Opportunity
SAM #36C25026Q0506
Award for Vocera Smart Badges and Licensing for Chillicothe VA Medical Center
Buyer
VA Network Contracting Office 10
Posted
May 15, 2026
Identifier
36C25026Q0506
NAICS
334511, 423690
This award supports the Department of Veterans Affairs' upgrade of healthcare communication devices at the Chillicothe VA Medical Center. - Contract awarded for Vocera V5000 Smart Badges and accessories - 500 V5000 Smart Badges (Model 220-02100) - 500 FIPS 140-2 Device Licenses (Model 261-01950) - 1000 V5000 Batteries (Model 230-02150) - 72 8-Bay Universal Chargers (Model 230-02158) - 28 25-Pack Grip Clips (Model 230-02155) - 5 Training Kits for 100 users each (Model 230-02200) - Professional services and warranties included - 500 Smart Badge warranties (Product 920-05002) - 72 Charger warranties (Product 920-05082) - 22 hours of Workflow Implementation and Training Services (Product 240-01361) - 866 units of reimbursable expenses (Product 240-01239) - Brand name only procurement for Vocera due to compatibility and regulatory requirements - Products are made in the USA and comply with the Buy America Act - Award made under FSS Contract Number 47QTCA22D006J - Place of performance: VISN 10 VA Health Care System, Chillicothe, OH - Contracting office: Network Contracting Office 10, Battle Creek, MI - Estimated contract value: $643,396.10 - No option years; one-time, firm-fixed price purchase
Description
Limited Sources Justification Format >SAT Vocera Badges and Licensing VHAPG Part 808.405-6 Limiting Sources Page 1 of 4 Revision: 02 Effective Date: 03/02/2026 Acquisition ID#: 36C250-26-AP-2508 LIMITED SOURCES JUSTIFICATION
ORDER >SAT
GSAR 538.7104-3
Acquisition Plan Action ID: 36C250-26-AP-2508
(1) Contracting Activity: Department of Veterans Affairs, Network Contracting Office 10, located at 5500 Armstrong Rd, Battle Creek MI 49037, in support of VISN 10 VA Health Care System at 17273 State Route 104, Chillicothe, OH 45601. PR: 538-26-3-087-0064
(2) Description of Action: This acquisition is conducted under the authority of the Multiple-Award Schedule Program (41 U.S.C. 152(3) and 40 U.S.C. 501).
Order against: FSS Contract Number: 47QTCA22D006J
Name of Proposed Contractor:
ALVAREZ LLC
Street Address:
161 FORT EVANS RD NE, STE 335
City, State, Zip:
LEESBURG, VA 20176
Phone:
877-739-7289
FSS Contract Number: GS-07F-187GA
Name of Proposed Contractor:
GOVERNMENT MARKETING AND PROCUREMENT, LLC
Street Address:
13350 RANCH RD 12
City, State, Zip:
WIMBERLEY, TX 78676
Phone:
703-349-2990
(3) Description of Supplies or Services:
The estimated value of the proposed action is $__________.
Vocera Voice and Messaging V5000 Smart badges and Vocera software facilitates communication between staff members within the Medical Center. The current fleet of Vocera devices is at end of life and requires hardware replacements. This request is to purchase V5000 devices to replace the current fleet of B3000N devices that are end of life/end of support.
The scope of this acquisition is for Contractor to provide new V5000 devices, licensing, and associated accessories to include:
Qty: 500 Model # 220-02100 Product: V5000, Smart badge
Qty: 500 Model # 261-01950 Product: V5000,FIPS 140-2 Device License Ver 1.0
Qty: 1000 Model # 230-02150 Product: V5000, Battery
Qty: 72 Model # 230-02158 Product: V5000, Charger, 8-Bay, Universal
Qty: 28 Model # 230-02155 Product: V5000, Clip, Grip, 25-Pack
Qty: 5 Model #230-02200 V5000, Training Kit, 100 users
Professional Services and Extended Warranty:
Qty 500 Product #920-05002 Product Warranty, V5000, Smart badge,
Qty 72 Product # 920-05082 Product Warranty, V5000, 8-Bay Charger,
Qty 22 Product # 240-01361 Product Service, Workflow, Implementation and Training Services (per hour)
Qty 866 Product # 240-01239 Product Service, Reimbursable Expenses
This is a Brand Name Only procurement, as items are currently in use at Chillicothe VA Medical Center. There are no Option Years for this procurement; this is one-time purchase for Firm-Fixed Priced items. This is not a modification for an already existing order.
(4) Identify the Authority and Supporting Rationale (see below and if applicable, a demonstration of the proposed contractor s unique qualifications to provide the required supply or service.
GSAR 538.7104-3(b)(1)(i): An urgent and compelling need exists and following the ordering procedures would result in unacceptable delays:
GSAR 538.7104-3(b)(1)(ii): Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized;
GSAR 538.7104-3(b)(1)(iii): In the interest of economy and efficiency, the new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. The original order must not have been previously issued under sole source or limited source procedures.
GSAR 538.7104-4: Items peculiar to one manufacturer:
A patent, copyright or proprietary data limits competition. The proprietary data is:
These are direct replacements parts/components for existing equipment. This request is to purchase V5000 devices to replace the current fleet of B3000N devices that are end of life/end of support. The Chillicothe VA Medical Center currently uses the Vocera Brand Name Smart Badges and software, switching to an alternate brand Smart Badges would make the current badges unable to connect to the badges already in use. Additionally: The badge hardware is custom-built to work with Vocera s software, including advanced features like context-aware routing, staff assignment, and location tracking. Substituting with another device would break these critical functions. Vocera Smart Badges meet specific healthcare communication standards for infection control, durability, and usability in clinical settings. Generic devices or smartphones cannot meet these requirements without compromising patient safety and compliance. Vocera Smart Badges are uniquely designed to integrate with electronic health records (EHR), nurse call systems, and alarm management tools. No other vendor offers this level of native integration and real-time alerting within the same ecosystem. The badges operate exclusively on the Vocera Communication Platform, which ensures end-to-end encryption and compliance with HIPAA regulations. Other devices cannot connect to this proprietary platform, making interoperability impossible. Vocera Smart Badges provide hands-free, voice-activated communication, which is critical in clinical environments where staff cannot use traditional handheld devices. Competing products do not offer the same level of natural language voice commands integrated with healthcare workflows.
The material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing.
(5) Describe Why You Believe the Order Represents the Best Value consistent with GSAR 538.7102-2(b)(4) to aid the contracting officer in making this best value determination: The pricing is based on FSS pricing and therefore is already deemed fair and reasonable. Vocera brand name only is required to prevent substantial duplication of costs.
(6) Describe the Market Research Conducted among schedule holders and the results or a statement of the reason market research was not conducted. Searched SBA SBS database with NAICS 334511 and VOSB selected and received 933 results. In addition, keywords smart badges was also used in the search engine, with the same NAICS code, and this search provided no available vendors. Reviewed action 36C25026F0354 awarded by CO LouAnn Gilliland and competed as a brand name only action on GSA eBuy where two quotes were received and the award was made to GMP for $235,961.50 on March 11, 2026. Searched GSA Advantage! With keyword V5000 and received applicable results from Alvarez LLC (SDVOSB) and GMP (SDVOSB). Waiver for NAICS 334516 but the descriptor doesn t match our requirement. OEM, Vocera, is a large business. Two SDVOSBs were located on GSA. The VA rule of two cannot be met due to the NMR. The SBA rule of two is applicable. Therefore; CO recommends SB set-aside on GSA ebuy to be posted alongside the Brand Name Only Justification. Buy America act is applicable. The product is made in the USA.
(7) Any Other Facts Supporting the Justification: There are no other facts supporting the justification.
(8) A Statement of the Actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made: Should a requisition of this nature recur, the market will be surveyed.
(9) Requirements Certification: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge. I understand that processing of this limited sources justification restricts consideration of Federal Supply Schedule contractors to fewer than the number required by RFO FAR 6.103-1(d). (This signature is the requestor s supervisor, fund control point official, chief of service or someone with responsibility and accountability.)
DATE Contracting Liaison Chillicothe VAMC
(10) Approvals in accordance with the VHAPM Part 806.3 OFOC SOP:
a. Contracting Officer s Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief.
Brooke Hansen DATE Contract Specialist Network Contracting Office 10
b. One Level Above the Contracting Officer (Required over the SAT but not exceeding $900K): I certify the justification meets requirements for other than full and open competition.
DATE Branch Chief - Service and Commodities Team 6 Network Contracting Office 10
Additional Links:Department of VA