Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2025 SAM #8789
SPECIAL NOTICE

65 -- VIDEO TO CLINIC REQUEST FOR INFORMATION

Notice Date
12/17/2025 2:15:34 PM
 
Notice Type
Special Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
VETERANS AFFAIRS, DEPARTMENT OF US
 
ZIP Code
00000
 
Solicitation Number
36C10G26Q0021
 
Response Due
1/15/2026 9:00:00 PM
 
Archive Date
01/31/2026
 
Point of Contact
William Milline, Cristine Carmody
 
E-Mail Address
William.Milline@va.gov, Crisitne.Carmody@va.gov
(William.Milline@va.gov, Crisitne.Carmody@va.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Request for Information (RFI) Digital Health Office Video to Clinic THIS IS A REQUEST FOR INFORMATION (RFI) ONLY (as defined in FAR 15.201(e)); this is not a solicitation. A formal solicitation is not available at this time. This notice does not constitute a commitment by the United States Government and does not obligate the Government to award a contract or pay for the information provided in response. Responders are solely responsible for all expenses associated with responding to this RFI. INSTRUCTIONS FOR RESPONDING TO THIS RFI Response Format/Page Limitations: The overall total page limit for responses to this RFI has no limit; however, the Government recommends a clear and concise response to reduce the number of pages submitted to ensure that its response is complete and sufficiently detailed. Interested parties should limit marketing material in order to allow sufficient space for adequately, directly, and substantively responding with the information of most interest to the Government. When responding, please also confirm your company�s Socio-Economic Category and Unique Entity Identifier (UEI). If responding as a Service-Disabled Veteran Owned Small Business or Veteran Owned Small Business, please submit proof of your certification with your submission. Verification of your certification can be found through https://veterans.certify.sba.gov/. IMPORTANT NOTE: If your company has an existing contracting vehicle that can fulfill this need i.e. GSA Schedule, Federal Supply Schedule (FSS), NASA SEWP, NIH, Supply Schedule, or any other existing contract or Basic Ordering Agreements (BOA), etc., in your response, please provide enough information for the Government to analyze those resources to include points of contact, contract number/name, etc. Submission: Responses to this RFI shall be submitted to William Milline and Cristine Carmody via email William.Milline@va.gov and Cristine.Carmody@va.gov no later than January 16, 2026. FAR 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Independent Research and Development and Bid and Proposal costs, of the Federal Acquisition Regulation. (b) Although �proposal� and �offeror� are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: seek information from interested and capable firms. (End of provision) Digital Health Office Video to Clinic The Veterans Health Administration (VHA) Digital Health Office (DHO) is looking to modernize clinic-to-clinic telehealth (e.g., telehealth visits with physical exams for primary care and specialty care) and would like to explore exam hardware solutions that will integrate with VA provided hardware (e.g., computer, iOS tablet, etc.) and be used to facilitate care through synchronous and asynchronous telehealth. The purpose of this RFI is to seek information from interested and capable firms who can provide the Government with a hardware solution that has the capability to integrate into existing VA telehealth platforms including custom and Commercial Off the Shelf (COTS) platforms. The expected results of this project are to improve the Veteran experience, as well as modernize clinic-based telehealth workflows and the technology used to facilitate care for Veterans, their families, survivors, and caregivers. Any responding contractor may respond to any number of questions posed in this RFI, and a submission does not mandate a response to each question asked. Any and all socioeconomic categories are encouraged to respond. Responses should be as complete and informative as possible. A. Scope Of Work � High Level Overview The details below are an overview of the primary objectives to be met: � The primary goal is to select an all-in-one device (functionality to include an exam camera, otoscope, and digital stethoscope) to integrate into existing VA telehealth platforms, including custom and Commercial Off the Shelf (COTS) platforms. � The device will be used to facilitate clinic-based synchronous and asynchronous telehealth across VA. B. Exam Hardware Salient Characteristics 1. Exam camera (to include functionality for otoscopy and general exams) 2. Digital stethoscope 3. Synchronous and asynchronous capabilities 4. Preference is for an all-in-one device 5. Ability to integrate hardware solution into existing VA telehealth platforms including custom and Commercial Off the Shelf (COTS) platforms C. Questions To Be Answered in Response to This RFI: All responsible sources may submit a response in accordance with the information provided. Your response must address, in detail, how you can provide the government with the capabilities specific to the hardware solution that has the capability to integrate into existing VA telehealth platforms including custom and Commercial Off the Shelf (COTS) platforms. The responses should include, but are not limited to, the following: a. Company Information: b. Name of Company c. Address d. Point of Contact e. Phone Number f. Email address g. Company Business Size and Status a. For VOSB and SDVOSBs, proof of verification in VetCert. h. NAICS code(s) i. Socioeconomic data j. SAM UEI Number k. Existing Contractual Vehicles (GWAC, FSS, or MAC) D. Information Requested The following is requested as a mandatory response. 1. What integration capabilities exist for external platforms (provide information on available SDKs and APIs) 2. Which standards does the solution use (e.g., FHIR, HL7, v2 DICOM, proprietary APIs)? 3. What integration capabilities exist for Electronic Health Record (EHR)? Does the solution support direct-to-EHR import or require middleware? 4. What data formats are exported from peripherals? Will images/vitals appear as structured data, unstructured attachments, or both? 5. What level of reprocessing do peripherals require (critical/semi-critical/non-critical)? E. Are there: a. FDA-cleared disposable sheaths/lens covers? b. Validated cleaning agents? What cleaning agents/materials are compatible? 6. What AI features are available (and if any, are they FDA approved)? 7. What (if any) FDA approvals does the device have/does it have FDA 510(k) clearance? 8. What type of connection does the device have (Bluetooth, WiFi, hardwired) and if WiFi, does it use FIPS-validated cryptography (FIPS 140-3 compliant)? 9. What type of hardware is the device compatible with (e.g., Windows, Android, iOS)? 10. What are the cleaning/sanitizing procedures for device. 11. What clinical functionality (outside of exam camera and stethoscope) does the device have? 12. Does the device have a projected end-of-life/end-of-service date? 13. Is the device cellular capable? 14. Does the device operate on its own, or does it require a hub device (e.g., computer, tablet, phone) to function? F. Additional Information Singular peripheral devices that meet exam hardware salient characteristics, along with other peripheral devices (e.g., spirometers, ultrasound, etc.) can be proposed. Responses are due no later than January 16, 2026 via email to William.Milline@va.gov and Cristine.Carmody@va.gov , Please note �� 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/db03db5994714ef084af515c72406e81/view)
 
Place of Performance
Address: Washington, DC 20001, USA
Zip Code: 20001
Country: USA
 
Record
SN07668622-F 20251219/251217230033 (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.