THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following in support of the Veterans Integrated Services Network (VISN) 20: VISN 20 has a need for access to clinical assessments, created by qualified research analysts and medical librarians to aid clinicians at VISN 20 in making informed decisions regarding medical products, clinical topics, and emerging technology, among other relevant clinical topics. PERFORMANCE WORK STATEMENT Clinical Evidence Based Report Subscription VISN 20   Contract Title. VISN 20 Clinical Evidence Based Report Subscription Background. The VA needs to replace an expiring contract that provides technology decision support for healthcare systems by delivering a vast database of evidence-based assessments for medical devices, pharmaceuticals, clinical policies, and clinical procedures. The system allows healthcare systems to stay up to date on the latest medical device, medication and practice trends and research to ensure deployment of safe, cost-effective solutions.    Scope. VA intends to award a Firm Fixed Price Sole Source contract for a subscription that provides access to evidence based assessments of medical devices, pharmaceuticals, clinical policies, and clinical procedures. This requirement will consist of subscription services.     Subscription and Support. The following services are to be provided by the contractor: Unlimited access to a library of evidence-based assessments of medical devices, pharmaceuticals, clinical policies, and clinical procedures produced by qualified clinicians and clinical researchers To include evaluations of value analysis, risk profiles, and patient outcomes To include on demand clinical evidence assessments Provide emerging Technology Evidence Reports, Special Reports, Position Papers, and Technology News Provide subject matter expert methodology workshops and custom consultations  The vendor must have a conflict-of-interest policy that prevents the vendor and its staff from holding investments in medical device or pharmaceutical companies  Period of Performance.    The period of performance for this subscription shall be one (1) twelve (12) month base period plus four (4) additional twelve (12) month option period as stated below:  Base Year 1 September 2025 31 August 2026 Option Year One (1) 1 September 2026 31 August 2027 Option Year Two (2) 1 September 2027 31 August 2028 Option Year Three (3) 1 September 2028 31 August 2029 Option Year Four (4) 1 September 2029 31 August 2030   Place of Performance. Contract performance shall take place at the contractor s location(s); the system will be accessed from the VISN 20 location(s) shown in Table 1 to include Community-based Outpatient Clinics and remote VA employee locations. Table 1  Station Address 463-VA Anchorage Health Care System  1201 North Muldoon Road Anchorage, AK 99504 531-VA Boise Medical Center 500 W. Fort Street Boise, ID 83702 648-VA Portland Medical Center 3710 SW US Veterans Hospital Road Portland, OR 97239-2999 653-VA Roseburg Health Care System 913 Garden Valley Boulevard Roseburg, OR 97470 663-VA Puget Sound Health Care System 1660 South Columbian Way Seattle, WA 98108-1597 668-VA Spokane Medical Center N. 4815 Assembly Street Spokane, WA 99205 687-Jonathan M. Wainwright Memorial VA Medical Center 77 Wainwright Drive Walla Walla, WA 99362 693-VA Southern Oregon Rehabilitation Center and Clinics 8495 Crater Lake Highway White City, OR 97503   Invoicing. Invoices shall be submitted electronically via the Financial Services Center Mandatory Electronic Invoice System, on an annual basis. Invoices must include, at a minimum, the following information: Contractor name, purchase order number, period of service the billing covers, and a list of equipment items covered during the stated period of performance.    This requirement is in accordance with VARR Clause 852.232-72 Electronic Submission of Payment Requests: http://www.fsc.va.gov/einvoice.asp. Electronic payments are net 30 days.  Hours of Coverage. Client services will be provided 9:00am to 5:00pm EST, Monday through Friday  9. Option to Extend Services. In accordance with FAR Clause 52.217-8, Option to Extend Services, the contract may be extended, at the Government s sole discretion, for a period of up to six (6) months, exercisable in increments of not less than one (1) month. If the contract contains an unexercised option period, the Government may elect to exercise the option pursuant to FAR Clause 52.217-9, Option to Extend the Term of the Contract, during any short-term extension. The short-term extension(s) shall be subtracted from the total duration of the immediately succeeding option period that may follow as a result of the exercise of the option pursuant to FAR Clause 52.217-9 so that the combination of the short-term extension(s) and the option will not exceed 12 months duration. If the Government exercises one or more short term extensions in accordance with FAR Clause 52.217-8 and this instruction or an option period pursuant to FAR Clause 52.217-9, or any combination thereof, the contract as extended shall be deemed to include this extension instruction and FAR Clause 52.217-8; thus, the authority to extend services pursuant to FAR Clause 52.217-8 and this instruction may be exercised at the end of the base period and at the end of each option period.  The prices applicable during the short-term extension(s) shall be the price(s) applicable during the immediately succeeding option period if there is one (for example, CLIN 1001 subject only to any adjustment required by the Service Contract Act). If there is no immediately succeeding option period, the price(s) shall be the price(s) applicable during the immediately preceding contract period, subject only to any adjustment required by the Service Contract Act.  The extension(s) may be exercised by the Government IAW FAR Clause 52.217-8, provided that the CO has given notice of the Government s intent to exercise the extension at least 7 calendar days before this contract is to expire. A notice will be provided for each separate extension.  For requirements items, the prices applicable during the short-term extension(s) shall be the prices applicable during the immediately succeeding option period, if there is one. If there is no succeeding option period, the prices shall be the prices applicable during the immediately preceding contract period.  The cost ceiling(s), base fee(s), and award fee(s) during the short term option(s) shall be the pro rata portion of the costs and fees applicable to the immediately succeeding option period, if there is one. If there is no succeeding option period, the cost ceiling(s) and fee(s) shall be the pro rata portion of the costs and fees for the immediately preceding contract period. Potential candidates having the capabilities necessary to provide the above stated supplies at a fair and reasonable price are invited to respond to this Sources Sought Notice via e-mail to Nazanin Kreiner at nazanin.kreiner@va.gov no later than February 27, 2025, 1:00PM Mountain Time. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name, address, SAM UEI and business size; point of contact name, phone number, and e-mail address; whether services are presently offered on a current GSA Federal Supply Schedule contract. NAICS Code 513210 Size Standard: $47 Million is applicable to determine business size standard. Any questions or concerns may also be directed via email to Nazanin Kreiner at nazanin.kreiner@va.gov. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.