7A21--NUANCE POWERSCRIBE SUPPORT & MAINTENANCE
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 Network Contracting Office 15 (VISN 15), is conducting a Sources Sought market research effort to identify qualified businesses capable of providing Nuance PowerScribe System Support and Maintenance. This requirement covers VISN 15 facilities, with centralized servers at Saint Louis VAMC and Kansas City VAMC. The purpose is to make appropriate acquisition decisions and gain knowledge of potential providers. Responses are due by February 5, 2026, at 5:00 PM EST.
Scope of Work
The contractor will provide comprehensive licensing and full software and hardware maintenance coverage for VISN 15's Nuance PowerScribe install base. Key services include:
- Hardware Coverage: Servers (Saint Louis VAMC, Kansas City VAMC) and microphones.
- Software Coverage: Data integration, database, and application servers.
- Support Services: Clinical guidance, 2-hour telephone diagnostic response for service requests, 24/7 troubleshooting via phone/remote diagnostics, and dispatch of Field Service Engineers (FSE) for on-site support during normal MTF business hours (with extended coverage Mon-Fri, 8 AM - 9 PM).
- Maintenance: Installation of OEM operating system software updates (not upgrades), and a 98% uptime guarantee (calculated quarterly).
- Compliance: All services must meet manufacturer specifications, Federal Regulations, FDA device certification, NEC, LSC, TJC, and VA Regulations.
- Reporting: Detailed field service reports are required for all completed work.
- Personnel: Trained personnel with necessary tools, diagnostic equipment, and parts to maintain equipment per OEM specifications.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Duration: Anticipated base year contract.
- Set-Aside: None specified; this is market research to identify potential sources, including Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB).
- Response Due: February 5, 2026, 5:00 PM EST
- Published: January 15, 2026
Submission & Evaluation
Interested firms must respond in writing with:
- Company Name, Address, Point of Contact, Phone, Fax, and Email.
- UEI number and GSA Contract (if applicable).
- A Capability Statement clearly identifying the ability to fulfill the requirement.
- Brochures of products offered, including specifications.
- Confirmation of meeting the Buy American statute (FAR 52.225-1).
- An authorized service provider letter from the Original Equipment Manufacturer (OEM). Prospective contractors must be registered in SAM.gov and complete electronic annual representations and certifications. SDVOSB and VOSB firms must be verified in SBA.
Additional Notes
This is solely a Sources Sought announcement for market research and does not obligate the Government to award a contract. The Point of Contact for this Sources Sought is veronica.flores@va.gov.