DA10--36C25926Q0155| Intent to Sole Source on Autodesk BIM Collaborate Pro for Government for Rocky Mountain Regional VA Medical Center
ID: 36C25926Q0155Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 19, intends to award a sole source contract to DLT Solutions, LLC for the procurement of Autodesk BIM Collaborate Pro for Government, which is required by the Rocky Mountain Regional VA Medical Center for five users, including necessary training and support. This software is critical for enhancing collaboration and project management within the VA's facilities, ensuring efficient operations and improved service delivery to veterans. Interested parties are invited to express their capabilities to meet this requirement by submitting relevant information to the primary contact, Lynn Lim, at lynn.lim@va.gov, no later than 12:00 PM Mountain Standard Time on December 29, 2025. This notice is not a request for competitive quotes, and the decision to not compete is at the government's discretion.

    Point(s) of Contact
    Lynn LimContract Specialist
    (303) 712-5798
    lynn.lim@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source procurement to DLT Solutions, LLC, for Autodesk BIM Collaborate Pro for Government. This software is required by the Rocky Mountain Regional VA Medical Center for five users, including training and support. The solicitation number is 36C25926Q0155, with a NAICS code of 541519. This notice, in accordance with FAR 8.405-6(a)(2), is not a request for competitive quotes. Interested parties may submit their capabilities to lynn.lim@va.gov by December 29, 2025, at 12:00 PM Mountain Standard Time. The decision to not compete this requirement is at the government's discretion.
    The document details DLT Solutions LLC as the sole authorized distributor for Autodesk, confirming they will respond to solicitations on Autodesk's behalf as Autodesk will not provide direct quotes. It includes a Requirements Certification, affirming the Department of Veterans Affairs' bona fide need for the outlined requirements and the accuracy of supporting data. Additionally, a Contracting Officer's Certification approves the purchase in accordance with FAR 12.102(a), attesting to the document's accuracy and completeness. This indicates a formal procurement process within a government context.
    Similar Opportunities
    DA10--Medbridge Subscriptions, Columbia VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 15 (NCO-15), intends to award a sole source contract to Medbridge Inc. for the Medbridge Rehabilitation Resource Subscription at the Columbia Veterans Affairs Medical Center (VAMC). This procurement involves a base year subscription plus two option years, covering the period from January 7, 2026, to January 6, 2029, which includes software updates and support for the proprietary Medbridge Rehabilitation Resource Platform. The decision to sole source is based on the platform being exclusive to Medbridge Inc., as no other vendors are authorized to provide the required subscription, in accordance with FAR 12.102(a) and FAR 6.103-(b). Interested parties capable of fulfilling this requirement must respond by January 5, 2026, at 10:00 AM (CDT), and should direct inquiries to Contracting Officer Robert Bleichner at robert.bleichner@va.gov or by phone at 913-758-9920.
    6525--Notice of Intent to Sole Source - Biopsy Fusion
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 12, intends to award a sole-source contract to AGILITI HEALTH INC. for the rental of fusion biopsy equipment, disposables, and on-site technical support services at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The contract will cover one base year with the option for up to four additional years, focusing on the procurement of a high-precision, real-time MRI/Ultrasound fusion guidance system for prostate biopsy procedures, which is critical for enhancing diagnostic accuracy. Interested parties may submit capabilities statements by December 31, 2025, at 8:00 AM CST to brandon.harris@va.gov, referencing Notice of Intent - 36C25226Q0152, as this notice is not a request for quotations and no telephone inquiries will be accepted.
    J065--Omnicell IVX Rx Framework Interface/IVX Vista Interface DSS Omnicell
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a sole-source contract to Omnicell, Inc. for maintenance and repair services on the existing Omnicell IVX Workflow Management System at the Central Arkansas Veterans HealthCare System in Little Rock, AR. This procurement aims to secure a firm fixed price contract covering a base year plus four option years for software maintenance and support, which includes bug fixes, minor upgrades, and telephone support. The Omnicell IVX system is critical for managing workflow in healthcare settings, particularly for military veterans, and the contract is justified as Omnicell, Inc. is the only vendor capable of providing these specialized services. Interested parties may submit letters of interest demonstrating their technical expertise by December 29, 2025, to the Contracting Officer, Joseph Warren, at joseph.warren@va.gov.
    R616--Notice of Intent to Sole Source Offsite Records Storage Services for VACCHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through its Network Contracting Office 21, intends to negotiate a sole source contract with ACCESS INFORMATION MANAGEMENT CORPORATION for offsite medical records storage services. This contract will cover a base year plus four option years, effective from January 1, 2026, to December 31, 2030, and is justified under FAR 8.405-6(a)(1)(B) due to the unique availability of these services from a single source without unacceptable delay or duplication of costs. The services are critical for the management and storage of medical records in compliance with National Archives and Records Administration (NARA) standards. Interested firms that believe they can meet the requirements are encouraged to express their interest and capabilities to the Contracting Officer, Larry A Facio, via email at Larry.Facio@va.gov within 15 calendar days of this notice.
    U008-sole source for Acquisition Workforce Training-sole source for Acquisition Workforce Training and legacy training needed for certification, Period of Performance: 5/1/2023-9/30/2023
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a sole source contractor for the Acquisition Workforce Training and legacy training necessary for certification, with a performance period from May 1, 2023, to September 30, 2023. This procurement aims to ensure that the acquisition workforce is adequately trained and certified, which is critical for maintaining effective operations within the department. The opportunity is classified under the PSC code U008, focusing on education and training, specifically in training and curriculum development. Interested parties can reach out to Maribel Fratina at maribel.fratina@va.gov or by phone at (240) 215-1661 for further details regarding this opportunity.
    DA10--26-SW0032 NewEra (SW5027, SW5028)-Recompete (Renewal) (VA-26-00000289)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a sole-source, firm-fixed-price contract for the renewal of NewEra software licenses and maintenance support, specifically for the NewEra Stand Alone Environment (SAE) and Image Focus Core (IFO) Subsystem software. This procurement is critical for maintaining the VA's IBM z/OS and IBM z16 mainframe environment, which supports essential applications such as the Financial Management System and Benefits Delivery Network. The contract, valued at $45,330.39, includes a 12-month base period and four 12-month option periods, with a requirement for 24/7 technical support and compliance with Section 508 accessibility standards. Interested parties can contact Contract Specialist Edward Olivo-Cruz at Edward.Olivo-Cruz@va.gov or by phone at 848-377-5099, with responses due by December 29, 2025, at 12:00 PM Eastern Time.
    Limited Source Justification - Autodesk, Inc. Software
    General Services Administration
    The General Services Administration (GSA) is seeking to justify a limited source procurement for software from Autodesk, Inc., specifically in the category of IT and Telecom - Business Application Software. This procurement aims to acquire perpetual license software that is essential for various government operations, ensuring that the GSA can maintain its technological capabilities and support its mission effectively. The software will be utilized primarily in San Antonio, Texas, where it will play a critical role in enhancing productivity and operational efficiency. Interested parties can reach out to April McNellie at april.mcnellie@gsa.gov or by phone at 817-850-8192 for further details regarding this opportunity.
    6515--36C25926Q0156| Source Sought on Compact Microprobe Laser and Endoscopy System for Rocky Mountain Regional VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 19, is conducting a market survey to identify potential sources for a Compact Microprobe Laser and Endoscopy System for the Rocky Mountain Regional VA Medical Center. The procurement aims to acquire a system that includes a fiber-coupled diode laser, flexible fiberoptic endoscope, high-resolution imaging system, and various accessories necessary for surgical services. This equipment is crucial for enhancing surgical capabilities and patient care within the VA healthcare system. Interested vendors must submit their responses, including company details and socioeconomic classifications, by January 2, 2026, at 12:00 PM MT to Lynn Lim at lynn.lim@va.gov. The opportunity is classified under NAICS code 339112, and no costs will be incurred by the government for the information provided.
    DA01--State Prescription Drug Monitoring Program (PDMP) Integration Solution and Support Services - New Task Order (VA-26-00013141)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide integration solutions and sustainment support services for its State Prescription Drug Monitoring Program (PDMP) under task order VA-26-00013141. The procurement aims to maintain and enhance the existing PDMP solution, which connects VA healthcare providers to a national network of state-based PDMPs, facilitating the querying of controlled substance prescriptions. This initiative is crucial for improving patient safety and ensuring compliance with the MISSION Act Section 134. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) certified by the SBA's VetCert program, must submit their responses by January 5, 2026, at 10 AM EST, detailing their technical capabilities and experience, with a focus on the requirements outlined in the attached Request for Information documents. For further inquiries, contact Contract Specialist Edward Olivo-Cruz at Edward.Olivo-Cruz@va.gov or 848-377-5099.
    J065--**NOTICE OF INTENT TO SOLE SOURCE*** Service Maintenance for ARxIUM Optifill II and FastPak Elite Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a sole-source contract with ARxIUM, Inc. to provide comprehensive service maintenance and technical support for the Optifill II and FastPak Elite 336 equipment located at the Acute Care Clinic on the Tripler Army Medical Center campus in Honolulu, Hawaii. The contract will ensure 24/7 technical support and service maintenance, including preventive maintenance visits, hardware replacement, and remote diagnostics, with a base period of six months starting January 1, 2026, and an option for a six-month extension. This equipment is critical for the efficient operation of the VA Pacific Health Care System, emphasizing the importance of reliable maintenance services. Interested parties can contact Brandy P. Gastinell at Brandy.Gastinell@va.gov for further information regarding this opportunity.