SOURCES SOUGHT
Q -- InterQual (VA-25-00109578)
- Notice Date
- 10/15/2025 8:14:10 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
- ZIP Code
- 07724
- Solicitation Number
- 36C10B26Q0032
- Response Due
- 10/20/2025 1:00:00 PM
- Archive Date
- 11/04/2025
- Point of Contact
- Harold Nice, CO
- E-Mail Address
-
Harold.Nice@va.gov
(Harold.Nice@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice InterQual 36C10B26Q0032 Page 10 of 10 Introduction This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Quotation or a Request for Proposal. DO NOT SUBMIT A PROPOSAL. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Be advised that the set-aside decisions may be made based on the information provided in response to this RFI. Responses shall be as complete and informative as possible. The North American Industry Classification System (NAICS) that is being contemplated for this requirement is 541519 Other Computer Related Services. Please ensure your response indicates your size status under this NAICS. 2. Submittal Information: All responsible sources may submit a response in accordance with the below information. There is a page limitation for this RFI of 12 pages and shall be in 12 Arial font. The Government will not review any other information or attachments included, that are in excess of the 12 page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the Item required in the attached PD and must include the following: Interested Vendors shall at a minimum provide the following information in the initial paragraph of the submission: Name of Company Address Point of Contact Phone Number Fax Number Email address NAICS code(s) Company Business Size and Status For Veteran Owned Small Business (VOSB) and Service Disabled Veteran Owned Small Business (SDVOSB)s, proof of verification in VIP. Socioeconomic data Unique Equipment Identifier (UEI) Number Existing Contractual Vehicles (GWAC, FSS, or MAC) B. Provide a summary of your capability to meet the requirements contained within the draft PD for the following areas: 1. Provide a summary of your technical capability to meet the PD requirements. 2. Provide an explanation of any additional technologies and/or best practices that should be considered for inclusion within the PD and why? 3. What additional information would be beneficial in creating a proposal for this statement of work? 4. Are there any sections in the PD where the intent of the government is unclear? C. Corporate experience or expertise in performing these services and specific examples or references. Specific examples or references provided must include the agency, point of contact, dollar value, and contract number. D. Small Businesses should also include information as to: Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-73 (JAN 2023) (DEVIATION) VA Notice of Total Set-Aside For Certified SDVOSBs and 13 CFR §125.6, which states the contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not certified SDVOSBs listed in the SBA certification database� (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. Your response shall include information as to available personnel and financial resources; full names of proposed team members and the PD requirements planned to be subcontracted to them, which must include the prime planned percentage or the names of the potential team members that may be used to fulfill the set aside requirement. Has the draft PD provided sufficient detail to describe the technical requirements that encompass the software development and production operations support services to be performed under this effort. ______ YES _______ NO (if No, answer question c) If NO , please provide your technical comments/recommendations on elements of the draft PD that may contribute to a more accurate proposal submission and efficient, cost-effective effort. Responses are due no later October 20, 2025 at 16:00AM EST, via email to Contract Specialist Harold Nice at Harold.Nice@va.gov. Please note Sources Sought # 36C10B26Q0032, InterQual 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. See attached document: Product Description (PD) InterQual Draft PD Version Number: 1. 0 PRODUCT DESCRIPTION (PD) DEPARTMENT OF VETERANS AFFAIRS Office of Information & Technology (OI&T) Data Access Services (DAS) InterQual Connect Date: October 2, 2025 VA-26-00011338 PD Version Number: 1.0 1.0 PRODUCT REQUIREMENTS The Department of Veterans Affairs (VA), Office of Information & Technology (OIT), has a requirement to purchase brand name Data Access Services (DAS) and InterQual Connect software subscription licenses. InterQual establishes medical necessity or level of care determinations. Medical necessity or level of care determinations are the next steps in the treatment process. This solution can be leveraged by the VA to reduce unnecessary radiology orders for more than 280 unique imaging tests. Reduces and/or eliminates patient exposure to unnecessary testing. InterQual platform aligns strategically with the VA to reduce unnecessary exams and allow for appropriate exams to be scheduled sooner. Helps to ensure that appropriate sequencing of tests is considered prior to the approval of advanced imaging. The Period of Performance for this licensing shall be 12 months, with four 12-month option period. Base Period Requirements: Description Period of Performance Part No. Qty InterQual Imaging Criteria & InterQual Anonymous Review Annual Subscription License Fee 12 months UNL InterRater Reliability Standard Testing Tool Annual Subscription License Fee 12 months UNL Implementation Set-up Fee (one-time fee) 12 months 1 One (1) End User Web-based Criteria Training Session (one-time fee) 12 months Up to 4 Participants Option Period 1 Requirements: Description Period of Performance Part No. Qty InterQual Imaging Criteria & InterQual Anonymous Review Annual Subscription License Fee 12 months UNL InterRater Reliability Standard Testing Tool Annual Subscription License Fee 12 months UNL Option Period 2 Requirements: Description Period of Performance Part No. Qty InterQual Imaging Criteria & InterQual Anonymous Review Annual Subscription License Fee 12 months UNL InterRater Reliability Standard Testing Tool Annual Subscription License Fee 12 months UNL Option Period 3 Requirements: Description Period of Performance Part No. Qty InterQual Imaging Criteria & InterQual Anonymous Review Annual Subscription License Fee 12 months UNL InterRater Reliability Standard Testing Tool Annual Subscription License Fee 12 months UNL Option Period 4 Requirements: Description Period of Performance Part No. Qty InterQual Imaging Criteria & InterQual Anonymous Review Annual Subscription License Fee 12 months UNL InterRater Reliability Standard Testing Tool Annual Subscription License Fee 12 months UNL 2.0 NOTICE OF THE FEDERAL ACCESSIBILITY LAW AFFECTING ALL INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) PROCUREMENTS� (SECTION 5084) On January 18, 2017, the Architectural and Transportation Barriers Compliance Board (Access Board) revised and updated, in a single rulemaking, standards for electronic and information technology developed, procured, maintained, or used by Federal agencies covered by Section 508 of the Rehabilitation Act of 1973, as well as our guidelines for telecommunications equipment and customer premises equipment covered by Section 255 of the Communications Act of 1934. The revisions and updates to the Section 508-based standards and Section 255-based guidelines are intended to ensure that information and communication technology (ICT) covered by the respective statutes is accessible to and usable by individuals with disabilities. 2.1 SECTION 508 INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) STANDARDS The Section 508 standards established by the Access Board are incorporated into, and made part of all VA orders, solicitations and purchase orders developed to procure ICT. These standards are found in their entirety at: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards-and-guidelines. A printed copy of the standards will be supplied upon request.� Federal agencies must comply with the updated Section 508 Standards beginning on January 18, 2018. The Final Rule as published in the Federal Register is available from the Access Board: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule. The Contractor shall comply with 508 Chapter 2: Scoping Requirements for all electronic ICT and content delivered under this contract. Specifically, as appropriate for the technology and its functionality, the Contractor shall comply with the technical standards marked here: E205 Electronic Content (Accessibility Standard -WCAG 2.0 Level A and AA Guidelines) E204 Functional Performance Criteria E206 Hardware Requirements E207 Software Requirements E208 Support Documentation and Services Requirements 2.2 COMPATABILITY WITH ASSISTIVE TECHNOLOGY The standards do not require installation of specific accessibility-related software or attachment of an assistive technology device. Section 508 requires that ICT be compatible with such software and devices so that ICT can be accessible to and usable by individuals using assistive technology, including but not limited to screen readers, screen magnifiers, and speech recognition software. 2.3 ACCEPTANCE AND ACCEPTANCE TESTING Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above. The Government reserves the right to test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above. The Government reserves the right to test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon delivery. 3.0 INFORMATION TECHNOLOGY USING ENERGY-EFFICIENT PRODUCTS The Contractor shall comply with Sections 524 and Sections 525 of the Energy Independence and Security Act of 2007; Section 104 of the Energy Policy Act of 2005; Executive Order 13834, Efficient Federal Operations , dated May 17, 2018; Executive Order 13221, Energy-Efficient Standby Power Devices, dated August 2, 2001; and the Federal Acquisition Regulation (FAR) to provide ENERGY STAR®, Federal Energy Management Program (FEMP) designated, low standby power, and Electronic Product Environmental Assessment Tool (EPEAT) registered products in providing information technology products and/or services. The Contractor shall ensure that information technology products are procured and/or services are performed with products that meet and/or exceed ENERGY STAR, FEMP designated, low standby power, and EPEAT guidelines. The Contractor shall provide/use products that earn the ENERGY STAR label and meet the ENERGY STAR specifications for energy efficiency. Specifically, the Contractor shall: Provide/use ENERGY STAR products, as specified at www.energystar.gov/products (contains complete product specifications and updated lists of qualifying products). Provide/use the purchasing specifications listed for FEMP designated products at https://www4.eere.energy.gov/femp/requirements/laws_and_requirements/energy_star_and_femp_designated_products_procurement_requirements . The Contractor shall use the low standby power products specified at http://energy.gov/eere/femp/low-standby-power-products. Provide/use EPEAT registered products as specified at www.epeat.net. At a minimum, the Contractor shall acquire EPEAT® Bronze registered products. EPEAT registered products are required to meet the technical specifications of ENERGY STAR, but are not automatically on the ENERGY STAR qualified product lists. The Contractor shall ensure that applicable products are on both the EPEAT Registry and ENERGY STAR Qualified Product Lists. The Contractor shall use these products to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. The following is a list of information technology products for which ENERGY STAR, FEMP designated, low standby power, and EPEAT registered products are available: Computer Desktops, Laptops, Notebooks, Displays, Monitors, Integrated Desktop Computers, Workstation Desktops, Thin Clients, Disk Drives Imaging Equipment (Printers, Copiers, Multi-Function Devices, Scanners, Fax Machines, Digital Duplicators, Mailing Machines) Televisions, Multimedia Projectors This list is continually evolving, and as a result is not all-inclusive. 4.0 SHIPMENT OF HARDWARE OR EQUIPMENT Inspection: N/A Acceptance: N/A Free on Board (FOB): N/A Ship To and Mark For: Alternate Name: Name: Voice: Voice: Email: Email: 4.1 SPECIAL SHIPPING INSTRUCTIONS Prior to shipping, Contractor shall notify Site Point of Contact (POC)s, by phone followed by email, of all incoming deliveries including line-by-line details for review of requirements.� The Contractor shall not make any changes to the delivery schedule at the request of Site POC. Contractors shall coordinate deliveries with Site POCs before shipment of hardware to ensure sites have adequate storage space. All shipments, either single or multiple container deliveries, shall bear the VA IFCAP Purchase Order number on external shipping labels and associated manifests or packing lists.� In the case of multiple container deliveries, a statement readable near the VA IFCAP PO number shall indicate total number of containers for the complete shipment (e.g. Package 1 of 2 ), clearly readable on manifests and external shipping labels. Packing Slips/Labels and Lists shall also include the following: IFCAP PO #: ____________ (e.g., 166-E11234 (the IFCAP PO number is located in block #20 of the SF 1449)) Project Description: (e.g. Tier I Lifecycle Refresh) Total number of Containers:� Package ___ of ___.� (e.g., Package 1 of 3) 5.0 GENERAL REQUIREMENTS 5.1 VA TECHNICAL REFERENCE MODEL The Contractor shall support the VA enterprise management framework. In association with the framework, the Contractor shall comply with OI&T Technical Reference Model (VA TRM). The VA TRM is one component within the overall Enterprise Architecture (EA) that establishes a common vocabulary and structure for describing the information technology used to develop, operate, and maintain enterprise applications. Moreover, the VA TRM, which includes the Standards Profile and Product List, serves as a technology roadmap and tool for supporting OI&T. Architecture & Engineering Services (AES) has overall responsibility for the VA TRM. POINTS OF CONTACT VA Program Manager: Name: Voice: Email: Contracting Officer s Representative: Name: Voice: Email: Contracting Officer: Name: Voice: Email: Contract Specialist: Name: Voice: Email: INFORMATION SECURITY CONSIDERATIONS: The Assessment and Authorization (A&A) requirements do not apply and a Security Accreditation Package is not required All VA sensitive information shall be protected at all times in accordance with local security field office System Security Plans (SSP s) and Authority to Operate (ATO) s for all systems/LAN s accessed while performing the tasks detailed in this Product Description. A prohibition on unauthorized disclosure: Information made available to the Contractor or Subcontractor by VA for the performance or administration of this contract or information developed by the Contractor/Subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the Contractor/Subcontractor s rights to use data as described in Rights in Data General, FAR 52.227-14(d).(1). A requirement for data breach notification: Upon discovery of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the Contractor/Subcontractor has access, the Contractor/Subcontractor shall immediately notify the COR and simultaneously, the designated ISO, and Privacy Officer for the contract. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. See VA Handbook 6500.6, Appendix C, paragraph 6.a. A requirement to pay liquidated damages in the event of a data breach: In the event of a data breach or privacy incident involving SPI the contractor processes or maintains under this contract, the contractor shall be liable to VA for liquidated damages for a specified amount per affected individual to cover the cost of providing credit protection services to those individuals. However, it is the policy of VA to forgo collection of liquidated damages in the event the Contractor provides payment of actual damages in an amount determined to be adequate by the agency. Based on the determinations of the independent risk analysis, the Contractor shall be responsible for paying to VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: Notification; One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; Data breach analysis; Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs A requirement for annual security/privacy awareness training: Before being granted access to VA information or information systems, all Contractor employees and Subcontractor employees requiring such access shall complete on an annual basis either: (i) the VA security/privacy awareness training (contains VA security/privacy requirements) within 1 week of the initiation of the contract, or (ii) security awareness training provided or arranged by the contractor that conforms to VA s security/privacy requirements as delineated in the hard copy of the VA security awareness training provided to the Contractor. If the Contractor provides their own training that conforms to VA s requirements, they will provide the COR or CO, a yearly report (due annually on the date of the contract initiation) stating that all applicable employees involved in VA s contract have received their annual security/privacy training that meets VA s requirements and the total number of employees trained. See VA Handbook 6500.6, Appendix C, paragraph 9. A requirement to sign VA s Rules of Behavior: Before being granted access to VA information or information systems, all Contractor employees and Subcontractor employees requiring such access shall sign on annual basis an acknowledgement that they have read, understand, and agree to abide by VA s Contractor Rules of Behavior which is attached to this contract. See VA Handbook 6500.6, Appendix C, paragraph 9, and Appendix D. Note: If a medical device vendor anticipates that the services under the contract will be performed by 10 or more individuals, the Contractor Rules of Behavior may be signed by the vendor s designated representative. The contract must reflect by signing the Rules of Behavior on behalf of the vendor that the designated representative agrees to ensure that all such individuals review and understand the Contractor Rules of Behavior when accessing VA s information and information systems.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6fbed6ac8b5d469ea52960e85d2f2c9b/view)
- Record
- SN07620071-F 20251017/251015230042 (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 |