Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 20, 2025 SAM #8699
SOLICITATION NOTICE

70 -- 36C10B25Q0555 | Redivus Health Code Blue Software - QMO VISN 21 | VA-26-00009822

Notice Date
9/18/2025 9:43:42 AM
 
Notice Type
Presolicitation
 
NAICS
513210 —
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B25Q0555
 
Response Due
9/25/2025 2:00:00 PM
 
Archive Date
11/24/2025
 
Point of Contact
William Waterhouse, Contract Specialist, Phone: 848-377-5097
 
E-Mail Address
William.Waterhouse@va.gov
(William.Waterhouse@va.gov)
 
Awardee
null
 
Description
Synopsis- Notice of Intent to Sole Source. The purpose of this synopsis is to announce the intent of the Department of Veterans Affairs, Technology Acquisition Center to negotiate a Firm Fixed Price sole source contract with Redivus Health, Inc. located at 5440 W 110th ST, Suite 300, Overland Park, KS 66211-1221 for brand name Redivus Health: Code Blue App (Resuscitation (VA-Resus: 1001)) software licenses and support. The product is proprietary from the manufacturer Redivus Health, Inc. This sole source action is in accordance with FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The North American Industry Classification System code for this acquisition is 513210 Software Publishers, with a size standard of $47 million. No solicitation package will be issued. There is no obligation on the part of the Government to acquire any products or services described in this Notice of Intent to Sole Source. Your response to this Notice of Intent to Sole Source 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 Notice of Intent to Sole Source. This Notice of Intent to Sole Source 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 proposed 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 Notice of Intent to Sole Source. All responsible sources may submit a response in accordance with the information below. Responses should be as complete and informative as possible. This notice of intent is NOT a request for competitive quotations. However, if a vendor believes it can meet the requirements as stated in the attached DRAFT Product Description_Redivus Health Code Blue Software, then said vendor must furnish the following information: Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company Point of Contact Phone Number Email address Company Business Size and Status SAM Unique Entity ID and/or CAGE Code Existing Contractual Vehicles (GWAC, FSS, or MAC) Provide a summary of your capability to meet the requirements contained within the DRAFT Product Description_Redivus Health Code Blue Software for the following areas: Detail your company s capabilities and experience supporting federal agencies in providing a Software as a Service (SaaS) product, and how your SaaS product can satisfy the requirements listed in the DRAFT Product Description_Redivus Health Code Blue Software. Include examples of federal experience implementing your SaaS product (specific examples or references provided must include the agency, point of contact, dollar value, and contract number). Detail your company s SaaS product cloud infrastructure and accessibility from various client devices through either a thin client interface, such as a web browser (e.g., web-based email) or a program interface.� The system shall not require download of software to VA computers. The VA shall not manage or control the underlying cloud infrastructure including network, servers, operating systems, storage or individual application capabilities. The system shall be vendor or third-party hosted and require no servers within VA. Please validate that your proposed SaaS product is SaaS in accordance with the NIST 800-145 definition and describe its hosting environment. On-demand self-service Broad network access Resource pooling Rapid elasticity Measured service *Please complete attachment 2.1 - Service Model Questions *Please attach your Service Model Delivery Determination (SMDD) that the Digital Transformation Center has completed here, if applicable. Please detail any interfacing or custom development that your SaaS product requires ahead of go-live. Can your company s proposed SaaS product meet all of the requirements stated in the attached DRAFT Product Description_Redivus Health Code Blue Software without developing an interface or performing any kind of custom development? Does your company have existing APIs with other commercial cloud products? Please describe your company s willingness and ability to adopt and incorporate VA customer feedback in the product roadmap of your proposed SaaS product. Please describe your pricing model to include the threshold for named user subscriptions vs. an enterprise/site subscription.� Is your pricing model driven by total users, concurrent users, transaction-based, number of records, etc? Are any additional services needed outside of the subscription model (e.g., configuration to meet functional requirements, data storage, data migration, additional features)? If so, please provide the items and proposed price for these additional services. For the SaaS portion of this effort, VA intends on providing limited payment until the SaaS product has achieved a Federal Risk and Authorization Management Program (FedRAMP) Authorization and a VA Authority to Operate (ATO).� Once approved by the VA Authorizing Official, VA intends on setting up a subscription payment for the duration of the base period and option periods, if exercised. The Contractor shall comply with all FedRAMP requirements as mandated by Federal laws and policies, including making available any documentation, physical access, and logical access needed to support this requirement. � Yes � No Is your company s product FedRAMP Authorized or in process with an agency? If Yes: Sponsoring Agency: Date they expect to be listed as in process on FedRAMP.gov: Date they expect to be listed as authorized in the FedRAMP marketplace: Check All that Apply: � IaaS � SaaS � PaaS If authorized, please provide link to listing in FedRAMP Marketplace (FedRAMP ID): � Yes � No If No, are you willing and ready to begin the processes and documentation required to become FedRAMP Authorized within 30 days of award? If you check yes, please answer the question below. What level of FedRAMP authorization are you willing to accomplish based off VA needs. (Check all that apply): � Low Moderate � High � Unwilling Following guidance from the Federal CIO, VA will utilize existing JAB ATO or agency ATO issued by another agency as a starting point for FedRAMP requirements. If neither of those exist, VA will sponsor FedRAMP ATO. VA will be using the FedRAMP baselines as a starting point, since they are specifically tailored for cloud services. Does your company s SaaS product have an ATO from any federal agency? There is a page limitation of 30 pages. The Government will not review any other information or attachments included, that are in excess of the 30 page limit. No marketing materials are allowed as part of your response to this Intent to Sole Source Notice. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the requirements stated within the attached DRAFT Product Description_Redivus Health Code Blue Software. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the stated requirements. Responses received will be evaluated however; a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Contracting Officer will proceed with the sole source negotiation with Redivus Health, Inc. All responses received from responsible sources by 5:00pm EST on 09/25/2025 will be considered. A determination by the Government not to compete this proposed procurement based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses must be e-mailed to Contract Specialist - William.Waterhouse@va.gov by no later than 5:00pm EST on 09/25/2025. Please note 36C10B25Q0555 | Redivus Health Code Blue Software - QMO VISN 21 | VA-26-00009822 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. See attached DRAFT Product Description_Redivus Health Code Blue Software for the proposed requirements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ff3b8f90eba043dfa4f900d39a76bed7/view)
 
Record
SN07597106-F 20250920/250918230057 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.