Amendment 1 to Request for Quote for Joseph Maxwell Cleland Atlanta VA Medical Center (JMCAVAMC) 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
Amendment 1 to Request for Quote (RFQ) 36C24726Q0357 is issued for Nurse Call System Support at the Joseph Maxwell Cleland Atlanta VA Medical Center (JMCAVAMC). This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside for software support, assurance, and remote managed services for the Jeron Nurse Call system. Offers are due March 20, 2026, at 12:00 PM EDT.
Purpose & Scope
The Department of Veterans Affairs (VA) seeks a contractor to provide comprehensive support for the existing Jeron Provider® 790 Nurse Call System. Key requirements include software updates, remote administration, an annual technical efficiency review, and 24x7x365 remote managed services covering diagnostics, proactive maintenance, and troubleshooting. The primary objective is to ensure optimal system performance, patient care, and safety.
Key Changes & Clarifications (from Amendment 1 & Q&A)
- CLIN 0003 Onsite Administrator has been removed from the RFQ for all years; no onsite administrator is required for this requirement.
- The Statement of Work (SOW) focuses on software support services; contractors should only quote software support and not additional hardware, unless for quick swap in the field with repair via RMA from Jeron.
- Jeron devices have a 5-year warranty from their 2023 installation; the SOW does not include hardware/software replacement outside warranty coverage.
- Remote access must utilize VA Centrix, and contractor staff providing remote support must be factory certified and trained.
- Proactive system health monitoring, optimization, and preventive maintenance are preferred over strictly reactive support, with response times within 2-24 hours maximum and a 99.9% uptime requirement due to the life safety nature of the system.
- Contractor personnel performing remote administration must comply with specific VA cybersecurity frameworks and integrate with VA enterprise monitoring or logging platforms.
Contract Details
- Contract Type: Firm Fixed-Price Base Plus 4 Option Years.
- Period of Performance: The base year runs from April 1, 2026, to March 31, 2027, followed by four one-year option periods.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 541512 (Computer Systems Design Services) with a $34 Million size standard.
- Place of Performance: Joseph Maxwell Cleland Atlanta VA Medical Center, Decatur, GA.
Submission & Evaluation
- Offer Due Date: March 20, 2026, at 12:00 PM EDT.
- Questions Deadline: March 16, 2026, at 12:00 PM EST. All questions must be submitted electronically to jeremy.calligan@va.gov, with answers posted via amendment.
- Submission Requirements: Offerors must complete B.2 pricing on pages 5-7 of the revised RFQ document.
- Evaluation Factors: Offers will be evaluated on Technical Approach, Experience, and Past Performance, each rated as Acceptable or Unacceptable, using a comparative evaluation process.
Contact
- Primary Contact: Jeremy A Calligan, jeremy.calligan@va.gov.