DA01--VISN 10 Censis OR Scheduler Interface (VA-25-00088633)
ID: 36C10B25Q0470Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFTECHNOLOGY ACQUISITION CENTER NJ (36C10B)EATONTOWN, NJ, 07724, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Censis Technologies for the upgrade of its Censitrac Operating Room (OR) Scheduler across 11 locations within Veterans Integrated Services Network (VISN) 10. This procurement aims to facilitate the integration of the Censitrac OR Scheduler with Oracle Health (Cerner) as part of the transition to the Federal Electronic Healthcare Record (FEHR), enhancing the tracking of surgical instruments and ensuring compatibility with existing infrastructure. The contract, valued at up to $47 million, includes a 12-month base performance period and requires compliance with federal laws and VA policies, including security standards. Interested parties may contact Contract Specialist Elena Juliano at Elena.Juliano@va.gov or 848-377-5246, with responses due by August 8, 2025, at 3:00 PM Eastern Time.

    Point(s) of Contact
    Elena JulianoContract Specialist
    (848) 377-5246
    Elena.Juliano@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Technology Acquisition Center issued a synopsis for a sole source purchase order with Censis Technologies. This notice, in accordance with FAR Part 5.203, announces the VA's intent to acquire a software upgrade for the Censis Technologies Censitrac OR Scheduler at 11 locations. The VA plans to negotiate directly with Censis Technologies, citing FAR 13.106(b)(1), because Censis Technologies owns the proprietary rights and intellectual property for its software. The existing VISN 10 SPS instrument management system relies on current Censis Technologies software, and the upgrade must be compatible with the VA's infrastructure protocols and functionality to ensure continued operational availability. No other source can provide the necessary technical support due to the proprietary nature of the software. The NAICS code for this acquisition is 513210. Responses to this notice will be considered by August 8, 2025, at 3:00 PM Eastern Time, but it is not a request for competitive quotations.
    This government Request for Quotation (RFQ) 36C10B25Q0470, issued by the Department of Veterans Affairs, outlines a sole-source, firm-fixed-price purchase order for Censis Technologies Inc. The contract, valued at up to $47 million, is for the Censis Operating Room (OR) Scheduler Integration with Oracle Health (Cerner) across 11 Veterans Health Administration (VHA) locations within Veterans Integrated Services Network (VISN) 10. The project aims to upgrade the Censitrac Sterile Processing Service (SPS) software to integrate with the new Federal Electronic Healthcare Record (FEHR), enabling enhanced tracking of surgical instruments. The contract specifies a 12-month base performance period and details requirements for project management, data validation, and onsite training at each facility. It also emphasizes compliance with federal laws, VA policies, and security standards, including Section 508 accessibility, VA Critical Security Controls, and SSN reduction, ensuring secure and accessible IT solutions.
    The Department of Veterans Affairs (VA) is issuing a sole source justification for a firm-fixed price purchase order to Censis Technologies for the integration of their Censitrac Operating Room (OR) Scheduler with Oracle Health (Cerner). This upgrade is required for Veterans Integrated Service Network (VISN) 10, which is transitioning from the VISTA Electronic Medical Record (EMR) to the Federal Electronic Healthcare Record (FEHR) with Oracle Health. Censis Technologies is the only source capable of providing this integration and ongoing support due to proprietary software, intellectual property rights, and the need for compatibility with existing Censitrac infrastructure. Acquiring a different product would lead to significant duplication of costs, estimated at $2 million and 18 months for replacement, and would negatively impact patient care by compromising the tracking of sterilized medical instruments. Market research confirmed Censis Technologies as the sole vendor with the necessary proprietary access and interoperability. The VA will continue to conduct market research for future competitive opportunities, especially with advancements in AI and healthcare software interoperability.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--NEW <$25K | NuTrace R+ Scanner a 2D DataMatrix
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify potential suppliers for the NuTrace R+ Two Dimensional (2D) Surgiscan for the VA Reno Health Care System. The objective is to gather market research on vendors capable of providing this medical equipment, which is crucial for the Sterile Processing Services (SPS) at the facility. This procurement effort is part of the VA's strategy to assess industry capabilities and support acquisition planning, with a firm-fixed-price contract anticipated for a performance period of 120 days following the award. Interested vendors must submit their expressions of interest, along with relevant business information, to Contract Specialist Haunani Freeman at darralynn.freeman@va.gov by 5:00 PM Hawaii Standard Time on January 29, 2025.
    6515-- O.R. Sterilizer Cases 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 specialized Arthrex OR Sterilizer Cases, essential for the proper reprocessing and sterilization of proprietary Arthrex surgical instruments used in orthopedic surgeries at the Albany VAMC. These sterilizer cases are specifically designed and validated by the manufacturer to ensure compliance with FDA regulations, Joint Commission standards, and VA policies, thereby safeguarding patient safety and preventing potential surgical delays due to improper sterilization or instrument damage. The estimated cost for this acquisition is $38,700, and interested parties can direct inquiries to Contract Specialist Barry Sawyer at Barry.Sawyer@va.gov or by phone at 585-393-8563.
    J065--Celient Automated Cell Block Processing Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is seeking to award a sole source contract for maintenance and repair services of the Celient Automated Cell Block Processing Service at the Salem VA Medical Center. The procurement is aimed at ensuring the operational efficiency of this specialized medical equipment, which is crucial for processing cell blocks in laboratory settings. Hologic Sales and Service LLC has been identified as the only capable vendor for this service, and the acquisition will follow Simplified Acquisition Procedures under Other Than Full and Open Competition as per FAR 13.106-1 (b). Interested contractors are encouraged to express their interest and capabilities by contacting Kristine Woodbury at Kristine.Woodbury@va.gov within three days of this notice.
    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.
    J065--Walla Walla VA OPTIME COMPLETE Service Agreement
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Zeiss Optime Complete Service Agreement for the Walla Walla VA Medical Center, focusing on preventive and corrective maintenance for specific ophthalmology systems. This procurement is a total small business set-aside and requires vendors to be manufacturer-authorized, providing OEM documentation for the HFA3 860, ATLAS 500, and CLARUS 500 systems. The contract, valued at approximately $34 million, includes a base year and three option years, with services performed on-site during business hours and a 10-business-day response time for corrective maintenance. Interested vendors must submit their proposals by December 10, 2025, at 10:00 AM PST, and can contact Contract Specialist Denise L Patches at Denise.Patches@va.gov for further information.
    6515--Supplies - Orthotics - VISN 10 Sites
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to establish multiple Blanket Purchase Agreements (BPAs) for orthotic appliances and related services across various locations within Veterans Integrated Service Network 10 (VISN 10). The procurement aims to enhance the provision of custom orthotic devices to eligible veterans, ensuring compliance with VA prescriptions and relevant coding standards while maintaining high-quality service and timely delivery. This initiative is crucial for supporting veterans' rehabilitation needs and improving their overall healthcare experience. Interested parties must submit their quotes by January 13, 2026, to the Contracting Officer, Kellie J. Konopinski, at kellie.konopinski@va.gov, during the specified on-ramp period, which is part of an ongoing solicitation process.
    Z1DA-- Renovate OR for Hybrid Installation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating room (OR) facilities at the VA Northern California Healthcare System in Mather, California. This project involves a comprehensive renovation and expansion of approximately 12,500 square feet, including the upgrade of four existing ORs and the addition of a fifth Hybrid OR, with construction to be phased and temporary OR trailers utilized during the process. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10 million and $20 million, and proposals are due by January 15, 2026. Interested contractors must attend a mandatory site visit on December 11, 2025, and can direct inquiries to Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511.
    DA01--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract for the InstyMed Dispenser System, identified by Solicitation Number 36C25226Q0106. This procurement includes the purchase of the dispenser system and professional installation services, emphasizing that it is not a request for proposal or quote, as no solicitation document is available. The InstyMed Dispenser System is crucial for enhancing medication delivery and management within VA facilities. Interested parties must respond to this notice by December 12, 2025, at 10:00 am CST, and can contact Contracting Officer Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4850 for further information.
    CASE V7 Cardiac Stress System - FSS Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to procure a GE CASE V7 Cardiac Stress System for Treadmill through a sole-source contract with Trillamed LLC, a Service-Disabled Veteran-Owned Small Business (SDVOSB). This procurement aims to replace outdated equipment essential for assessing heart conditions, as the GE Healthcare systems are uniquely compatible with the VA's GE MUSE cardiology information system. The contract will be a firm-fixed-price agreement, with responses due by December 19, 2025, at 12:00 PM EST, and interested parties can contact Gabriella M Byrne or Andrea Aultman-Smith for further information.
    DA10--VISN 6 Clinical Decision Support Tool_VA-26-00022484
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the VISN 6 Clinical Decision Support Tool under the solicitation number 36C10B26Q0070. This procurement involves a firm-fixed-price delivery order aimed at enhancing clinical decision-making capabilities within the Veterans Health Administration, and it is open to contract holders in NASA SEWP V GWAC Groups B, C, and D. The importance of this tool lies in its potential to improve patient care and operational efficiency in veteran healthcare services. Interested parties must submit their proposals by December 15, 2025, at 10:00 am Eastern Time, and inquiries can be directed to Sarah MacArthur at sarah.macarthur@va.gov or by phone at 848-377-5179. Recovery Act Funds are not applicable to this action.