Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 19, 2025 SAM #8728
SOURCES SOUGHT

36 -- VISN 4 HUB DSS RxTracker This is not a Request for Quotes

Notice Date
10/17/2025 6:31:01 AM
 
Notice Type
Sources Sought
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24426Q0026
 
Response Due
10/24/2025 1:00:00 PM
 
Archive Date
11/03/2025
 
Point of Contact
Andrew Taylor, Contracting Officer, Phone: 724-679-2327
 
E-Mail Address
andrew.taylor3@va.gov
(andrew.taylor3@va.gov)
 
Awardee
null
 
Description
VISN 04 RxTracker THIS IS NOT A SOLICITATION ANNOUNCEMENT.� � � THIS IS A REQUEST FOR INFORMATION ONLY.� � � � This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs.� Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this source sought notice. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response.� STATEMENT OF WORK VISN 4 HEALTHCARE NETWORK RXTRACKER, E-PRESCRIBING SOFTWARE PART 1 GENERAL INFORMATION TITLE OF PROJECT: Veterans Integrated Service Network 4 (VISN04) RxTracker, e-prescribing Software Description: In order to provide the VISN 04 Tele Urgent Care a standardized electronic process to send prescriptions to retail pharmacies, we are proposing to integrate the ePrescribe application, Document Storage Systems, Inc. (DSS) Juno RxTracker, into CPRS (Computerized Patient Record System/VistA). Juno RxTracker is a comprehensive, brand-name, web-based electronic prescribing (ePrescribing) solution that is interfaced with VistA. It allows the VA to manage outbound ePrescribing to non-VA retail pharmacies while remaining the source of truth for patient records. Orders are created as Non-VA Medication orders in CPRS, to allow for VA drug formulary checks to be performed before the ePrescription is created. RxTracker consolidates and automates the retail pharmacy electronic prescription process for all medications, including controlled substances if needed. Retail pharmacy orders are submitted via the Surescripts network of pharmacies using appropriate certified methods. With a streamlined ePrescribe process, RxTracker gives providers the power to work smarter and more easily manage the workflow when Veterans choose to utilize the retail pharmacy. Background: The United States Department of Veterans Affairs, Veterans Health Administration, Veterans Integrated Service Network 4 has a requirement to procure an automated and standardized outbound electronic prescribing tool (ePrescribing) for sending prescriptions to be filled at an outside retail pharmacy (i.e. Walmart, CVS) from all nine (9) VISN 04 Healthcare s VA Medical Centers. Although the VA currently has inbound ePrescribing capability, there is no standard or automated method used by all providers for outbound prescriptions. If a Veteran prefers to have a medication filled at a retail pharmacy, it is a laborious process for the provider to fax or hand write a prescription, or phone the retail pharmacy, and there is no documentation created to show these actions. Most providers and pharmacists recognize the benefit of outbound ePrescribing, to enhance patient safety and quality. Legal liability is avoided when there is complete documentation in the legal medical record (VistA/CPRS), as well as detailed historical records in RxTracker of all outbound prescriptions written by VA providers. Electronic prescribing streamlines the prescription writing process by reducing the amount of prescription errors, calls back to the prescriber by the pharmacist, and reduces the overall time spent by VA staff to fill a prescription for a patient. By the VA choosing to use RxTracker as their outbound ePrescribing application, they will comply with the industry standard of ePrescribing and have both inbound and outbound ePrescribing complete automation. Objectives: The primary objective is to deliver and provide the necessary material; and to render the necessary service to accomplish the vision of this acquisition by: Delivering the current version of DSS Inc. RxTracker application with some modification to enhance VistA integration. Install Phase 1 integrate and set up system inside the VA firewall on VA servers through collaboration between VA stakeholders and the RxTracker team. This also includes education to end-users within the VA. Comply with Federal and State law, and Local regulations as applicable. Period of Performance: Contract Type and Length: VISN 4 Healthcare is to pursue a one (1) year base Indefinite Delivery Indefinite Quantity (IDIQ) contract with four (4) additional one (1) year options. Type of Contract: Firm Fixed Price OPTION TO EXTEND SERVICES (NOV 1999) - The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration. The specified rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. Place of Performance: The work to be performed under this contract will be performed at the following facilities. 503-Altoona James E. Van Zandt Veterans Affairs Medical Center 2907 Pleasant Valley Road Altoona, PA 16602-4305 529-Butler: VA Butler Health Care System 353 North Duffy Road Butler, PA 16001-1138 542-Coatesville Coatesville Veterans Affairs Medical Center 1400 Blackhorse Hill Road Coatesville, PA 19320-2040 562-Erie Erie Veterans Affairs Medical Center 135 East 38th Street Erie, PA 16504-1559 595-Lebanon Lebanon Veterans Affairs Medical Center 1700 South Lincoln Ave Lebanon, PA 17042-7529 642-Philadelphia Corporal Michael J Crescenz Veterans Affairs Medical Center 3900 Woodland Ave Philadelphia, PA 19104-4551 646-Pittsburgh VA Healthcare System University Drive Campus University Drive Pittsburgh, PA 15240-1000 H.J. Heinz Campus 1010 Delafield Road Pittsburgh, PA 15215-1802 Human Engineering Research Lab 6425 Penn Avenue Pittsburgh, PA 15206 693-Wilkes-Barre Wilkes-Barre Veterans Affairs Medical Center 1111 East End Blvd Wilkes-Barre, PA 18711-0030 460-Wilmington Wilmington Veterans Affairs Medical Center 1601 Kirkwood Highway Wilmington, DE 19805-4907 Points of Contact: Will be provided upon award PART 2 DEFINITIONS & ACRONYMS ACRONYMS AND INITIALISMS: Acronyms and Initialisms: Following are acronyms and initialisms which may be used in place of full text throughout this Scope of Work: AQL Acceptable Quality Level CAP Corrective Action Plan CLIN Contract Line-Item Number CO Contracting Officer COR Contracting Officers Representative CPARS Contractor Performance Assessment Reporting System DOT Department of Transportation CPR Contract Performance Report EMS Environmental Management Services EPA Environmental Protection Agency FAR Federal Acquisition Regulation FCOR Facility Contracting Officers Representative GEMS Green Environmental Management Systems GFM Government Furnished Materials GFP Government Furnished Property GFS Government Furnished Services GSA Government Services Administration IDIQ Indefinite Delivery Indefinite Quantity IT Information Technology JCAHO Joint Commission on Accreditation of Health Organization OSHA Occupational Safety and Health Administration POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QASP Quality Assurance Surveillance Plan QCP Quality Control Plan SDS Safety Data Sheet SME Subject Matter Expert TO Task Order TSO Temporary Storage and Disposal Site UN United Nation VA Department of Veterans Affairs VAMC Veterans Administration Medical Center VCOR VISN04 Contracting Officer Representative VHA Veterans Health Administration VISN Veterans Integrated Service Network Definitions: Following are definitions for words or phrases used throughout this PWS: Calendar Days. Every consecutive day on the calendar, including holidays and weekends. Contractor. A supplier or vendor has a contract to provide specific supplies or service to the Government. The term used in this PWS refers to the prime Contractor Contracting Officer. A person with authority to enter into, administer, and terminate contracts and make related determinations and findings on behalf of the Government. The only individual legally authorized to bind the Government. COR/FCOR. An employee of the U.S. Government to assist with contract administration at the facility level and to liaison between Contractor, CO, and POC. Each facility will have an appointed FCOR. The awarded contract will have one COR for the entire VISN. These individuals are SMEs and have authority to provide direction to Contractor within scope of the contract. They do not have the authority to change the terms and conditions of the contract. Quality Assurance. The Government procedures to verify provided Contractor services are performed according to acceptable standards. Quality Control. All measures taken by the Contractor to assure the quality of services provided meets contract requirements. QASP. A written document specifying the methodology to be used to survey Contractor performance. PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICE GOVERNMENT FURNISHED ITEMS AND SERVICES: Government Furnished Property: The Government will not provide GFP under this Contract. Government Furnished Materials: The Government will not provide GFM under this contract. Government Furnished Services: The Government will not provide GFS under this contract. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES CONTRACTOR FUNISHED ITEMS AND SERVICES Contractor Furnished Property: The Contractor will not provide property under this Contract. Contractor Furnished Materials: The Contractor will provide RxTracker software to the VISN04 VAMCs including licenses, subscriber set-up, integrations, and education per subscriber. PART 5 SCOPE OF WORK SPECIFIC TASKS: Scope of Work: The Contractor shall provide all resources necessary to accomplish the deliverables described in this Statement of Work (SOW), except as may otherwise be specified. The Contractor shall provide details as to the method of accomplishing the Scope of Work for each of the tasks noted. The Service Provider s proposal shall address all of the objectives for each task as outlined in the Scope of Work. Alternatives and additional goals to the defined Scope of Work (e.g. task additions) and its cost must be submitted as an appendix to the main proposal. The Contractor shall set-up, integrate, and provide annual licenses per-subscriber for brand-name, DSS Inc. Juno RxTracker to be used across all nine (9) VISN 04 VAMCs for 100 subscribers. Brand Name or Equal (Aug 1999): As per FAR Part 52.211-6, If an item in this solicitation is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified in the solicitation. The Contractor shall provide all necessary server hardware and configuration necessary for the complete and total functionality of Juno RxTracker across all nine (9) VISN04 VAMCs at the direction of the COR and FCORs, to be guided by VA IT staff. Training: The Contractor shall provide all required training for Juno RxTracker including but not limited to: The Contractor shall provide all required training for the IPC System including but not limited to: Ongoing training to all end users, staff, and patients Provide clinical practice and workflow design training Provide IPC System Standard Implementation Training Contractor shall participate in scheduled meetings held by the CO, COR and/or each facility Point of Contact to ensure contract compliance. Project Management: The Contractor shall provide a Quality Control Plan (QCP) that details the Contractor s approach, timeline, and tools to perform the contract. The QCP should take the form of both a narrative and graphic format that displays the schedule, milestones, risks, and resource support. The QCP shall also include how the Contractor shall coordinate and execute planned, routine, and ad hoc data collection reporting requests as identified within the SOW. The initial baseline QCP shall be concurred upon and updated monthly thereafter. The Contractor shall update and maintain the approved QCP as needed throughout the period of performance. Travel: No travel costs will be reimbursed by the Government. PART 6 SUPPORT The contractor shall provide technical support for the RxTracker application, application updates, and training. Requesting Support: DSS Installations & Technical Services (ITS) is considered second level support for the Licensee staff for the licensed DSS product. Routine Requests (High, Medium, and Low Priorities) Between the hours of 8:00 AM and 8:00 PM ET, excluding weekends and federal holidays, requests from the Licensee are best initiated in the following preferred order: End-users contacting the local staff initiating their request for assistance Entering a ticket which then gets forwarded to ITS once assigned Using our Support portal (https://support.dssinc.com) Calling the main ITS telephone number at 561-284-7200 Emailing support@dssinc.com Regardless of who takes the call or receives the email, the DSS Analyst assigned to the software will be engaged to fulfill the services defined in this SOW as they are notified. Responses to routine requests will primarily be delivered using the Support portal and augmented by use of the telephone. Emergency Requests For issues meeting the Critical criteria as described in the Priority matrix below; Emergency support is handled by calling the main TIS number. An experienced on-call DSS Analyst will work with the OI&T staff to address their issues as quickly as possible. Responses to emergency requests will primarily be delivered using the telephone and documented in the Support portal. Selecting a Priority Reported requests will be assigned a priority that best matches the severity and impact of the issue being reported as indicated by the table below. *Indicates time-frame in business hours DSS Technical & Installation Services will respond within the timeframes listed above using the contact information provided by the person submitting the request for support. A response is defined as an acknowledgement of receipt of the issue, an action plan or a request for additional information in order to complete an action plan, and, if possible, an estimated time to resolution. In the event of an emergency, DSS is authorized to contact and notify its customers (and applicable VA personnel) and provide the expected start time and the planned duration of the emergency and if DSS expects all or any part of its service(s) to be unavailable during the emergency. 6.5 Customer Service Escalations If requests for support are not being handled within the Licensee staff's expectations as defined within this SOW, then the following customer service escalation path should be used: Call the DSS Installation & Technical Services Senior Manager Call the DSS Technical & Installation Services Director PART 7 INVOICING 7.0 INVOICING AND PAYMENT 7.1 Invoices and Payments: 7.1.1. Contractor shall submit two (2) monthly invoices, per account number as follows: 7.1.1.1 One (1) combined-sum invoice to the Financial Service Cente in Austin, TX for all products and work performed. 7.1.1.2 One (1) invoice to the COR. 7.1.2 Payments will be made in arrears by the VA Finance Services Center upon receipt of a properly prepared invoice submitted by the contractor. Juno RxTracker License shall be invoiced annually at the beginning of each contract year. Monthly invoices shall be submitted for all other Contract Line Item Numbers (CLINs). 7.1.3 All invoices shall reference the contract number and appropriate purchase order number. PART 8 OPERATIONAL SECURITY BACKGROUND INVESTIGATION (BI) AND SPECIAL AGREEMENT CHECK (SAC) The material below is in accordance with VA Directive 0710, VA Directive 0735 and VHA Directive 0710. All Contractor employees are subject to the same level of investigation as VA employees who have access to VA Sensitive Information. This requirement is applicable to all subcontractor personnel requiring the same access. The position sensitivity has been designated as Low Risk. The level of background investigation commensurate with the level of access needed to perform under the terms of the awarded contract is: National Agency Check (NACI) with written inquiries. BI and SAC screening shall be initiated prior to contract performance and the cost of the investigations will be the responsibility of the Contractor. A SAC must be adjudicated while the BI (NACI) is completed and prior to the issuance of a Personal Identity Verification (PIV) card. The Contractor can begin work and access the VA system, while waiting for the BI (NACI) adjudication, after the following has taken place: Received a favorable adjudication on the SAC (fingerprint-verified), Submitted the BI (NACI) package to the VA s Security and Investigation Center (SIC) and received written notification that SIC has accepted it, Submitted access request to the ISO and provided verification of mandatory training completion TMS course #10176. Contractors who will be on-site or need access to a VA system/information will be required to obtain a PIV card. The determining factor as to the type of PIV card issued is an examination of a contractor s access requirements for physical and/or logical VA resources. The local PIV office will provide more details. Electronic Questionnaire for Investigations Processing (E-QIP): The use of E-QIP is mandated by the Office of Management and Budget (OMB) and OPM pursuant to the E-Government Act of 2002, P.L. 107-347. E-QIP allows applicants to electronically enter, update, and transmit their personal investigative data over a secure Internet connection to their employing agency for review and approval. E-QIP must be used for all investigative types for employees, Contractors, affiliates, volunteers and other designated individuals who will need a background investigation. Contractor will contact the CO and COR immediately after contract award for further instructions in the process to request the required SAC, BI and PIV cards. The Contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. Failure to comply with the Contractor personnel security requirements may result in termination of the contract for default. The Contractor shall prescreen all personnel requiring access to the computer systems to ensure they are able to read, write, speak, and understand the English language. Staff must be operating within the borders of the U.S.A. and its territories. PART 9 PRIVACY AND RECORDS MANAGEMET INFORMATION PRIVACY LANGUAGE It has been determined that protected health information (PHI) may be used, disclosed, accessed, transmitted, created, stored/maintained, and/or destroyed (providing appropriate proof of destruction in compliance with VA Directive 6371) by the Contractor, and a signed Business Associate Agreement (BAA) will be required. The Contractor will adhere to the requirements set forth within the BAA, referenced in the solicitation, and shall comply with all applicable VA/VHA Directives. Once awarded, Contractor and Contracting Officer will collaborate with the appropriate VISN Privacy Officer� to implement the appropriate Business Associate Agreement. REQUEST FOR INFORMATION INSTRUCTIONS:� � The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory.� It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above.� � Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 325412 (size standard of 1300 employees).� Please answer the following questions:� � 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.)?� � Is your company considered small under the NAICS code identified under this RFI?� Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?� � If not, can you provide additional information shown below.� This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.� Does your company exceed 500 employees;� � Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;� � Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;� � Obtained an individual or class waiver?� 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).� � 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?� � Must have an authorized distributor letter directly from the original equipment manufacturer.� � � 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 and completion of job.� � Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number.� If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract?� � General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.� Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?� � Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.� � Please provide your UEI number.� � This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to andrew.taylor@va.gov no later than, 4:00 PM Eastern Time (ET) on October 24, 2025. This notice will help the VA in determining available potential sources only.� Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action.� � � � All questions will be addressed by the Contracting Specialist, Andrew Taylor.� Questions or responses will include the Source Sought number 36C24426Q0026 in the subject line. All firms responding to this Request for Information are advised that their response is not a request for proposal, and will not contact any other VA employee therefore will not be considered for a contract award.� � � Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide a current certification, evidence that they are an authorized distributor no more than one month old from the Original Equipment Manufacturer.� � If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award.� This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information.� Information will only be accepted in writing by e-mail to Contracting Officer at andrew.taylor3@va.gov include 36C24426Q0026 in the subject line.� � � DISCLAIMER� � This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly.� Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� Responders are solely responsible for all expenses associated with responding to this RFI.� � � End of Document�
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/661fa9a3c84f4adb9e6a0e97b4f3e8e6/view)
 
Place of Performance
Address: VA Pittsburgh Healthcare System (VISN 4) University Drive C, Pittsburgh 15240, USA
Zip Code: 15240
Country: USA
 
Record
SN07621990-F 20251019/251017230034 (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.