SOURCES SOUGHT
D -- MC - VISN ScriptPro Upgrades 491-26-2-1025-0003
- Notice Date
- 1/5/2026 1:29:10 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25526Q0135
- Response Due
- 1/12/2026 8:00:00 AM
- Archive Date
- 03/13/2026
- Point of Contact
- Buchanan, Lisa A, Contracting Officer, Phone: 913-946-1971
- E-Mail Address
-
lisa.buchanan1@va.gov
(lisa.buchanan1@va.gov)
- Awardee
- null
- Description
- This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) Company Name (b) Address (c) Point of Contact (d) Phone, Fax, and Email (e) UEI number (f) Cage Code (g) Tax ID Number (h) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (i) Is your company considered small under the NAICS code identified under this SSN/RFI? (j) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (k) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (l) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (m) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work. (n) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (o) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (p) Please provide general pricing of your products/solution for market research purposes (q) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (r) Please provide general pricing of your products/solution for market research purposes (s) Must provide a capability statement that clearly addresses the organizations qualifications and ability to perform as a contractor for the work described below. Requirement: The VA Heartland Network 15 Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide an HARDWARE AND SOFTWARE FOR SCRIPTPRO UPGRADE for the VISN 15 MEDICAL FACILITIES LISTED IN THE SOW. This is a brand name procurement. Please see the Statement of Work for more specific details. The North American Industry Classification System Code (NAICS Code) is 339112 (Surgical and Medical Instrument Manufacturing), size standard 1,000 employees. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a Small Business, VOSB or SDVOSB. Important Information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open may be used. Responses to this notice shall be submitted via email to Lisa A Buchanan at lisa.buchanan1@va.gov. Telephone responses will not be accepted. Responses must be received no later than Monday, January 12, 2026, at 10:00AM CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to these sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Statement of Work VISN 15 ScriptPro Upgrade Scope: This Statement of Work (SOW) describes VISN 15 s requirement to provide hardware and software upgrades, purchase licensing for ScriptPro Remote Access Software (RAS) and procure a test system for interface testing in preparation for the Federal Electronic Health Record (FEHR) migration. VISN 15 is currently running ScriptPro that is only compatible with Windows 10. This requirement will upgrade all computer-based ScriptPro workstations to the newest software version that is compatible with Windows 11. This work will take place at the following facilities: Locations Address Kansas City, MO 4801 Linwood Boulevard Kansas City, MO 64128 Columbia, MO (Harry S. Truman) 800 Hospital Drive Columbia, MO 65201-5297 Eastern Kansas HCS (Topeka - Colmery-O'Neil) 2200 SW Gage Boulevard Topeka, KS 66622 Eastern Kansas HCS (Leavenworth - Dwight D. Eisenhower) 4101 SW 4th Street, Leavenworth, KS 66048 Wichita, KS (Robert J. Dole) 5500 E. Kellogg Wichita, KS 67218 Marion, IL 2401 West Main Marion, IL 62959 Marion CBOC - Evansville VA Health Care Center 6211 E. Waterford Blvd, Evansville, IN 47715 Poplar Bluff, MO 1500 N. Westwood Blvd Poplar Bluff, MO 63901 Poplar Bluff CBOC - Cape Girardeau Health Care Center 711 South Mount Auburn Road Cape Girardeau, MO 63703-6387 St. Louis, MO (John Cochran Division) 915 North Grand Blvd, Saint Louis, MO 63106 St. Louis, MO (Jefferson Barracks Division) 1 Jefferson Barracks Dr., Saint Louis, MO 63125 This requirement will also include additional licensing at these sites allowing them to access ScriptPro software from an OIT-provided and managed computer, via the ScriptPro proprietary Remote Access Software (RAS). This will allow for up to five users to access the software concurrently, which significantly aids in pharmacy workflows. Licenses will be provided for the following facilities. These licenses will be delivered remotely to the existing ScriptPro server via approved MOU/ISA. Locations Kansas City, MO Columbia, MO (Harry S. Truman) Eastern Kansas HCS (Topeka - Colmery-O'Neil) Eastern Kansas HCS (Leavenworth - Dwight D. Eisenhower) Wichita, KS (Robert J. Dole) Poplar Bluff, MO Poplar Bluff CBOC - Cape Girardeau Health Care Center St. Louis, MO (John Cochran Division) St. Louis, MO (Jefferson Barracks Division) This requirement will also provide a test DataPoint workstation for the Cape Girardeau Healthcare System. Each facility already has one of the devices as part of an Office of Electronic Health Record Modernization (OEHRM) established contract, however, Cape Girardeau did not receive one as it was not an active facility at the time. This will allow Cape Girardeau the necessary resources to test interface connections prior to an FEHR migration. The Offeror shall provide all equipment, installation, services, interfaces and training (technical and clinical) to ensure a functioning solution and must seamlessly integrate with the current installation base. MAINTENANCE REQUIREMENTS A. Licensing of Service Software Any software related updates/changes, or access keys or codes shall be provided at no charge to the medical center during the time the equipment is operational at the facility. All application software licenses and any other licenses required are included in the purchase of the equipment and shall not require a renewal charge for the period of time the equipment is in use in the facility. B. Warranty The Offeror shall provide a minimum warranty of one (1) year for parts, labor and software. Software updates shall be provided for the life of the product at no additional charge. Offeror shall state warranty parameters. C. Technical Support The Offeror shall provide 24/7/365 technical support over the phone at no charge to the hospital for the life of the equipment. D. User and Service Manuals The Offeror shall provide, at no charge, two (2) complete and unabridged printed copies and one (1) electronic version (CD) of operator manuals, service manuals, electronic schematics, troubleshooting guides and parts lists for each piece of equipment purchased to the Contracting Officer s Representative (COR) with delivery of equipment for each of VISN 15 s VA hospitals. Additionally, any upgrades to these documents shall be provided by the Offeror free of charge. These manuals will include all components and subassemblies, including those not manufactured by the Offeror. These manuals and documentation shall be identical to the ones supplied to the manufacturer s service representatives and shall contain the diagnostic codes, commands, and passwords used in maintenance, repair and calibration of the equipment. Delivery timeframe to be scheduled at the time of award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/024b0018926b48d1b48ee19e6ff2a580/view)
- Place of Performance
- Address: Multiple VISN 15 Medical Centers
- Record
- SN07677754-F 20260107/260105230030 (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 |