Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2026 SAM #8818
SOURCES SOUGHT

70 -- NUANCE POWERSCRIBE SUPPORT & MAINTENANCE

Notice Date
1/15/2026 7:36:21 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25526Q0152
 
Response Due
2/5/2026 9:00:00 AM
 
Archive Date
02/20/2026
 
Point of Contact
Betty Flores, Contracting Officer, Phone: 913-946-1167
 
E-Mail Address
veronica.flores@va.gov
(veronica.flores@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT announcement only. It is neither a solicitation announcement nor a request for proposal or quote and does not obligate the Government to award a contract. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research, to make appropriate acquisition decisions, and to gain knowledge of potentially qualified businesses capable of providing the following: Nuance PowerScribe System Support and Maintenance for VISN 15 *** See Statement of Work below for details *** If this is within your capability, please respond with the information below: Company Name Address Point of Contact Phone, Fax, and Email UEI number GSA Contract (as applicable) Capability Statement that clearly and convincingly identifies your ability to fulfill this requirement. Brochures of products being offered, to include specifications. Meet the Buy American statute FAR 52.225-1 Authorized service provider letter from OEM Interested firms are reminded that in accordance with FAR 4.203, prospective contractors shall complete electronic annual representations and certifications to be considered for award. In addition, FAR 4.203 states that prospective contractors shall be registered in the System for Award Management (www.SAM.gov) database. All Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) shall be verified in SBA at https://search.certifications.sba.gov/ Point of Contact for this Sources Sought is: veronica.flores@va.gov Department of Veterans Affairs Network Contracting Office -15 3450 S. 4th Street Trafficway Leavenworth, KS. 66048� STATEMENT OF WORK VISN 15 Nuance PowerScribe Contract General/Background This is a Healthcare Technology Management Service agreement with the preferred Service-Disabled Veteran Owned Small Business (SDVOSB) for Nuance, V3Gate. VISN 15 utilizes Nuance PowerScribe for their Radiology Dictation, the software used to allow Radiologists to dictate their interpretations of images and input the dictation into a note. This contract is a VISN 15 wide contract required to keep the Nuance PowerScribe (Radiology Dictation) software supported and operational. This contract is for a base year. Required Services The contractor shall provide licensing and full software and hardware maintenance coverage for VISN 15 s Nuance PowerScribe install base. There are two centralized servers at Saint Louis VAMC and Kansas City VAMC. All facilities utilize the software and microphones. This contract should include hardware coverage for servers and microphones, software coverage for data integration, database and applications servers, and services including clinical guidance. All incidentals necessary to provide the maintenance, restore equipment to operation must be included. Upon placement of service request, the contractor must respond by telephone for diagnostic response within two (2) hours after notification. All services for this contract must meet manufacturers performance and technical specifications, Federal Regulations, FDA device certification and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), the Joint Commission (TJC), and VA Regulations. Contractor must provide the appropriate service documentation at no additional expense. Contractor may be required to complete applicable privacy and security training. Contractor will install operating system software updates provided by the Original Equipment Manufacturer (OEM) for Covered System. Software updates mean revisions to OEM proprietary operating system software that enhance existing System functions and operation without hardware changes but will not install operating system software upgrades to new software platforms or software options offered separately for sale by the OEM. All completed work will meet OEM specifications. The contractor will provide both scheduled and unscheduled services to repair and/or maintain equipment in a fully functional condition with a ninety-eight percent (98%) uptime guarantee (calculated on quarterly basis). The contractor will provide troubleshooting and clinical assistance by telephone or remote diagnostics support twenty-four hours a day, seven days a week. The contractor will provide the Government with a toll-free, non-automated number for troubleshooting assistance. If the problem cannot be resolved by phone or by remote diagnostics, the contractor s technical support center will dispatch the field service engineer (FSE) for on-site support, to be conducted during normal MTF business hours. This agreement includes extended hours of coverage Mon Fri, 0800 A.M. 9:00 P.M. weekdays excluding holidays. In the event a representative from the contractor is dispatched, all contractor personnel must follow local processes for check in prior to performing work. The contractor must furnish a detailed field service report, showing work completed, listing all repairs and/or repair parts used to maintain operating efficiency of the equipment. This report must be delivered to the facilities Healthcare Technology Management. Payment will be withheld pending receipt of this report. The service report from the contractor must contain, at a minimum, the following information: Date and time of the contractor s work. Type, model, and serial number(s) of all equipment on which maintenance was performed. Name of Field Technician who performed the repair. Total time spent performing maintenance, excluding travel time. Detailed narrative description of the malfunction or PM action required. Complete list of parts replaced. Comments as to the cause of the malfunction when applicable. Date and time the repair or software upgrade was completed. Contractor will not perform any service that will result in additional charges without prior approval from a Contracting Officer. Vendor will install operating system software updates provided by the Original Equipment Manufacturer (OEM) for Covered System. Software updates mean revisions to OEM proprietary operating system software that enhance existing System functions and operation without hardware changes but will not install operating system software upgrades to new software platforms or software options offered separately for sale by the OEM. Personnel Qualifications The contractor will provide trained personnel for on-site support, labor, travel, tools, diagnostic equipment, hardware, firmware, test phantoms, materials, supplies, parts, and test equipment necessary to perform all operations in connection with scheduled and unscheduled on-site services, to maintain the listed equipment and/or its components if any, in a fully functional state, in accordance with the Original Equipment Manufacturer (OEM) specifications.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d1e23fa6960f4a459d6efbd3c5729f65/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Heartland Health Care Network VISN 15 (491) 1010 Walnut Street, Suite 210, Kansas City 64106
Zip Code: 64106
 
Record
SN07688954-F 20260117/260115230037 (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!  © 1994-2026, Loren Data Corp.