SOURCES SOUGHT
D -- Methasoft Methadone Dispensing Licenses and Support in support of the Veterans Integrated Service Network 20 for locations in Seattle and Tacoma Washington and Portland Oregon.
- Notice Date
- 7/2/2025 2:31:07 PM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
- ZIP Code
- 98661
- Solicitation Number
- 36C26025Q0720
- Response Due
- 7/17/2025 2:00:00 PM
- Archive Date
- 08/01/2025
- Point of Contact
- Jennifer Robles, Contracting Officer, Phone: -, Fax: -
- E-Mail Address
-
jennifer.robles1@va.gov
(jennifer.robles1@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The intended contract is a firm-fixed price. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following in support of the Veterans Health Administration, Veterans Integrated Service Network (VISN) 20, 1601 E. Fourth Plain Boulevard, Vancouver, WA 98661. VISN 20 has a need for a base plus four-year contract for ongoing maintenance and support of the Methasoft system. Support includes software updates, troubleshooting, problem resolution, training and other support services. This support is needed at the following 3 sites within VISN 20: VA Puget Sound Healthcare System Seattle Division 1660 S. Columbian Way Seattle, WA 98108 VA Puget Sound Healthcare System American Lake Division 9600 Veterans Drive Tacoma, WA 98493 VA Portland Healthcare System 3710 SW U.S. Veterans Hospital Rd. Portland, OR 97239 Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. Potential candidates having the capabilities necessary to provide the stated services at a fair and reasonable price are invited to respond to this Sources Sought Notice via e-mail to Jennifer Robles at jennifer.robles1@va.gov no later than July 17, 2025, 3PM, Mountain Time. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name, address, SAM UEI, and business size; point of contact name, phone number, and e-mail address; whether services are presently offered on a current GSA Federal Supply Schedule contract, NASA SEWP, or any other Federal contract. NAICS Code 541519, $34 Million, is applicable to determine business size standard. There is no SBA Non-manufacturer waiver for this NAICS code. Any questions or concerns may also be directed via email to Jennifer Robles at jennifer.robles1@va.gov. Telephone inquiries will not be accepted. REQUIREMENT INFORMATION: Background. The VA Northwest Health Network, Veterans Integrated Service Network (VISN) 20, is responsible for providing health care to Veterans in the states of Alaska, Washington, Oregon, most of the state of Idaho, and one county each in Montana and California. VISN 20 is comprised of 8 health care facilities including 7 medical centers and 1 rehabilitation center. 3 of the health care facilities are two-division campuses. These 11 health care sites support additional Community Based Outpatient Clinics. VISN 20 currently has 3 facilities with an Opioid Treatment Program (OTP). September 4, 2020, VISN 20 awarded contract 36C26020P0974 to Netalytics for installation, testing, staff training of the Methasoft software, a Methadone dispensing system. Methasoft software facilitates care and tracks methadone/opioid substitution medications in the clinic, as well as maintains records in accordance with regulations regarding controlled opioid substitution treatments. This is essential for continued patient safety, DEA regulatory compliance, and monitoring concerns that the participating VA facilities have software that can perform these actions to fulfill treatment for Veterans. The methadone systems must meet Title 21 Code of Federal Regulations Part 1301- Registration of Manufacturers, distributors, and dispensers of controlled substances. Since the contract was awarded, Netalytics was acquired by NetSmart Technologies. Requirements. The following support services are to be provided by the contractor: Maintenance of Records and Compliance: Maintain accurate records of methadone/opioid substitution treatment dispensation to patients enrolled in the OTP, ensuring compliance with high reliability practices, patient safety standards, patient confidentiality regulations, and Controlled Substance regulations mandated by the Drug Enforcement Agency (DEA). Record Management: Manage and update records, treatments, dosages, inventory, and prescription information for patients participating in the OTP. Ensure seamless integration of patient data into the VA Electronic Health Record (EHR) system, including the Computerized Patient Record System (CPRS)/VistA and the upcoming federal EHR. Vendor software solution is required for maintaining OTP records in accordance with federal regulations for up to 10 years (DEA regulatory compliance). Regulatory Compliance for Controlled Substances: Adhere to FDA and DEA regulations governing the prescription, possession, and dispensation of methadone, a controlled Schedule II substance, and other opioid substitution treatments within the OTP. Technical Support Services: The vendor shall provide comprehensive technical support via email, telephone, and remote assistance 24/7, 365 days per calendar year. Any enhancement requests will be reviewed by the vendor for acceptance. Any requests that would result in additional fees must be reported to the Contracting Officer s Representative (COR). Maintenance and support should also include any required or optional software updates/upgrades. Ticket and Bug Tracking: The vendor shall maintain and update a centralized list of all open tickets, bugs, and development items related to the Methasoft Treatment Management System. Reports will be provided to the facility and VISN point of contact upon request. Updates/upgrade documentation should include release notes of updates and software changes related to user experience and functionality. Development Items Management: Manage and prioritize development items identified through user feedback and system enhancements. Collaborate with stakeholders to address software issues and implement improvements to enhance system functionality and user experience. Period of Performance. The base period of performance per site is indicated in Table 1. Then period of performance is 4 additional, 12-month option periods for all sites. Table 1: Period of Performance Contract Period and Site Period of Performance Base Year: Seattle 1 October 2025 30 September 2026 Base Year: American Lake 1 March 2026 30 September 2026 Base Year: Portland 1 June 2026 30 September 2026 Option Year 1: all sites 1 October 2026 30 September 2027 Option Year 2: all sites 1 October 2027 30 September 2028 Option Year 3: all sites 1 October 2028 30 September 2029 Option Year 4: all sites 1 October 2029 30 September 2030 Place of Performance. Contract performance shall take place at the locations listed in Table 2 and the contractor s remote location(s). If travel is required, all travel shall be incorporated into the price schedule for the contract. No travel costs will be reimbursed by VA. The Government acknowledges the use of remote access for support purposes, within the constraints of all applicable VA Information Security Requirements. Table 2: VISN 20 Facility Locations Facility (VAMC/HCS) Address VA Puget Sound Health Care System American Lake Campus 9600 Veterans Drive Southwest Tacoma, WA 98493-0003 Portland Healthcare System Portland Campus 3710 SW US Veterans Hospital Road Portland, OR 97239-2999 VA Puget Sound Health Care System Seattle Campus 1660 South Columbian Way Seattle, WA 98108-1597 Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c2f3f5c84d6b4bdba8027bcbf2800d94/view)
- Place of Performance
- Address: Department of Veterans Affairs Veterans Integrated Service Network 20 ** Multiple Locations - See Sources Sought ** 1601 E Fourth Plain Boulevard, Vancouver 98661
- Zip Code: 98661
- Zip Code: 98661
- Record
- SN07497958-F 20250704/250702230048 (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 |