DA10--Simplifi 797 Pharmacy Compounding Software MedTrays 36C10B26Q0098

SOL #: 36C10B26Q0098Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
TECHNOLOGY ACQUISITION CENTER NJ (36C10B)
EATONTOWN, NJ, 07724, United States

Place of Performance

Place of performance not available

NAICS

Software Publishers (513210)

PSC

Support Services, Delivered As A Service Contract (Saa S Or Subscription) Involved With The Analysis, Design, Development, Code, Test And Release Packaging Services Associated With Application Development Projects, As Well As Off The Shelf Business Software. (DA10)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 12, 2026
2
Response Deadline
Jan 16, 2026, 6:00 PM

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.

Page 2 of 2

DESCRIPTION

Request for Information 36C10B26Q0098

Veterans Health Administration (VHA) Veterans Integrated Service Network 2 (VISN 2)

Compounded Sterile Products (CSP) Compliance Software 2026

January 12, 2026

**The Government s intent is to solicit this requirement on a sole source basis to Wolters Kluwer N.V. (Pharmacy SoleSource) in accordance with Federal Acquisition Regulation (FAR) 8.405-6(a)(1)(i)(B), Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized. However, if your company can provide the required services identified in the DRAFT Performance Work Statement please provide a response in accordance with this Request for Information.**

Introduction: This is a Request for Information (RFI) only issued for the purpose of conducting market research. Accordingly, this RFI constitutes neither a Request for Proposal (RFP) nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. Do not submit a Proposal. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals or quotes, and therefore, will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing its acquisition strategy and Performance Work Statement (PWS). Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. This is a request for information and does not obligate the Government in any way, nor does it commit the Government to any specific course of action.

The Department of Veterans Affairs (VA), Veterans Health Administration (VHA)

Veterans Integrated Service Network (VISN) 2, strives to provide high quality, effective, and efficient Information Technology (IT) services to those responsible for providing care to the Veterans at the point-of-care as well as throughout all the points of the Veterans health care in an effective, timely and compassionate manner.  VA depends on Information Management/Information Technology (IM/IT) systems to meet mission goals.

VISN 2 Medical Centers Pharmacies have a requirement for Compliance Software for their Compounded Sterile Products (CSP) area. This system shall replace the current burdensome paperwork system.

This PWS will specifically detail Pharmacies that will be purchasing a Brand Name or equivalent CSP Compliance Software system.

Please see below DRAFT Performance Work Statement.

Responses:

Please submit the below requested information by 1:00PM EDT on January 16th via email to Ryan Allen, Contract Specialist at Ryan.Allen@va.gov. VA reserves the right not to respond to any, all, or select responses or materials submitted. All VA current requirements identified herein are subject to change at any time.

If you experience any problems or have any questions concerning this announcement, please contact Ryan Allen, Contract Specialist at Ryan.Allen@va.gov or Patrick Hamilton or Patrick.Hamilton2@va.gov. VA appreciates your time and anticipated response.

As part of your RFI response, please provide the following information:

General

Include the following identification information

Company Name

CAGE/UEI Number under which the company is registered in SAM/VetBiz.gov

Company Address

Point of contact name

Telephone number

Email address

If proposing an alternative solution to Brand Name, to provide the FEDRAMP authorization status (low, moderate, high) as well as the VA authorization status or ATO (authority to operate) on VA systems. Reference PWS, Section 5.3:  SAAS FedRAMP Authorized and VA Authorized

VA anticipates that this effort would fall within North American Industry Classification System (NAICS) Code 513210, Software Publishers, which has a size standard of $47 million in annual revenue to be qualified as a Small Business under SBA Size Standards.. Are you a small or large business under NAICS 513210 ($47 million)? If you believe there is a more appropriate NAICS code, please provide that to the Government with your rationale.

With respect to the subject effort, would you be the prime contractor? As the Prime Contractor, what tasks under the DRAFT PWS would your company perform?

If a small business, what type of small business are you? Are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and with subcontracting limitations in 13 CFR 125.6 in execution of this effort?

Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the testing services to be performed under this effort.

______ YES _______ NO (if No, answer question 6)

If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost effective effort.

Capability Statement

Please submit a capability statement describing your company s ability to meet the requirements in the attached draft PWS. The capability statement shall be limited to four (4) pages.

C. Pricing

Please submit pricing for your proposed solution in the form of a price schedule.

People

Points of Contact

Ryan AllenContract SpecialistPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Jan 12, 2026
DA10--Simplifi 797 Pharmacy Compounding Software MedTrays 36C10B26Q0098 | GovScope