7G21--Lee County Nurse Call System
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 8 (NCO 8), is soliciting quotations for a Nurse Call System and its installation at the Lee County Healthcare Center (LCHC) in Cape Coral, FL. This acquisition is a Total Small Business Set-Aside. The project involves replacing the existing system with a new one, including hardware, software, installation, integration, training, and warranty support. Quotations are due by March 25, 2026, at 4:30 PM EST.
Scope of Work
The requirement is for the provision and installation of a new Nurse Call System, specified as "Brand Name or Equal" to the Jeron Provider 700. Key system features must include dedicated emergency buttons (Code Blue, Staff Assist), clear visual/audible alerts, two-way communication, patient room stations (bedside and bathroom), and LED corridor lights. The system must comply with VA standards, including the VA Technical Information Library (TIL) Design Guide, FDA 510(k) Class II listing, FCC Part 68, and support IPv6. It requires an open architecture for interoperability and 100% US-manufactured components. Anti-ligature nurse call devices are specifically required for Mental Health Exam Rooms on the 4th Floor. Compliance with VA privacy and security policies, HIPAA, and execution of a Business Associate Agreement (BAA) are mandatory if PHI/PII is accessed. Deliverables include system hardware, licensed software, installation services, testing, documentation, and post-implementation support.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (RFQ)
- NAICS Code: 334290 (Other Communications Equipment Manufacturing) with an 800-employee size standard.
- Product Service Code: 7G21 (Digital Network Communications Hardware, Software, And Other Equipment)
- Contract Period: Base Period from April 1, 2026, to September 1, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
Key Amendments & Attachments
This opportunity has undergone multiple amendments. Amendment 0003, issued on March 19, 2026, is the latest, extending the RFQ closing date and adding critical documents.
- RFQ Closing Date Extension: The final closing date is March 25, 2026, at 4:30 PM EST.
- Added Attachments:
- Attachment D – Answers to Additional RFQ Questions: Provides clarifications, including guidance on existing drawings and labor/installation basis, directing offerors to Attachment E.
- Attachment E – Additional Floor Plan: Contains further detailed floor plans crucial for understanding the physical scope.
- Attachment A – Answers to RFQ Questions: Clarifies technical requirements, work hours, equipment details (e.g., no plenum ceilings, anti-ligature devices for 4th floor MH rooms, existing system by Jeron, CLIN 0002 as lump-sum).
- Attachment B – CLIN 0001 Nurse Call System: Details specific quantities of hardware and software components required for pricing.
- Attachment C – Facility Floor Plans: Provides composite floor plans for Levels 1-5, including legends and symbols.
- Appendix B & C 6500: Outline mandatory information and IT security requirements, including incident reporting and product integrity rules for VA contracts.
Submission & Evaluation
Offerors must submit quotations by the new closing date of March 25, 2026. Quotations must reflect all information contained in the original solicitation and all subsequent amendments and attachments. Evaluation factors include Technical Capabilities, Past Performance, Veterans Involvement, and Price, using a comparative evaluation process. A mandatory site visit was held on February 18, 2026.
Contact Information
For questions or submissions, contact Lakiesha Anderson, Contracting Officer, at lakiesha.anderson@va.gov or 561-618-2398.