6515--NEW - Clinical Monitoring Solution, TheraDoc
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 Central Texas VA Health Care System (CTVAHCS) in Temple, TX, is conducting a Sources Sought to identify Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), or Small Business sources for a Clinical Monitoring Solution, TheraDoc. This market research aims to find capable vendors to provide annual maintenance and telephone support services for the existing TheraDoc software. Responses are due by April 24, 2026, at 10:00 PM Central Time.
Scope of Work
The requirement is for service and support to an existing TheraDoc for VistA Large Hospital-TESA Platform. This includes:
- Annual maintenance and telephone support for TheraDoc for VistA, Pharmacy Assistant, and Infection Control Assistant, with interfaces for various clinical systems (ADT, Lab, Micro, Surgery, Inpatient Pharmacy, Radiology, BCMA, Vital Signs, Problem List).
- Support for DSS TheraDoc EMR Embedded DB and ColdFusion Software.
- Annual limited licenses, support, and maintenance for DSS Outpatient Pharmacy Interface and DSS Medical Devices Interface (MDI).
- DSS ADHOC Premium Application Workflow Support (Remote).
- DSS Remote Installation Services and DSS TheraDoc EMR Project Management, Technical, and Training Services.
- Travel Per Diem Expenses.
- Provision of software upgrades to resolve vulnerabilities and enhance applications, along with release notes.
- Responding to issues within defined priority-based response times (Urgent: 1 hr initial, 2 hr follow-up; High: 2 hr initial, 22 hr follow-up; Medium: 4 hr initial, 33 hr follow-up; Low: 8 hr initial, 44 hr follow-up).
- Providing reports on open/closed tickets and known issues upon request.
- Contractor staff will serve as second-level support for local OI&T staff.
Contract Details
- Type: Sources Sought (for market research purposes)
- Anticipated Contract Type: Firm-Fixed-Price for a Base Year, followed by four option years.
- Period of Performance: Base Year plus four option years.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), or Small Business. The primary set-aside code is SDVOSBC.
Submission Requirements
Interested firms must provide product specifications, performance, and delivery information. Notification and submission of credentials to perform the requirement must be e-mailed to Akisha Woods at Akisha.Woods@va.gov no later than April 24, 2026, 10:00 PM Central Time.
Eligibility & Important Notes
- SDVOSB and VOSB vendors must be certified in the Small Business Search (SBS) database to qualify.
- This is a Sources Sought Notice for information and planning purposes only and does not constitute a solicitation. Responses are not offers and cannot form a binding contract.
- Responders are responsible for all associated expenses.
- Strict adherence to VA Information Security, Privacy, and HIPAA requirements is mandatory. Contractor personnel will require mandatory periodic training in computer security awareness and privacy, and must comply with VA directives regarding data handling, encryption, and incident reporting. Access to Patient Health Information (PHI) is anticipated.