bids for a support system administrator for the Vocera platform, outlined in solicitation number 36C25625Q0538. The contract is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and has a response deadline of March 11, 2025, by 5:00 PM Central Time. The contracting office is located at 5075 Westheimer Road, Suite 750, Houston, TX 77056-5643, with performance expected at the Houston VA Medical Center on Holcombe Blvd. Included in the solicitation are several documents such as the solicitation itself, a past performance questionnaire, brand name justification, and a technical capability questionnaire. Additionally, a wage determination document is provided to comply with labor standards. This RFP emphasizes the VA's commitment to supporting veteran-owned businesses while seeking specialized technical expertise for their Vocera system, which enhances communication within healthcare settings. The structure of the document includes essential details about eligibility, performance expectations, and required attachments for interested vendors.
    The document outlines the Wage Determination No. 2015-5233 issued by the U.S. Department of Labor under the Service Contract Act, specifically for contracts in Texas's specified counties. It mandates minimum wage rates based on Executive Orders 14026 and 13658 and details differing hourly rates for various occupations in administrative, automotive, food service, health, and other categories. The minimum wage rates are stipulated as $17.75 for contracts entered after January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, unless higher rates are specified in the wage determination. It also highlights fringe benefits, including health and welfare benefits, paid vacation, holidays, and the need for conformance in case of unlisted occupations. Key provisions are related to employee protections such as paid sick leave under Executive Order 13706. This document is crucial for federal contractors to ensure compliance with wage and labor regulations during the execution of government contracts and grants, particularly in the context of RFPs at various governmental levels.
    The document outlines a Technical Capability Questionnaire associated with solicitation number 36C25625Q0538, focusing on the requirements for contractor personnel and services for the VA. The questionnaire assesses contractors’ understanding and ability to comply with various conditions from the Statement of Work. Key requirements include adherence to VAAR guidelines, provision of the necessary quantity of guards around the clock, verification of personnel qualifications, and ensuring all assigned staff meet medical standards. Contractors must also document essential training certifications, including CPR and first aid, for their personnel and guarantee the availability of required equipment. The structured format of questions, each referencing specific sections of the solicitation and Statement of Work, emphasizes the importance of compliance in fulfilling contract obligations in a 24/7 service environment. This questionnaire serves as a crucial evaluation tool to ensure that contractors can adequately meet the VA's operational needs and regulatory standards.
    The document is a Past Performance Questionnaire for evaluating an offeror's performance related to a contract with the Michael E. Debakey VA Medical Center. Federal Acquisition Regulation guidelines ensure the confidentiality of respondents, whose evaluations are due by March 11, 2025. Evaluators assess the offeror based on several criteria: overall quality and satisfaction, delivery performance, service quality, problem resolution, and personnel quality. The questionnaire includes binary questions regarding adverse performance issues, termination actions, and whether the offeror would be preferred for future contracts. It also requests details such as the contract duration, value, and a description of the provided services. This evaluation aims to aid in source selection for awarding a contract, reflecting accountability and performance standards crucial to government contracting processes.
    The document outlines a request for brand name justification related to the Vocera Communications, Inc. software system, which is essential for the hands-free communication needs at the Veterans Hospital. The justification states that only Vocera's system meets the requirements due to its proprietary nature and the critical role it plays in emergency communications for patient care. The request specifies that using any other brand would disrupt services and negatively impact patient care. Efforts to ensure the solicitation of offers from potential vendors documented the posting of Requests for Information (RFI) and availability notices, citing 4,752 Service-Disabled Veteran Owned Small Businesses (SDVOSBs) identified via the VetCert database, although none are authorized distributors for the system in question. The Contracting Specialist conducted comprehensive market research, including utilizing the VetCert and examining historical procurement data, confirming that Vocera Communications, Inc. remains the sole manufacturer. The estimated cost for acquiring another system is outlined as disadvantageous to the government. The document emphasizes the importance of maintaining continuity in patient communication systems to uphold care standards for veterans, making a compelling case for the continued use of Vocera products.
    The document outlines a solicitation for a contractor to provide on-site administrative services for the Vocera communication system at the Michael E. DeBakey VA Medical Center. The contractor is expected to manage daily operations, including user management, device maintenance, software updates, and training for users. It details responsibilities such as data management, support for Vocera equipment, reporting, and user satisfaction surveys. The contract stipulates compliance with various federal laws regarding data confidentiality and security, emphasizing training requirements for contractor personnel accessing VA information. The goal is to ensure efficient Vocera system operation while safeguarding sensitive information and maintaining regulatory compliance. The contract spans from March 20, 2025, to March 19, 2026, with options for renewal. Additionally, the summary clarifies that all work must be performed during standard hours, and any additional charges must be communicated in advance. This RFP showcases the VA's commitment to enhancing communication systems and underscores the importance of securing sensitive data in government-funded projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    7E21--Vocera Communication Device See attached/Within for details
    Buyer not available
    The Department of Veterans Affairs is seeking potential vendors for the procurement of Vocera Communication Devices and associated software for the Michael E. DeBakey VA Medical Center, as outlined in solicitation number 36C25625Q0570. The procurement aims to enhance communication technology within the VA healthcare system, requiring specific items such as user add-ons, smart badges, battery packs, chargers, and warranty extensions. Interested vendors are encouraged to provide information regarding their capabilities, including compliance with the Non-Manufacturer Rule and confirmation of being an authorized distributor for the OEM products. Responses are due by March 6, 2025, and should be submitted via email to Contracting Officer Steven A. Berkeley at Steven.berkeley@va.gov.
    7C21-- Vocera Communications System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide a Vocera Communications System at the Erie VA Medical Center, aimed at replacing its outdated paging system. This procurement involves professional services for the installation, support, and maintenance of the Vocera system over a one-year base period, with the possibility of four additional option years. The project is critical for enhancing communication efficiency across various departments, ultimately improving care delivery to veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their capability responses by March 3, 2025, detailing their company information and relevant experience, with all services required to be performed on-site in compliance with operational protocols. For further inquiries, vendors can contact Contract Specialist Antonio Armstrong at antonio.armstrong2@va.gov or by phone at 610-384-7711 x3236.
    J012--Fire Alarm and Sprinkler System Maintenance Testing, and Inspection
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the maintenance, testing, and inspection of fire alarm and sprinkler systems at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a Firm-Fixed Price contract with a base period from March 14, 2025, to September 30, 2025, along with four optional one-year extensions. The services required are critical for ensuring compliance with safety standards and protecting the well-being of veterans and staff within the facility. Interested contractors must submit their proposals by February 28, 2025, with a site visit scheduled for February 20, 2025, and should direct any inquiries to Contract Specialist Tiffany Burks at tiffany.burks@va.gov or (601) 206-6945.
    N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the installation and leasing of Reverse Osmosis and deionized (DI) water equipment, along with annual maintenance and testing services at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will cover a base year with four optional years, emphasizing the VA's commitment to enhancing opportunities for veteran-owned businesses. The anticipated solicitation release is around February 21, 2025, with proposal submissions due by March 14, 2025. Interested contractors must be verified as SDVOSB and comply with the applicable NAICS Code (221310) with a size standard of $19 million; for further inquiries, they can contact Contracting Officer Felicia Lovelady at FELICIA.LOVELADY@VA.GOV or (318) 466-4317.
    Y1DA--NCO17 Central Texas Construction MATOC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Multiple Award Task Order Contract (MATOC) to provide construction, maintenance, and repair services across various Veterans Health Care Systems in Texas, specifically targeting service-disabled veteran-owned small businesses. The contract, with an anticipated value of up to $500 million, aims to enhance facility operations through a range of construction services, including a seed project focused on replacing boilers at the Kerrville Medical Center. Interested contractors must adhere to strict compliance requirements, including background investigations for personnel, and submit their proposals by the extended deadline of September 2, 2024, at 3:00 PM CDT. For further inquiries, potential bidders can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    Z2DA--Project 671-25-006 Replace HVAC in Hemodialysis
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace the HVAC system in the Hemodialysis unit at the Audie Murphy Memorial Veterans Hospital in San Antonio, Texas. This firm-fixed-price contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a project magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days following the notice to proceed. The project is critical for enhancing healthcare services within the facility, ensuring a safe and efficient environment for patient care, particularly in the hemodialysis unit. Interested contractors must submit their proposals by March 13, 2025, at 10:00 AM Central Time, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov or (254) 899-6042 for further information.
    A3 - S205--RFQ: Pharmaceutical Waste Treatment Disposal Services (MEDVAMC)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Pharmaceutical Waste Treatment Disposal Services at the Michael E. DeBakey VA Medical Center in Houston, Texas, along with its outpatient clinics in Beaumont and Lufkin. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to provide comprehensive services for the collection, treatment, and disposal of controlled substance pharmaceutical waste, ensuring compliance with all relevant regulations. This procurement is critical for maintaining safe and effective waste management practices within VA healthcare facilities. Interested vendors must submit their quotes by March 5, 2025, and are encouraged to attend a technical site visit on February 26, 2025, to better prepare their proposals; for further inquiries, they can contact Contract Specialist Quentin Chew at Quentin.Chew@va.gov or (713) 791-1414.
    N061--EHRM NEXTGEN WIFI UPGRADES
    Buyer not available
    The Department of Veterans Affairs is seeking qualified veteran-owned small businesses to provide EHRM NEXTGEN WIFI UPGRADES at the VA Boston Healthcare System located in Brockton, MA. The procurement aims to award a Firm-Fixed Price contract to a vendor that meets the solicitation requirements and offers the best value based on price and other evaluation criteria. This project is crucial for enhancing telecommunications infrastructure within the VA system, thereby supporting the delivery of healthcare services to veterans. Interested vendors can download the solicitation starting February 25, 2025, with responses due by March 5, 2025, at 12 PM EST. For inquiries, vendors should contact the designated contracting officer, Issa Shawki, at issa.shawki@va.gov or by phone at 774-826-3192, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Pre-Solicitation Notice - ChooseVA - R499 - Washington DC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a communications support contract under the presolicitation notice 36C10X25R0008 for the ChooseVA campaign, aimed at enhancing public confidence in the VA through improved communication strategies. The contractor will be responsible for developing various media and communication materials, including videos, digital products, and advertisements, to effectively promote VA services and employment opportunities, while ensuring compliance with accessibility standards. This initiative underscores the VA's commitment to improving veteran experiences and fostering a well-informed workforce, with a total potential contract value of $90 million and a minimum guarantee of $100,000. Interested parties should contact Justin Cole at Justin.Cole4@va.gov or Christina Brown at christina.brown13@va.gov for further details.
    6530--VHIT System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the procurement of a Video Head Impulse Test (VHIT) system and associated technical support services for the San Diego VA Medical Center. This initiative aims to identify capable contractors, particularly small businesses, including Service-Disabled Veteran-Owned and Veteran-Owned firms, that can provide a VHIT system comprising components such as a rotary chair, Interacoustics EOG accessory kit, and caloric irrigators, all meeting specific technical specifications. The procurement is critical for enhancing the quality of medical equipment and support within the VA healthcare system, ensuring compliance with federal acquisition standards. Interested parties must submit their detailed company information, capabilities, and relevant experience by March 4, 2025, and should be registered in the System for Award Management (SAM) database. For further inquiries, contact Hanan McCullick at Hanan.Mccullick@va.gov or call 562-766-2234.