DA10--VHA DSS Vista Chemotherapy Manager SW
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) has published a Justification for an Exception to Fair Opportunity for the renewal of DSS VistA Chemotherapy Manager (VCM) software licenses and support for VISN 23 facilities. A firm-fixed-price Delivery Order, valued at $851,693.44, was awarded to Minburn Technology Group LLC under the NASA SEWP V Governmentwide Acquisition Contract (GWAC).
Purpose & Scope
The VA Veterans Health Administration (VHA) VISN 23 required the renewal of eight brand name DSS VCM term software licenses with maintenance and support. This software is a VA-specific, Windows-based decision support and ordering system fully integrated with VistA/Computerized Patient Record System (CPRS). It enables seamless electronic interaction between oncologists and pharmacists, pulling patient vitals, lab results, and pharmacy orders from VistA to inform treatment decisions and sending data back to VistA for patient charts. This integration is crucial for preventing medication errors and ensuring patient safety in chemotherapy management. The requirement is for one year, until the VA transitions to a new Electronic Health Record (EHR) system in June 2027.
Key Requirements
- Renewal of eight brand name DSS VCM term software licenses.
- Maintenance and support for the VCM software.
- Software must interface with the VA legacy electronic health record (VistA/CPRS).
- Support for facilities within VISN 23, including Minneapolis, NE-Western Iowa (Omaha, Lincoln, Grand Island), Iowa City, Des Moines, Fargo, Sioux Falls, Black Hills (Hot Springs, Fort Meade), and St. Cloud VA Health Care Systems.
Contract Details
- Contract Type: Firm-fixed-price Delivery Order
- Awardee: Minburn Technology Group LLC
- Contract Vehicle: NASA SEWP V GWAC
- Award Value: $851,693.44
- Period of Performance: June 6, 2026, through June 5, 2027
- Award Date: April 9, 2026
- Published Date: April 15, 2026
Set-Aside & Justification
This procurement involved limited competition among authorized resellers of the brand name DSS VCM software. The justification was provided to Service-Disabled Veteran-Owned Small Business (SDVOSB) NASA SEWP V GWAC holders. Market research identified two SDVOSB authorized resellers. The justification cites FAR VA Deviation 16.507-7(b) due to unique or highly specialized requirements, emphasizing that failure to procure this software and maintenance would lead to loss of access, inability to comply with Pharmacy Benefits Management guidance, and potential adverse impacts on patient care and safety.