Percutaneous Coronary Intervention (PCI) Intra - Aortic Balloon Pumps
Agency: U.S. Army Health Contracting Activity
Location: Texas
NAICS: 339112
| Agency | TAC New Jersey |
|---|---|
| Deadline | 05/08/26 |
| Posted | 05/08/26 |
| Estimated Value | $250,000 - $750,000 (AI estimate) |
| Set Aside | None |
| NAICS | 541519 - Other Computer Related Services |
| PSC | DA10 - IT And Telecom - Business Application/Application Development Software As A Service |
| Location | TX USA |
Posted: Dec. 9, 2025, 1:42 p.m. EST Request for Information Pharmacy Staff Scheduling Software Access and Support Service VA-26-00027047 Introduction This Request for Information (RFI) is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. The North American Industry Classification System (NAICS) for this requirement is 541519-Other Computer Related Services. 2. Submittal Information: All responsible sources may submit a response in accordance with the below information. There is a page limitation for this RFI of (7) pages. The Government will not review any other information or attachments included, that are in excess of the (7) page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the services required in the attached PWS and must include the following: Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company Address Point of Contact Phone Number Fax Number Email address Company Business Size and Status For VOSB and SDVOSBs, proof of verification in SBA VetCert. NAICS code(s) Socioeconomic data Data Universal Numbering System (DUNS) Number Existing Contractual Vehicles (GWAC, FSS, or MAC) Provide a summary of your capability (capability statement) to meet the requirements contained within the draft PWS. Corporate experience or expertise in performing these services and specific examples or references. Specific examples or references provided must include the agency, point of contact, dollar value, and contract number. Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-73 (JAN 2023) (DEVIATION) VA Notice of Total Set-Aside For Certified SDVOSBs and 13 CFR 125.6, which states the contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not certified SDVOSBs listed in the SBA certification database (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the software development and production operations support services to be performed under this effort. ______ YES _______ NO (if No, answer question g.) If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost-effective effort. Responses are due no later than (1400 EST), (12/16/2025) via email to (Justin Daniel), Contract Specialist at (Justin.Daniel@va.gov) and (Evan Schlisserman), Contracting Officer at (Evan.Schlisserman@va.gov). Please note Pharmacy Staff Scheduling Software Access and Support Service in the subject line of your response. Mark your response as Proprietary Information if the information is considered business sensitive. The email file size shall not exceed 5 MB. **Please note this RFI will also be posted in two places: SAM.gov and National Aeronautics Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) Government-Wide Acquisition Contract (GWAC). Interested vendors only need to reply to one of these postings.
Background The Department of Veterans Affairs (VA), North Texas Healthcare System Pharmacy Service aims to provide high-quality, effective, and efficient Information Technology (IT) services to support care for Veterans. This Request for Information (RFI) seeks input for planning purposes regarding the provision of access and support for a Pharmacy Staff Scheduling software platform at the Dallas VA Medical Center. The platform is essential for staff scheduling and competency assessment for 125 users, ensuring timely and compassionate care delivery. Work Details The contractor shall deliver comprehensive platform software services including: - 24/7 access to the scheduling software (excluding scheduled downtimes) - Software hosting - Updates - Technical support Specific tasks include: - Continuous platform availability with uptime monitoring - Unlimited technical support during business hours (Monday-Friday, 8:00 a.m. to 7:00 p.m. CST) - After-hours emergency support - Onboarding and refresher training sessions for client administrators - Access to an Online Help Center with documentation and self-service resources - Regular account management reports - Monthly progress reports detailing performance metrics - Uptime reports on outages and corrective actions - Summaries of support tickets including volume and response times - A training completion log documenting training sessions. Period of Performance The contract will have a base period of 12 months with four optional 12-month extensions, totaling a maximum of 60 months. Place of Performance Services will primarily be performed remotely, supporting the Dallas VA Medical Center located at 4500 S Lancaster Rd, Dallas, TX 75216.
| Contact name | Justin Daniel |
|---|---|
| Contact email | justin.daniel@va.gov |
| Contact phone | (706) 833-7261 |
Agency: U.S. Army Health Contracting Activity
Location: Texas
NAICS: 339112
Agency: Subcontracts - TX [TX]
Location: Texas
NAICS: Not Provided
Agency: Workforce Solutions Borderplex [TX]
Location: Texas
NAICS: Not Provided
Agency: Texas (TX) [TX]
Location: Texas
NAICS: Not Provided