THIS REQUEST FOR INFORMATION (RFI) 36C26225Q0790 IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI for market research only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 513210 (size standard is $47.0 Million). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide RX Framework Pyrex Service Software Support that at a minimum meets the following salient characteristics in the Statement of Work for the VA GREATER LOS ANGELES HEALTHCARE SYSTEM: Item Number Description/Part Number Quantity Unit of Measure Unit Price Amount ( EQUAL TO ITEMS SATISFYING THE SALIENT CHARACTERISTICS WILL BE ACCEPTED FOR ANY ITEM LISTED BELOW WILL BE ACCEPTED; 0001 DSS Pyxis IV Prep VistA Interface Perpetual License 1 EA Â Â 0002 DSS Pyxis IV Prep VistA Interface software subscription maintenance and support M-F 8-8 EST, includes bug fixes, minor release upgrades, telephone support for a period of one year. 1 YR Â Â 0003 DSS Remote Installation Services Per Day 1 EA Â Â 0004 Option Year One DSS Pyxis IV Prep VistA Interface software subscription maintenance and support M-F 8-8 EST, includes bug fixes, minor release upgrades, telephone support for a period of one year. 1 YR Â Â 0005 Option Year Two DSS Pyxis IV Prep VistA Interface software subscription maintenance and support M-F 8-8 EST, includes bug fixes, minor release upgrades, telephone support for a period of one year. 1 YR Â Â 0006 Option Year Three DSS Pyxis IV Prep VistA Interface software subscription maintenance and support M-F 8-8 EST, includes bug fixes, minor release upgrades, telephone support for a period of one year. 1 YR Â Â 0007 Option Year Four DSS Pyxis IV Prep VistA Interface software subscription maintenance and support M-F 8-8 EST, includes bug fixes, minor release upgrades, telephone support for a period of one year. 1 YR Â Â TOTAL Â Include shipping cost on the items price. Vendor Requirements: Period of Performance for installation if 60 days after receipt of order (ARO). Vendor shall quote all items under this requirement. Vendor shall meet the Salient Characteristics in the Statement of Work (SOW). Vendor shall respond questions 1 through 8 of the Request of Information (RFI), see below. STATEMENT OF WORK Objective VHA is requesting the procurement of a Class-III interface software license called Rx-Framework OR EQUAL. The interface is required for the installation of BD IV Prep OR EQUAL for the West Los Angeles VA Medical Center. Scope of work This project is to install the DSS RxFramework OR EQUAL VistA interface perpetual license to allow communication between VistA and BD IV Prep. Vendor will be available and will work with VA pharmacy team and BD IV Prep implementation team to provide installation support. Vendor will follow planning and implementation as set forth by VA pharmacy so that DSS RxFramework OR EQUAL for BD IV prep is installed when BD IV Prep project is moving forward and team is ready for installation of DSS RxFramework OR EQUAL. RxFramework OR EQUAL will allow for order information to transmit to BD IV prep, including order and barcode information to prevent need from generating a duplicate label from VistA. It will also allow for queuing of missing and additional doses to the equipment directly. Vendor Requirements This requirement is to install the DSS VIstA integration software product RxFramework (DSS RX license and DRX maintenance) OR EQUAL. The software will trigger and generate the appropriate messages according to VistA integration best practices and methodologies, OI&T standards, and Industry Standards and Compliance guidelines. This software will also allow the interface to make full use of the features and equipment functionality, eliminating the need to create VistA cross-references and data hooks that were configuration issues from updating VIstA pharmacy patches in the past. Vendor will provide maintenance and technical support for RxFramework OR EQUAL and for the connectivity and information exchange between BD IV Prep and VistA. Performance Period Expectation is that DSS RxFramework OR EQUAL installation will coincide with BD IV Prep implementation. Once BD IV Prep implementation has reached point for vendor involvement, VA pharmacy team will engage assigned technical member from vendor to initiate and coordinate installation of this interface piece. Vendor will assign a member of their team to be available once contracts have been awarded for both BD IV Prep and DSS RxFramework OR EQUAL Salient Characteristics RxFramework for BD IV Prep OR EQUAL is HL7 Pharmacy Interface Specifications allows for complete information passing between BD IV Prep and VistA. The exchange of information allows for full integration of BD IV prep within the pharmacy production. DSS RxFramework HL7 Interface OR EQUAL needed to be purchased in order for VistA to fully communicate without need for VistA workaround. It allows for greater order information transmitting to occur to allow BD IV Prep to be used in the fullest capacity. DSS RxFramework OR EQUAL must work with BD IV Prep and VistA Industry Standard HL7 messages are required for information to be able to communicate from product to electronic system the VA uses. This enables information to communicate with BD IV prep products and our own VA systems. Enabling this ensure information exchanges automatically and in real time. DSS RxFramework HL7 Pharmacy Interface OR EQUAL will allow for the BD IV Prep system to communicate with the VistA system. This enables order information from the VistA to communicate to BD IV prep. New IV workflow technology will need a separate interface to allow for communication between VistA and the equipment. Information passed through RxFramework OR EQUAL will allow for equipment to be used in the full capacity, with queueing of additional and missing doses to pass through. Ordering information will also be compatible with BD IV Prep labels that are generated preventing need to duplicate work by generating separate labels via VistA. Complete generic identification. Automatic information exchange with VistA system and automated IV workflow technology. Exchange of pharmacy information between automated workflow technology and VistA. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicates the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to dyne.kim@va.gov. Telephone responses shall not be accepted. Responses must be received no later than April 22, 2025, at 11:00 AM Pacific Time. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please reference 36C26225Q0790, RX Framework Pyrex Service Software Support.