Life Image and Pure Cloud
ID: W9124J-26-Q-LIFEType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-1361, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - IT MANAGEMENT AS A SERVICE (DF10)

Set Aside

8(a) Sole Source (8AN)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking to procure Life Image Cloud/Image Exchange Services to enhance the viewing and sharing of medical images at Brooke Army Medical Center (BAMC). This cloud-based system will facilitate the rapid exchange of medical images from over 30 regional facilities, allowing BAMC's Trauma Service to efficiently retrieve and save images into their Picture Archiving and Communication System (PACS). The anticipated contract, valued at $38,100, is intended for a one-year period and will be awarded as a sole-source, firm-fixed-price contract to Life Image, Inc. Interested vendors must respond by January 8, 2026, with capability statements and any inquiries due by December 30, 2025. For further information, potential bidders can contact Lexus Robinson at lexus.r.robinson2.civ@army.mil or Walter L. Williams at walter.l.williams24.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Surgery, Brooke Army Medical Center (BAMC) requires Life Image Cloud/Image Exchange Services to facilitate the viewing and sharing of medical images from other facilities. This cloud-based system enables referring facilities to upload images for BAMC Trauma Service to retrieve and save into PACS, capable of opening disks from various systems. Over 30 regional facilities refer to BAMC as a Level 1 trauma center. The contractor will provide technical support, manage software issues via a ticketing system, and handle system updates and yearly maintenance. Life Image Customer Support is available 24/7 via a support portal, email (support@lifeimage.com), or phone (877-959-5615). Payment will be processed upon receipt and acceptance of completed service reports through the Wide Area Work Flow (WAWF) system, with invoices submitted electronically within 30 calendar days of service completion. Final invoices must be clearly marked and submitted within 45 days after the period of performance end date.
    This Sources Sought Notice from the U.S. Government indicates an intent to award a sole-source, firm-fixed-price contract to Life Image, Inc. dba lifeIMAGE for cloud-based radiology image sharing services. The Life Image product is currently used at Brooke Army Medical Center for trauma patient referrals, facilitating image review before patient arrival. The government is seeking other capable vendors to potentially support a competitive procurement process, encouraging responses from all business sizes, including small businesses in various socioeconomic categories. The anticipated NAICS code is 541519, Other Computer Related Services. The contract is for a one-year effort with a total value of $38,100. Interested parties must respond by January 8, 2026, providing information on competition restrictions, their capability, interest in competing, relevant experience, commercial availability, and recommendations for contract structuring. Questions are due by December 30, 2025.
    Lifecycle
    Title
    Type
    Life Image and Pure Cloud
    Currently viewing
    Sources Sought
    Similar Opportunities
    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.
    Radiology Blanket Purchase Agreement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Radiology Blanket Purchase Agreement (BPA) to provide diagnostic imaging services at Fort Knox, Kentucky. This procurement is set aside for small businesses under NAICS code 621512, which encompasses Diagnostic Imaging Centers, and requires offerors to submit a completed BPA price list as part of their proposals. The services are critical for supporting military healthcare operations, ensuring timely and effective radiological assessments. Proposals are due by 2:00 PM Eastern Daylight Time (EDT) on December 18, 2025, and must be submitted via email to Justin Balster at justin.balster2.civ@health.mil and MAJ Jason Holck at jason.t.holck.mil@health.mil, with all offerors required to be registered in the System for Award Management (SAM) prior to award.
    Encounter-Based Endoscopy Video Imaging System
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking information from qualified contractors regarding the Encounter-Based Endoscopy Video Imaging System (EEVIS) to enhance its medical video imaging capabilities across Department of War (DoW) and Veterans Affairs (VA) healthcare facilities. The primary objective is to standardize, secure, and integrate endoscopic image capture, storage, and retrieval, ensuring compliance with HIPAA, NIST, and NARA standards while facilitating seamless integration with existing Electronic Health Records (EHR) and Picture Archiving and Communication Systems (PACS). This initiative is crucial for improving diagnostic and treatment processes through advanced functionalities, including AI-driven image analysis and decision support tools. Interested parties must submit their capability statements to Ms. Chelsey Jahn at chelsey.n.jahn.civ@health.mil by 1:00 PM ET on January 5, 2026, with a maximum response length of 20 pages.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Teleradiology Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. This procurement involves providing off-site interpretation of various imaging studies, including X-Ray, Ultrasound, CT, and MRI, under a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contract valued at up to $3,100,000, with a guaranteed minimum of $1,000. The services are critical for ensuring timely and accurate medical diagnoses, adhering to stringent standards set by the VA and other regulatory bodies. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 6, 2026, at 2:00 PM CST, and can contact Contract Specialist Karen Battie at Karen.Battie@va.gov for further information.
    Notice of Award Maintenance for Government owned BacT/ALERT 3D Equipment.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Biomerieux, Inc. for the maintenance of government-owned BacT/ALERT 3D equipment. This procurement aims to ensure the continued operational readiness and reliability of critical medical diagnostic equipment, which plays a vital role in healthcare settings. The contract will be awarded as a firm-fixed-price agreement under the authority of FAR 13.106-1(b)(1), with the North American Industry Classification System (NAICS) code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance. Interested parties may direct inquiries to Bobby Etheridge at bobby.j.etheridge.civ@health.mil; however, this notice is not a request for competitive proposals, and no reimbursement will be provided for information submitted.
    Radiopharmaceutical Laboratory Services (RLS) MAMC
    Dept Of Defense
    The Department of Defense, specifically the Madigan Army Medical Center, is conducting market research to identify qualified vendors capable of providing comprehensive Radiopharmaceutical Laboratory Services (RLS). The procurement aims to ensure that vendors can meet stringent requirements, including compliance with FDA standards, The Joint Commission accreditation, and the ability to deliver a range of specified radiopharmaceuticals on a 24/7 basis, including urgent requests. These services are critical for supporting medical operations that rely on radiopharmaceuticals for diagnostics and treatment. Interested parties must submit their capability statements to Cindy Means and Scott Barr by December 19, 2025, at 4:00 PM Pacific Time, detailing their qualifications and ability to meet the outlined requirements.
    Sources Sought Notice to obtain instruments and reagents to perform automated microbial identification and susceptibility testing for the Brooke Army Medical Center (BAMC) Department of Pathology and Area Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office West, is seeking potential sources for instruments and reagents necessary for automated microbial identification and susceptibility testing at the Brooke Army Medical Center (BAMC) in Texas. The procurement aims to fulfill specific requirements for automated mass spectrometry rapid microbiology identification testing, antimicrobial susceptibility testing, and biochemical identification testing, with a base performance period from October 1, 2026, to September 30, 2031. This initiative is critical for maintaining high standards in laboratory services, ensuring rapid and accurate testing capabilities for various microorganisms. Interested vendors must respond to this Sources Sought Notice by 1:00 PM CST on December 29, 2025, and can direct inquiries to Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    Point of Care
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure services related to "Point of Care" under the office of W40M USA HCA. This procurement involves IT and telecom platform products, particularly focusing on database, mainframe, and middleware solutions, which are critical for enhancing healthcare delivery and operational efficiency within military settings. The selected contractor will play a vital role in ensuring that point-of-care technologies are effectively implemented and maintained, supporting the overall mission of the Department of Defense. Interested parties can reach out to YaKita McClurkin at yakita.s.mcclurkin.civ@health.mil for further details regarding this opportunity.
    Microbial Identification System (MIS)
    Dept Of Defense
    The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.