6515--Brand Name or Equal - Rauland Responder 5 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), specifically the NETWORK CONTRACT OFFICE 23 (36C263), is soliciting proposals for a Rauland Responder 5 Nurse Call System (Brand Name or Equal). This opportunity involves replacing approximately 65% of the existing obsolete Ascom nurse call system at the Iowa City VA Health Care System (ICVAHCS). The acquisition is UNRESTRICTED. Proposals are due May 1, 2026, at 1700 Mountain Time.
Scope of Work
The project requires the replacement of the legacy Ascom nurse call system, which failed due to internal flooding, with a new Rauland SIP server and software. Key deliverables include:
- Integration with existing Vocera and Rauland Integration SIP Gateway Server.
- Provision and installation of head-end cabinets and equipment.
- Installation, termination, and testing of field devices and associated cabling.
- Demolition and removal of existing obsolete equipment.
- Programming of Rauland R5ware and R5 software.
- Provision of a new stand-alone server, licensing, and services for the Vocera interface.
- Provision of electronic floor plan drawings and spare equipment.
- A minimum one-year manufacturer's warranty, installation, and training services are required.
Contract & Timeline
- Contract Type: Firm-Fixed-Priced, one-time supply contract.
- Period of Performance: One (1) Year, from May 5, 2026, to May 4, 2027.
- Submission: Offers must be submitted electronically to dennis.salmonsen@va.gov. Quotes must be readable using Microsoft Office 2007 or later (Word, Excel) or PDF (300 dpi).
- Evaluation Factors: Technical, Delivery and Installation, and Price. The government will evaluate offers comparatively to determine the best overall offer and may award without discussions.
- Response Due: May 1, 2026, at 1700 Mountain Time.
Additional Notes
This is an UNRESTRICTED acquisition under NAICS Code 334290 (Other Communications Equipment Manufacturing) with a size standard of 800 employees. Offerors must be registered in SAM.gov and possess a Unique Entity ID. A Buy American Certificate (FAR 52.225-2) must be completed and submitted as part of the offer, certifying the origin of end products and components. Future amendments are anticipated to address contractor questions, update the Performance Work Statement (PWS), compile CAD data, and establish a new site visit and questioning period. All solicitation amendments must be signed and returned with the completed solicitation.