DA01--Intent to Sole Source Zeiss FORUM Support Agreement
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), Network Contracting Office 23, has issued a Special Notice indicating its intent to award a sole source contract to PROAIM Americas, LLC for a Zeiss FORUM Support Agreement. This action is under the authority of FAR 6.103-1/FAR Overhaul 12.102(a), citing only one responsible source.
Opportunity Details
This notice is not a request for quotations, and no solicitation will be issued for competitive quotes. Interested parties who believe they can provide the required services must submit a capabilities statement by May 13, 2026, at 17:00 CT. The statement must provide clear and unambiguous evidence of capability. If no viable responses are received, the VA will proceed with negotiations solely with PROAIM Americas, LLC.
Scope of Work
The contract requires comprehensive support services for the Zeiss FORUM ophthalmic data management platform across multiple VISN 23 facilities (South Dakota, Iowa, North Dakota, Nebraska, and Minnesota). Services include:
- Software updates, upgrades, licensing, and virus protection.
- Security patches and technical support (phone, email, remote access).
- Diagnosis, root cause analysis, resolution guidance, and operator instruction.
- Quality and training initiatives, system/interface troubleshooting.
- Access to knowledge bases and validation assistance for EHR integration.
- Quality assurance, connectivity testing, and coordination with other vendors.
Performance Standards
Key performance metrics include a minimum 96% system uptime, specific response times (e.g., 30 minutes for Disabled System during business hours), service reports within 72 hours, maintenance of an electronic service log, and quarterly reports on system performance and utilization.
Contract & Timeline
- Contract Type: Intent to Sole Source (Special Notice)
- Product Service Code: DA01 (Support Services for Application Development and Support)
- Set-Aside: None specified
- Period of Performance: One base year (July 1, 2026 - June 30, 2027) plus four (4) option years, extending through June 30, 2031.
- Capabilities Statement Due: May 13, 2026, 17:00 CT
- Published Date: May 4, 2026
Special Requirements
Compliance with VHA security protocols, VA Office of Information Technology requirements (including VA Directives 6500, 6550), FIPS 140-2 or FIPS 140-3, and consideration for Active Directory/LDAP/SSO integration. The contractor must provide a Project Management Plan (CPMP) and training for clinical users and Biomed technicians. A minimum one-year warranty for products, parts, labor, software, and services is required.
Contact Information
Contract Specialist: Theresa (Tess) Thunder Email: theresa.thunder@va.gov Phone: 701-239-3700 (Note: Phone calls will not be accepted regarding this notice.)