7A21--Web-based on-call and physician scheduling software brand name or equal to AMION FOR ENTERPRISES Please see Sources Sought Notice for info requested
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research via a Sources Sought Notice to identify qualified sources for a web-based on-call and physician scheduling software, brand name or equal to AMION FOR ENTERPRISES+, for the VA Puget Sound Healthcare System (VAPSHCS) in Seattle, Washington. The government intends to award a firm-fixed-price contract for a base year plus four option years. Responses are due May 26, 2026, at 1 PM Mountain Time.
Scope of Work
The requirement includes providing, installing, configuring, and maintaining a web-based scheduling software solution. Key features and services include:
- Software: AMION FOR ENTERPRISES+ or equivalent, with at least 45 annual subscription licenses, unlimited user accounts, and unlimited scheduling groups.
- Hosting: Contractor's web server, ensuring 24/7/365 internet availability of schedules.
- Support: 24/7/365 telephone support for crashes/outages and one business-day support for individual provider technical problems.
- Installation: Network application installation and configuration assistance.
- Training: Comprehensive remote training for provider schedulers (eight 2-hour sessions), Super Users (four 1-hour sessions), and site administrators/CORs (one in-depth technical session).
- Delivery & Documentation: Delivery to VAPSHCS, Seattle, WA, and provision of Operation and Maintenance Manuals (two binders, one digital copy).
- Maintenance: Software updates, licensing, warranty, and service in accordance with OEM terms.
- Security: The application will not be on the facility network or VHA intranet, and will not involve hardware interfaces, thus mitigating IT security risks. Provider privacy will be maintained by restricting internet access to VA Puget Sound staff only.
Contract & Timeline
- Type: Sources Sought (intended contract type: Firm-Fixed Price)
- Duration: Base year (approx. 07/01/2026 – 06/30/2027) plus four (4) option years.
- Set-Aside: None specified at this market research stage; however, respondents should indicate compliance with VAAR 852.219-75 and FAR 52.219-14 if a set-aside is considered.
- NAICS Code: 541519 (Small business size standard: 150 employees).
- Response Due: May 26, 2026, 1 PM Mountain Time.
- Published: May 11, 2026.
Submission & Evaluation
Interested vendors must submit responses via email to Jennifer Robles at jennifer.robles1@va.gov. Responses should include:
- Company name, address, SAM UEI, and business size.
- Point of contact name, phone number, and e-mail address.
- Information on whether supplies/services are offered on GSA Federal Supply Schedule, NASA SEWP, or any other Federal contract.
- If offering a similar system, include the business size of the manufacturer for Non-Manufacturer Rule (NMR) determination.
- Vendors must be an OEM, authorized dealer, distributor, or reseller, verified by an authorization letter. This is a market research notice only; it is not a solicitation. The information gathered will assist the Government in determining the appropriate acquisition method.
Additional Notes
No telephone inquiries will be accepted. The Government reserves the right to use information provided for any purpose deemed necessary and legally appropriate. Proprietary information will be treated as such and not shared with other companies.