This is a notice of intent to sole source a contract under the authority of FAR 13.106-1(b)(2), only one source being available to meet the Government’s need. The contract is estimated for final completion by 03/31/2026.
The North American Industrial Classification System (NAICS) code for this procurement is 334111, Electronic Computer Manufacturing, with a small business size standard of 1,250 employees. The FSC/PSC is 5830, Intercommunication and Public Address Systems, Except Airborne.
The Department of Veterans Affairs intends to solicit and award a sole source contract, firm fixed price, for Nurse Call Upgrade (Responder IV to Responder V) to Innovative Communications Systems, LLC, 4855 JOULE ST, STE B2, RENO, NV 89502-4152. There are no other sources of service that will satisfy agency requirements.
The Original Equipment Manufacturer (OEM), Rauland-Borg’s Responder systems were designed to be compatible only with Rauland-Borg devices. Attempts to integrate other manufacturer parts or systems risks compliance with the UL1069 standard. Integrating the existing R5 components to any other manufacturers system would require additional transition time which introduces increased patient risk as the nurse call system is in use 24 hours a day. It would also introduce duplicated costs for procurement and maintenance on elements like software which are currently in place and do not require adjustment with an upgrade from R4 to R5. Integrating the existing R5 components to any other manufacturers system would void warranties in place on R5 components that were introduced within the last five (5) years which according to acquisition history would include several sections of the VAMC. Rauland-Borg, a small business, maintains an authorized distributor and installer list on GSA under contract 47QTCA21D0098. A market research inquiry to the OEM confirmed that authorized distributors have unique regions and only one distributor covers a given area. Innovative Communications Systems, LLC, a small business, is the only authorized distributor for the Reno/Northern Nevada area.
Any responsible source that feels it is capable in performing this requirement may submit a quote for the above listed items and describe and/or submit documentation to support your capabilities. The response will be considered by the agency. If you are not the Original Equipment Manufacturer (OEM), you must submit an authorized distributor letter signed by the OEM. If you are not the OEM and a small business, you must indicate in your response how you will comply with limitations on subcontracting and/or the non-manufacturer rule. Responses should be submitted to Leah Smith at leah.smith@va.gov no later than Monday, March 24th, 2025, at 11:00 AM Pacific Time to be considered.
The Government will not pay for information submitted. Any responses received will only be considered for the purposes of determining whether to conduct a competitive procurement in lieu of sole source contract described in this notice, and such determination shall be made at the sole discretion of the Government. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirement. If no responses are received, the government will proceed with the Sole Source acquisition.