SOURCES SOUGHT
70 -- Pathology Dictation Software Licenses and Maintenance Base Plus Four Option Years Brand Name or Equal To
- Notice Date
- 2/11/2026 1:21:06 PM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25926Q0256
- Response Due
- 2/27/2026 2:00:00 PM
- Archive Date
- 03/29/2026
- Point of Contact
- Lindsey Zwaagstra, Contracting Officer, Phone: 303-712-5733
- E-Mail Address
-
Lindsey.Zwaagstra@va.gov
(Lindsey.Zwaagstra@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Pathology Dictation Software License and Maintenance Disclaimer: This Request for Information (RFI) is issued solely for market research information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are NOT offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Information Requested from Industry: In response to the Sources Sought, interested Contractors shall submit the following information and any Capabilities/Qualifications Statement to include but not limited to an overview of proposed solution(s) and a description of the product your company possesses in accordance with the Statement of Work draft / Salient Characteristics List. Responses to market research table questionnaire shall be submitted. If this information is not provided, then it will be assumed the entire requirement cannot be met. Description of Requirement: The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 19 (NCO 19) is conducting a market survey and is seeking potential sources for Pathology Dictation Software License for the Rocky Mountain Regional VA Medical Center. This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided. Schedule: Item No. Part Number Item Description 1 VOPROUSRLIC-GOV VoiceOver PRO User License (Brand Name or Equal) Base Year: 07/01/2026 06/30/2027 2 VOPROLICS-GOV VoiceOver PRO License-Small (Brand Name or Equal) Base Year: 07/01/2026 06/30/2027 3 VOP-VVTS-GOV VA VistA Personality License-Small (Brand Name or Equal) Base Year: 07/01/2026 06/30/2027 4 VASPKT-USRSUB-GOV VA Nuance SpeechKit Per User Subscription (Brand Name or Equal) Base Year: 07/01/2026 06/30/2027 Option Year 1: 07/01/2027 06/30/2028 Option Year 2: 07/01/2028 06/30/2029 Option Year 3: 07/01/2029 06/30/2030 Option Year 4: 07/01/2030 06/30/2031 5 VOPROUSRLICSK-MTC-GOV VoiceOver PRO User License Maintenance (Brand Name or Equal) Base Year: 07/01/2026 06/30/2027 Option Year 1: 07/01/2027 06/30/2028 Option Year 2: 07/01/2028 06/30/2029 Option Year 3: 07/01/2029 06/30/2030 Option Year 4: 07/01/2030 06/30/2031 6 VOPROLICS-MTC-GOV VoiceOver PRO License-Small Maintenance (Brand Name or Equal) Base Year: 07/01/2026 06/30/2027 Option Year 1: 07/01/2027 06/30/2028 Option Year 2: 07/01/2028 06/30/2029 Option Year 3: 07/01/2029 06/30/2030 Option Year 4: 07/01/2030 06/30/2031 7 VOP-VVTS-MTC-GOV VA VistA Personality License-Small Maintenance (Brand Name or Equal) Base Year: 07/01/2026 06/30/2027 Option Year 1: 07/01/2027 06/30/2028 Option Year 2: 07/01/2028 06/30/2029 Option Year 3: 07/01/2029 06/30/2030 Option Year 4: 07/01/2030 06/30/2031 8 CAP-PATHSUB-GOV CAP Pathologist License (Brand Name or Equal) Base Year: 07/01/2026 06/30/2027 Option Year 1: 07/01/2027 06/30/2028 Option Year 2: 07/01/2028 06/30/2029 Option Year 3: 07/01/2029 06/30/2030 Option Year 4: 07/01/2030 06/30/2031 9 REMOTE USER TRAINING Remote User Training Subscription Base Year: 07/01/2026 06/30/2027 Option Year 1: 07/01/2027 06/30/2028 Option Year 2: 07/01/2028 06/30/2029 Option Year 3: 07/01/2029 06/30/2030 Option Year 4: 07/01/2030 06/30/2031 SOW Requirements: Scope: The RMRVAMC Pathology Service requires a voice recognition system to include Dragon Medical Software (Dragon is currently used in the RMRVAMC), for dictation and reporting of anatomic pathology patient reporting. The system shall include word processing tools to quickly create and edit text and pre-existing or customizable templates. The RMRVAMC Pathology Service must be in continual regulatory compliance with all College of American Pathologist (CAP) cancer checklists and as such the required voice recognition system shall have available all current CAP Electronic Cancer Checklists (eCC) within 30 days of updates becoming available. Contractor shall have proven integration with VistA HL7 and provide as part of its offer a brief list of VA sites currently using their voice recognition integrated system with VistA. Schedule: 6 pathologist dictation accounts 1 transferable resident account 7 PA/Histo-tech account eCC CAP licenses shall be sufficient for concurrent access of multiple Pathology staff members Training for New Users (typically Residents on cycle) Contractor shall provide items listed to include, but may not be limited to the following: VistA LAB V5 Integration Personality Voice Recognition System, Dragon Speak based Pathology User Licenses to voice recognition programs Management System Network User Speech, Device Configuration, Template Files Manager, Customizable AP System Downtime Tools, File Synchronization and Management Software Delegated Workflow Module Implementation to include configuration, on-Site training & support Pathology User License Maintenance Enterprise Manager Maintenance VistA LAB V5 Integration Personality Maintenance CAP eCC Content Annual License (per dictator) In response to this announcement, please provide the information requested below requested in this market research table questionnaire. If this information is not provided, then it will be assumed the entire requirement cannot be met: NAICS Code: Company Name: Address: UEI (Unique Entity ID) Number: Contact Name: Phone No.: Email: Business Size Information - Select all that applies: Small Business Emerging Small Business Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act HUBZone Woman Owned Certified Service-Disabled Veteran Owned Small Veteran Owned Small Business Large Business FSS/GSA Contract Holder: Yes No FSS/GSA Contract Number: Effective Date/ Expiration Date: Proposed solution is listed and available on the above FSS/GSA Contract: Yes No Federal Acquisition Regulation (FAR) Market Rearch Questions: Buy American Act RFO 52.225-1 and RFO 52.225-2 Buy American Certificate What percentage of the proposed product (including leases and rentals) is a: Domestic end product? _____________ (%) Foreign end product? _______________ (%) Country of Origin: Questions for Small Businesses ONLY: Limitations on Subcontracting RFO 52.219-14 What percentage of the work would be subcontracted to another company? ________ What is the business size of the subcontractor?______ Per RFO 52.219-14 the following conditions must be met: Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract; Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract; If subcontracting, what added value do you offer (RFO 52.215-23): Nonmanufacturer Rule (RFO 52.219-33): Does your company manufacturer these proposed items? [� ] yes [� ] no Does your company exceed 500 employees? [� ] yes [� ] no If yes, list # of employees: _________ Does your company primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied? [� ] yes [� ] no Does your company take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? [� ] yes [� ] no Does your company supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. [� ] yes [� ] no If yes, what is the manufacturer s name? ________________ Response Instructions: Do not provide more than 8 pages, including cover letter page. Submit your response via email to Lindsey.Zwaagstra@va.gov Submit your response no later than 15:00 (MST) on Friday, February 27, 2026; Mark your response as Proprietary Information if the information is considered business sensitive. VA has identified the appropriate North American Industry Classification System (NAICS) Code as 514519 Information Technology Value Added Resellers with a Small Business size of 150 employees. Please identify and explain any NAICS codes your company believes would better represent the predominant work included in the attached Statement of Work draft. (End of Sources Sought)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4dcbd34869a54831af99e0afd5bd2ff9/view)
- Place of Performance
- Address: Department of Veterans Affairs Rocky Mountain Regional VA Medical Center 1700 N. Wheeling Street, Aurora 80045, USA
- Zip Code: 80045
- Country: USA
- Zip Code: 80045
- Record
- SN07713602-F 20260213/260211230043 (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 |