AWARD
70 -- V12 VCM/ITM Expansion & Support BPA - BASE 4 ORDERING PERIOD - UCD 08-02-2030
- Notice Date
- 8/4/2025 5:09:24 AM
- Notice Type
- Award Notice
- NAICS
- 611420
— Computer Training
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25225Q0576
- Archive Date
- 09/03/2025
- Point of Contact
- Michelle R Klug, Contract Specialist, Phone: 224-610-3248
- E-Mail Address
-
michelle.klug2@va.gov
(michelle.klug2@va.gov)
- Award Number
- 36C25225A0014
- Award Date
- 07/31/2025
- Awardee
- DOCUMENT STORAGE SYSTEMS INC JUNO BEACH 33408-2478 FLK
- Award Amount
- 0
- Description
- Page 1 of 6 VHAPG Part 808.405-6 Limiting Sources Revision: 01 Effective Date: 09/01/2024 Acquisition ID#:36C252-25-AP-0787 LIMITED SOURCES JUSTIFICATION ORDER>SAT FAR PART 8.405-6 Acquisition Plan Action ID: 36C252-25-AP-0787 Contracting Activity: Department of Veterans Affairs, VISN 12 Contracting Office, located at 115 S. 84th Street, Milwaukee, WI, in support of five medical centers in VISN 12: Clement J. Zablocki Medical Center, Milwaukee Wisconsin Edward Hines, Jr. VA Hospital, Hines, Illinois Jesse Brown VA Medical Center, Chicago, Illinois William S. Middleton VA Hospital, Madison, Wisconsin Oscar G. Johnson VA Medical Center, Iron Mountain, Michigan Description of Action: This acquisition is conducted under the authority of the Multiple� Award Schedule Program (41 U.S.C. 152(3) and 40 U.S.C. 501). The proposed sole source Blanket Purchase Agreement (BPA) against Federal Supply Schedule contract 47QTCA23D005Q is for a base plus four-year firm-fixed price (FFP) effort for VistA Chemotherapy Manager/Infusion Therapy Manager application solution and support services. This is a follow on to contract 36C25223F0196. Order against: FSS Contract Number: 47QTCA23D005Q Name of Proposed Contractor: Street Address: City, State, Zip: Phone: Document Storage Systems, Inc. 12575 US Highway One, Suite 200 Juno Beach, FL 33408 561-284-7000 Description of Supplies or Services: The estimated value of the proposed action is for the 5-year BPA. VISN 12 requires VistA Chemotherapy Manager (VCM) software, a VA-specific chemotherapy software decision support/ordering application that provides tools to standardize its medical center's treatment protocols for infusion patient care. The application supports organizational initiatives aimed at: Automating infusion management and ordering to improve patient safety Enabling standardization of infusion approaches and accompaniments Reducing costs of administering chemotherapeutic and immunotherapeutic medications VHAPG Part 808.405-6 Limiting Sources Revision: 01 Effective Date: 09/01/2024 Acquisition ID#:36(252-25-AP-0787 Page 2 of 6 The solution must interface with the Veteran Information Systems and Technology Architecture (VistA) profile, Lab, Pharmacy, Allergies, and Vitals data from VistA in order to provide seamless electronic interaction between the ordering provider and pharmacist. This integration, which is unique to Document Storage Systems software, prevents medication errors due to misinterpretation of handwritten orders. This solution is focused on patient safety and ensures that order sets are integrated and complete, and that dosing is appropriate. In addition, clinical efficiency is significantly boosted because the software interfaces with the Computerized Patient Records System (CPRS) for optional data transmission. This BPA with Document Storage Systems (DSS) will address both support of the existing infusion management system in VISN 12 and upgrade to the new version, Infusion Therapy Manager (ITM), at these same facilities. The BPA will also provide for the expansion of infusion management technology to 2 new medical centers. The BPA period of performance will be a base plus four option periods: Base Year: 08/02/2025 - 08/01/2026 Option Period 1: 08/02/2026 - 08/01/2027 Option Period 2: 08/02/2027 - 08/01/2028 Option Period 3: 08/02/2028 - 08/01/2029 Option Period 4: 08/02/2029 - 08/01/2030 Identify the Authority and Supporting Rationale (see below and if applicable, a demonstration ofthe proposed contractor's unique qualifications to provide the required supply or service. D FAR 8.405-6(a)(l)(A): An urgent and compelling need exists and following the ordering procedures would result in unacceptable delays: FAR 8.405-6(a)(l)(B): Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized; There is only one known available product that meets the clinical requirement, and only one Contractor that is license to sell, deliver training for, or provide support on the required solution. The VA requires an Infusion Management decision support system that has an approved interface with VistA and CPRS. This is VA-specific and is a unique customization requirement to meet VA's clinical workflow. This solution is the only software application available that meets the VA's clinical and technical requirements and can achieve the full patient safety and clinical efficiency benefits the VA requires. Deploying a solution that isn't capable of the current automation capabilities creates risks with executing adequate care for patients across the VISN 12 facilities. D FAR 8.405-G(a)(l)(C): In the interest of economy and efficiency, the new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. The original order must not have been previously issued under sole source or limited source procedures. D FAR 8.405-G(b): Items peculiar to one manufacturer: D A patent, copyright or proprietary data limits competition. The proprietary data is: D These are ""direct replacements"" parts/components for existing equipment. D The material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. Describe Why You Believe the Order Represents the Best Value consistent with FAR 8.404(d) to aid the contracting officer in making this best value determination: There are no alternative solutions available on the market, and due to VistA's programming language and interfacing requirements, development and integration of any other software solution is estimated to take a minimum of 18 months. With the rollout ofthe Cerner EHR system, the VA will no longer need to purchase this management software so it would not be cost-effective at this point to invest 18 months in an alternative to VCM/ITM. This requirement continues VISN 12's mission to support and expand the patient safety and clinical efficiencies of Infusion Patient Care Management solutions to the Veteran patient population in VISN 12 and currently represents the best value for the VA. Describe the Market Research: VetCert was searched using NAICS code 541519 which resulted in 4,475 SDVOSBs and VOSBs. SBA's DSBS was searched using NAICS 541519 and keywords ""chemotherapy manager"" and O results were returned. Another search was conducted using the keyword ""VCM"" which yielded O results. FPDS was searched using keywords ""chemotherapy manager"" and filtered for SDVOSBs and VOSBs but only one contractor was found that is currently SBA certified, Minburn Technology Group. Two vendors were identified on SEWP, Minburn Technology (SDVOSB) and Blue Technology (HUBZone). These two companies are distributors for the VCM/ITM software but cannot provide upgrades or training. A search of GSA advantage using keywords ""chemotherapy manager"" resulted in products manufactured and sold by the OEM, DSS. No other manufacturers or distributors were found on GSA. In addition, an intent to sole source was posted on February 25, 2025, and closed on March 5, 2025. No responses were received. Any Other Facts Supporting the Justification: The VCM/ITM software is a suite of VHAPG Part 808.405-6 Limiting Sources Revision: 01 Effective Date: 09/01/2024 Acquisition ID#:36C252-25-AP-0787 Page 5 of 6 products which feature built-in order sets, based on clinical guidelines tailored to the facility's subject matter experts' preferences. The streamlining of the order entry and verification process using an electronic order entry program specifically designed for oncology treatment regimens allow greater productivity and give the Veteran a better experience in the process. VCM software automates what is currently time consuming and at high-risk for errors. VCM will increase capacity, safety and patient experiences in the outpatient fusion clinic by streamlining the order entry and verification process via an electronic order entry software specifically designed for oncology treatment regimens. VCM software includes auto dose calculation, standardized order sets, medication safety alerts/checks and automatically writing treatment plans into CPRS. VCM is a VA specific windows-based software decision support and ordering system. VCM is fully integrated with the VistA system and provides seamless electronic interaction between the ordering oncologist and pharmacist. This integration allows the oncologist to have an extremely efficient method for preventing medication errors due to misinterpretation of hand-written orders. A Statement of the Actions: The Government will continue to conduct market research to ascertain if there are changes in the marketplace that would enable future actions to be competed if the planned rollout of Cerner is delayed. Requirements Certification: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, is accurate and complete to the best of my knowledge. I understand that processing of this limited sources justification restricts consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. MICHAEL FRYDACH 2025.07.16 07:50:55 -05'00' SIGNATURE Mike Frydach DATE Biomedical Engineer VISN 12 HTM Name Title Service Line/Section VISN 12 Facility Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: Contracting Officer's Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. A.A Of'""'\1\1 Digitally signed by r MNlAA'c
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1f973e08dd97466a8dad31828e42761a/view)
- Record
- SN07534550-F 20250806/250804230042 (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 |