Opportunity

SAM #36C26326Q0639

Patient Education Content Platform (Brand Name or Equal to Krames On-Demand) for Minneapolis VA Medical Center

Buyer

VA Health Administration Center 23 (VHA NCO 23)

Posted

April 30, 2026

Respond By

May 06, 2026

Identifier

36C26326Q0639

NAICS

513210

The Department of Veterans Affairs, Network Contracting Office 23, is seeking a patient education content platform for the Minneapolis VA Medical Center. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 23, Minneapolis VA Medical Center - OEMs and Vendors: - Krames (Brand Name or Equal specified) - Opportunity is open to equivalent solutions from other vendors - Products/Services Requested: - Patient education content platform (Brand Name or Equal to Krames On-Demand with Custom Content Builder) - Must deliver content in digital, print, and video formats - Includes content customization and editing tools - Multimedia and image library - Web-based access and support for multiple output formats - Annual subscription/service for base year plus four option years (total of five years) - No specific part numbers; quantity is one platform per year - Unique or Notable Requirements: - Solution must meet clinical accuracy, accessibility, and workflow integration standards - Must ensure continuity of operations - NAICS code: 513210 (Software Publishers) - Product/Service Code: DA10 - Place of Performance: - Minneapolis VA Medical Center, One Veterans Drive, Minneapolis, MN 55417

Description

The Minneapolis VA Medical Center is conducting market research to obtain the Brand Name or Equal Krames On-Demand (KOD) with Custom Content Builder (CCB) software solution that meets the minimum technical requirements for a Patient Education Content Platform (Digital, Print, and Video) as described in the Salient Characteristics below.

This is a SOURCES SOUGHT NOTICE only looking for businesses to provide the services listed in the Salient Characteristics below for market research purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS OR PRICING AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This notice shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs.

Responses to this notice will be treated only as information for the Government to consider as part of their market research efforts. The information provided will be used by the Government in developing its acquisition strategy regarding possible set aside for Service-Disabled Veteran-Owned, Veteran-Owned, and other socio-economic categories of small business. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this notice and parties responding will not be entitled to payment for direct or indirect costs incurred in responding to this notice.

The North American Industry Classification System (NAICS) code for this requirement is 513210, Software Publishers, with an SBA Small Business Size Standard of $47.0 Million.

If you are a vendor capable of providing the requested information and required services described below with competitive pricing, send your information with a description of proof of capability and answers to all questions to: Alisha.Milander@va.gov on or before Wednesday, May 6, 2026 at 12:00 PM Central Time.

Please provide answers as appropriate to the following questions in the table below with your response to this Sources Sought. Failure to respond accurately to the following questions may affect the acquisition strategy. Failure to respond to the questions at all, or not respond to select individual questions, will result in your response being determined as non-responsive.

1.  Please provide all socio-economic categories of your firm (e.g., SDVOSB, VOSB, WOSB, Large Business, 8a, etc.) as well as your firm s SAM Unique Entity ID number (replaces DUNS number) and Government Contract POC. 2.  State whether the requested services may be ordered against a government contract awarded to your organization (e.g Federal Supply Schedule (FSS), General Services Administration (GSA), etc.). 3.  State if subcontracting is contemplated for this requirement and what percentage of the work will be subcontracted and for what tasks. 4. Provide estimated lead time to deliver a fully functioning solution as described in the Salient Characteristics below. 5. State the name of the solution you are intending to provide, and state whether or not you are the proprietary owner of this solution or an authorized distributor/reseller. If you are an authorized distributor/reseller, provide proof that you are authorized to provide this solution to the Minneapolis VA Medical Center. 6. Complete the yellow highlighted areas in the ITEM INFORMATION directly below this section for market research pricing for the services described in the Salient Characteristics. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001

1.00 YR $___________ $___________

Provide Brand Name or Equal Krames On-Demand (KOD) with Custom Content Builder (CCB) software solution in accordance with the Rate Table and the Statement of Work.

Contract Period: Base POP Begin: 07-01-2026 POP End: 06-30-2027 PRINCIPAL NAICS CODE: 513210 Software Publishers PRODUCT/SERVICE CODE: DA10 IT and Telecom Business Application/Application Development Software As A Service

1001

1.00 YR $___________ $___________

Provide Brand Name or Equal Krames On-Demand (KOD) with Custom Content Builder (CCB) software solution in accordance with the Rate Table and the Statement of Work.

Contract Period: Option Year 1 POP Begin: 07-01-2027 POP End: 06-30-2028 PRINCIPAL NAICS CODE: 513210 Software Publishers PRODUCT/SERVICE CODE: DA10 IT and Telecom Business Application/Application Development Software As A Service

2001

1.00 YR $___________ $___________

Provide Brand Name or Equal Krames On-Demand (KOD) with Custom Content Builder (CCB) software solution in accordance with the Rate Table and the Statement of Work.

Contract Period: Option Year 2 POP Begin: 07-01-2028 POP End: 06-30-2029 PRINCIPAL NAICS CODE: 513210 Software Publishers PRODUCT/SERVICE CODE: DA10 IT and Telecom Business Application/Application Development Software As A Service

3001

1.00 YR $___________ $___________

Provide Brand Name or Equal Krames On-Demand (KOD) with Custom Content Builder (CCB) software solution in accordance with the Rate Table and the Statement of Work.

Contract Period: Option Year 3 POP Begin: 07-01-2029 POP End: 06-30-2030 PRINCIPAL NAICS CODE: 513210 Software Publishers PRODUCT/SERVICE CODE: DA10 IT and Telecom Business Application/Application Development Software As A Service

4001

1.00 YR $___________ $___________

Provide Brand Name or Equal Krames On-Demand (KOD) with Custom Content Builder (CCB) software solution in accordance with the Rate Table and the Statement of Work.

Contract Period: Option Year 4 POP Begin: 07-01-2030 POP End: 06-30-2031 PRINCIPAL NAICS CODE: 513210 Software Publishers PRODUCT/SERVICE CODE: DA10 IT and Telecom Business Application/Application Development Software As A Service

If applicable, VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction, will apply to the potential solicitation if set-aside for Veteran Owned Small-Businesses or Service Disabled Veteran Owned Small-Businesses. 

If applicable, FAR 52.219-14 Limitations on Subcontracting, will apply to the potential solicitation if set-aside for Small-Businesses. 

DISCLAIMER

This Sources Sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought.

The deadline for this information is 12:00 PM Central Time on Wednesday, May 6, 2026.

Salient Characteristics / Minimum Technical Requirements for a Patient Education Content Platform (Digital, Print, and Video)

The contractor shall provide a comprehensive patient education content solution that meets or exceeds the following minimum functional requirements. These characteristics are essential to meet the Government s need.

Integrated Patient Education Platform

The system must: Provide an online, integrated platform capable of delivering patient education materials in digital, print, and video formats. Enable staff to search, access, and deliver patient education materials for pre appointment, procedure, and post procedure care. Provide accurate, reliable, and clinically appropriate content suitable for supporting patient quality and safety.

Content Customization and Editing Tools

The solution must: Include a built in content editing tool allowing users to modify and customize existing educational materials. Support creation of new, original patient education materials directly within the platform. Provide the ability to import, edit, and manage VA proprietary content collections.

Multimedia and Image Library

The platform must: Offer access to a library of patient education images or multimedia assets usable within both vendor provided and VA created content. Permit staff to embed these images or media elements into customized or newly created content.

Reliability, Accessibility, and Clinical Suitability

The system must: Provide content that is clinically accurate, reliable, and validated for patient care use. Ensure accessibility compliant with federal accessibility standards to support all patient populations. Achieve reliability suitable for continuous clinical operations within a large medical center.

Web-Based Access & Workflow Compatibility

The solution must: Be web based, requiring no proprietary hardware. Support access by clinical staff throughout the facility, integrating with existing clinical workflows. Provide a stable, intuitive interface for searches, customization, and delivery of educational material.

Support for Multiple Output Formats

The system must: Support digital, printable, and video-based patient education materials. Allow staff to produce discharge instructions and other patient facing documents in multiple formats.

Comprehensive Patient Education Repository

The solution must: Offer a broad repository of patient education material that covers a wide range of clinical topics. Allow modification of these materials to meet clinical requirements and local facility needs.

Continuity of Operations

The system must: Provide continuity with the facility's need for ongoing patient education support, ensuring uninterrupted access to educational content updated to current medical standards.

View original listing