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 Iowa City VA Health Care System (ICVAHCS), is soliciting proposals for the replacement of approximately 65% of its legacy Ascom nurse call system with a Rauland Responder 5 Nurse Call System. This is a critical requirement due to a total system failure caused by internal flooding, necessitating immediate restoration of life-safety communication capabilities. This is an UNRESTRICTED solicitation. Proposals are due May 1, 2026, at 1700 Mountain Standard Time (MST).
Scope of Work
The project involves replacing the obsolete Ascom nurse call system's software and hardware. Key tasks include:
- Upgrading to the existing Rauland call System Session Initiation Protocol (SIP) server and software.
- Integrating and communicating with Vocera and Rauland Integration SIP Gateway Server, as well as EHR/ADT, staff assignment, and RTLS systems.
- Providing and installing head-end cabinets, equipment, field devices, and all required system cabling.
- Demolishing and removing existing equipment, with careful preservation of current system functionality during phased installation.
- Programming Rauland R5ware and R5 software.
- Providing a new stand-alone server, licensing, and services for Rauland integration with the customer-provided Vocera interface.
- Supplying electronic floor plan drawings detailing device locations and providing spare equipment.
- Installation must be phased to maintain hospital operations, potentially requiring night and weekend work.
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.
- Set-Aside: UNRESTRICTED.
- NAICS Code: 334290 (Other Communications Equipment Manufacturing), Size Standard: 800 Employees.
- Proposal Due: May 1, 2026, at 1700 MST.
- Published Date: April 17, 2026.
Evaluation
Offers will be evaluated comparatively based on Technical, Delivery and Installation, and Price to determine the best overall offer. The government reserves the right to award without discussions.
Special Requirements & Deadlines
- Site Visit: An updated site visit is scheduled for April 21, 2026, from 1300 to 1600. Vendors must notify Della-Lynn Caldwell to attend.
- Questions Due: All questions must be submitted to the Contracting Officer by April 22, 2026, at 1700 MST. Additional questions after reviewing drawings are due by April 24, 2026, at 17:00.
- Submission: Electronic submission to Dennis.Salmonsen@va.gov. All solicitation amendments must be signed and returned with the completed solicitation.
- Compliance: Adherence to VA security and privacy regulations is mandatory. A minimum one-year warranty is required. The Buy American Certificate (FAR 52.225-2) must be completed and submitted. Offerors must be registered in SAM.gov and have a Unique Entity ID.
- Logistics: Off-site storage planning is required as on-site storage is limited. Biweekly virtual progress meetings are mandatory.