Q517--Omnicell New Preventative Maintenance Service Package
ID: 36C25925Q0037Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MEDICAL- PHARMACOLOGY (Q517)
Timeline
    Description

    The Department of Veterans Affairs (VA) Network Contracting Office 19 intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, INC. for the provision of preventative maintenance and support for the Omnicell Medication Supply Station and System. This contract will include enhancements such as the addition of new software and capabilities, ensuring the operational efficiency of the medication dispensing systems critical to healthcare services. Interested firms may submit written notifications demonstrating their ability to meet the requirements by November 14, 2024, at 10:00 AM Mountain Standard Time, with all responses directed to Contract Specialist David Glanton at david.glanton@va.gov. Contractors must be registered in the System for Award Management (SAM) to be eligible for consideration, and the estimated period of performance for this contract is from February 1, 2025, to January 31, 2028.

    Point(s) of Contact
    David GlantonContract Specialist
    (303) 717-7075
    david.glanton@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 19 plans to issue a sole source, Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, INC., focusing on preventative maintenance and support for Omnicell Medication Supply Station and System. This includes enhancements such as the addition of new software and capabilities. The response deadline is set for November 14, 2024, at 10:00 AM Mountain Time, with no competitive quotes requested; however, alternative suppliers can express their interest before the deadline, demonstrating their ability to fulfill the requirements. A Justification and Approval (J&A) will be executed, confirming that only one source meets the agency's needs, as per FAR 6.302-1. The estimated performance period is from February 1, 2025, to January 31, 2028. For consideration, contractors must be registered in the System for Award Management (SAM). This notice underscores the VA's commitment to ensuring efficient operational functionality of its medication supply systems through specialized service contracts.
    The Cheyenne VA Healthcare System is seeking a contractor to provide a Full-Service Turn-Key Solution for the maintenance and support of the Omnicell Medication Dispensing System. The contractor must be an authorized service representative responsible for all parts, labor, and travel costs associated with preventive maintenance and emergency repairs. Key responsibilities include scheduling preventive maintenance, providing 24/7 technical support, and ensuring a 96% uptime for the equipment. The contract spans one year with two optional extension years, with stringent requirements related to information security, including compliance with VA regulations on sensitive data handling. Security protocols necessitate that contractors complete training related to cybersecurity and privacy. In addition, the contractor must adhere to records management laws and ensure appropriate safeguards for VA information. The document outlines the necessary equipment, maintenance requirements, and compliance standards, reflecting the government's emphasis on reliable healthcare services and data protection.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--Equipment - PM&R Clinical - Alaris Pumps | BD | New Service Contract | Start 11/1 | 646-25-1-068-0003 Sole Source Notification to Carefusion
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to CareFusion Solutions, LLC for Optimization Services and Preventative Maintenance for BD Alaris infusion pumps at the Pittsburgh VA Health Care System. This contract will cover a base period of one year, commencing on November 1, 2024, with options for three additional one-year periods, ensuring ongoing support for approximately 1,225 devices critical to patient care. The procurement emphasizes the importance of maintaining the reliability and compliance of medical equipment, which is vital for safeguarding patient health and operational continuity. Interested vendors must submit capability statements by October 29, 2024, at 10:00 AM (EST) to Contract Specialist Haley Snyder at haley.snyder@va.gov, with the NAICS code for this acquisition being 811210 and a size standard of $34.0 million.
    J065--Intent to Sole Source Steris Equipment Maintenance Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to STERIS CORPORATION for the maintenance and repair of Steris equipment utilized in VA medical facilities within the VISN 23 Midwest Healthcare Network. This contract will cover annual, semi-annual, and quarterly preventive maintenance checks, as well as unscheduled repairs, ensuring compliance with the Original Equipment Manufacturer's (OEM) specifications to maintain operational integrity and safety standards in healthcare services. The contract is set to span five years, starting from March 1, 2025, and interested vendors must submit their capability statements and supporting documentation by November 1, 2024, at 12 PM CST to Joshua I Imdacha at Joshua.Imdacha@va.gov. The NAICS code for this acquisition is 811210, and the government retains discretion over the procurement process based on the responses received.
    J065--Notice of Intent to Sole Source - Bone Scanner Maintenance Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to establish a sole source contract for the maintenance service of a GE iDXA Bone Scanner, specifically with Alpha Source Inc. This procurement aims to ensure comprehensive maintenance coverage, including hardware, firmware, installation, and preventive maintenance, with a focus on timely technical support and adherence to specific performance schedules. The contract is crucial for maintaining the operational efficiency of diagnostic equipment essential to the VA's healthcare mission, with a firm-fixed-price structure spanning from December 2025 to December 2030. Interested vendors must submit their capability statements and relevant information to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov by October 29, 2024, at 17:00 Mountain Time.
    6515--VISN ScriptPro Upgrade
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide and install a ScriptPro upgrade across various healthcare facilities within the Veterans Integrated Service Network (VISN 22). The procurement aims to enhance pharmacy dispensing automation by integrating a Windows Server 2019 with existing systems, ensuring compatibility and efficient operations at multiple sites, including facilities in Greater Los Angeles, Albuquerque, Long Beach, Loma Linda, Phoenix, and San Diego. This initiative underscores the VA's commitment to improving healthcare delivery through upgraded IT infrastructure while adhering to federal procurement standards, including the Buy American Act. Interested parties should contact Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or 562-766-2284 for further inquiries, referencing RFI 36C26225Q0044.
    DA10--ONCONAV NURSE NAVIGATION SOFTWARE LICENSE & SUPPORT
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Onco, Inc. for the OncoNav Nurse Navigation Software License & Support Services, specifically for the Southeast Louisiana Veterans Healthcare System located in New Orleans, Louisiana. This procurement is essential for providing specialized software and support services that are critical to the agency's operations, as Onco, Inc. is the sole provider of the OncoNav Patient Navigation Software and its maintenance. The contract is anticipated to be awarded by November 6, 2024, under a Firm-Fixed Price arrangement, with interested parties required to submit their capabilities by November 2, 2024, at 1:00 PM Central Time to Rachel Babin at Rachel.Babin@va.gov. All interested vendors must be registered in the System for Award Management (SAM) to be eligible for consideration.
    J045--Treatment and Maintenance of Bio Amp Systems Notice of Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the National Contracting Office No. 16, intends to negotiate a sole source Indefinite Delivery Indefinite Quantity (IDIQ) contract with NCH Corporation for the treatment and maintenance of Bio Amp Systems at the Overton Brooks Veterans Affairs Medical Center in Shreveport, Louisiana. The contract will require the contractor to provide comprehensive maintenance services for three Bio-generator systems, ensuring 98% operational uptime through emergency repairs, scheduled preventive maintenance, and technical support, all while adhering to strict performance standards and utilizing OEM-approved parts. This initiative is crucial for maintaining the operational efficiency of critical medical equipment, with the contract anticipated to be awarded on November 18, 2024, and a response deadline for interested parties set for October 30, 2024, at 10:00 AM Central Time. For inquiries, interested contractors can contact Alan Scanio at alan.scanio@va.gov.
    J065--Base YR (02/01/2025-01/31/2026) + 2 OYs MKE and Hines Medtronic CryoConsole Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Medtronic USA, Inc. for the maintenance and repair of cryo-console equipment at the Clement J. Zablocki VA Medical Center in Milwaukee, WI, and the Edward Hines, Jr. VA Hospital in Hines, IL. This procurement is authorized under 41 U.S.C. 1901 Simplified Acquisition Procedures, emphasizing that only Medtronic qualifies due to Original Equipment Manufacturer (OEM) requirements. The contract will ensure high-quality service and compliance, as all items must be new and sourced directly from the OEM or authorized distributors, with strict prohibitions against used or counterfeit products. Interested vendors must submit documentation demonstrating compliance by 10:00 AM CDT on October 31, 2024, to Eileen Meyer at eileen.meyer@va.gov, as no solicitation documents will be available and telephonic inquiries will not be accepted.
    Q402--PRE-SOLICITATION NOTICE *THIS NOT A REQUEST FOR PROPOSALS OR REQUEST FOR QUOTES*
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 5 (NCO 5), is preparing to solicit proposals for community nursing home services under Indefinite Delivery Contracts (IDCs) in the NCO 5 area, which includes parts of West Virginia, Ohio, and Maryland. Contractors will be required to provide skilled nursing care at their facilities, and must be licensed by the respective states and qualified for Medicare/Medicaid. This procurement is crucial for ensuring that veterans receive appropriate care in community settings, with the solicitation expected to be issued around December 1, 2024, and proposals accepted until September 1, 2025. Interested contractors should ensure they are registered in the System for Award Management (SAM) and may direct inquiries to Contracting Officer Jabbar Pringle at Jabbar.Pringle@va.gov.
    770-25-1-801-0016 -National CMOP NALTREXONE -(VA-25-00010070)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Naltrexone tablets as part of a procurement initiative under solicitation number 36C77025Q0036. Vendors are required to submit their quotes by 4:00 PM CT on October 28, 2024, and must include essential documentation such as a signed SF1449 Solicitation cover page, a completed quote spreadsheet, and compliance with the Drug Supply Chain Security Act. This procurement is critical for ensuring the availability of pharmaceuticals necessary for the healthcare of veterans, reflecting the government's commitment to quality service. Interested vendors can contact Jennifer L. Knight at jennifer.knight@va.gov or by phone at 913-684-0162 for further information.
    J065--Stryker Mako Surgical Robot Full Service Preventative Maintenance and Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract for the full-service preventative maintenance and repair of the Stryker Mako Surgical Robot at the Wilkes-Barre VA Medical Center. The contract will cover a base year with four optional years and aims to ensure the operability and safety of the robotic system through semi-annual preventative maintenance and timely corrective services. This maintenance is critical for the continued functionality of medical systems used in surgical services, ensuring compliance with manufacturer specifications and federal regulations. Interested parties must submit their capability information by 11:00 AM ET on October 28, 2024, to Contract Specialist Jefferson Mann at jefferson.mann@va.gov, as no competitive proposals will be accepted.