3650--762_Manufacturing Machinery_VA CMOP Tucson_36C77025Q0212 Production Floor Upgrade VA CMOP Tucson
ID: 36C77025Q0212Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CMOP OFFICE (36C770)LEAVENWORTH, KS, 66048, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

CHEMICAL AND PHARMACEUTICAL PRODUCTS MANUFACTURING MACHINERY (3650)
Timeline
    Description

    The Department of Veterans Affairs is seeking contractors for the procurement of a comprehensive upgrade to the production floor at the VA Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona, specifically focusing on the Tablet Capsule Automation (TCA) and tote line systems. The project aims to replace outdated pharmacy automation equipment with new, proven technology that enhances speed, safety, and reliability, while ensuring full integration with existing systems to meet the dynamic workload demands of the facility. This upgrade is critical for improving the efficiency of prescription processing, currently handling approximately 80,000 scripts daily, and includes the installation of various components such as labelers, dispensers, and high-resolution cameras. Interested vendors must submit their proposals by the specified deadlines and can direct inquiries to Contracting Specialist Michael W. McAlhaney at Michael.McAlhaney@va.gov.

    Point(s) of Contact
    McAlhaney, Michael W.Contract Specialist
    (913) 758-9932
    Michael.McAlhaney@va.gov
    Files
    Title
    Posted
    This government solicitation (RFQ 36C77025Q0212) from the Department of Veterans Affairs, Network Contracting Office 15, outlines requirements for replacing end-of-life production equipment at the VA CMOP Tucson to improve efficiency and output for veteran prescriptions. The project, with a NAICS code of 332999 (All Other Miscellaneous Fabricated Metal Product Manufacturing), includes replacing an old tote conveyor, labeling stations, tote PV stations, vial labelers, and a puck pond. The document emphasizes strict adherence to VA information and information system security policies, including data handling, security incident reporting with liquidated damages for breaches ($1,000 per affected individual), and mandatory contractor training. A site visit is scheduled for August 13, 2025, and all vendors must be SAM.gov registered. The contract incorporates various FAR and VAAR clauses, covering aspects like payment, disputes, termination, and intellectual property.
    This presolicitation notice, 36C77025Q0212, from the Department of Veterans Affairs (VA) Network Contracting Office 15 (NCO 15) outlines a requirement for production floor upgrades at the VA CMOP Tucson facility in Arizona. The project involves two main components: upgrading vial labelers and puck pond systems, and enhancing the tote main line conveyor system. The scope includes decommissioning and removing obsolete equipment, as well as delivering, installing, commissioning, and integrating new, industry-standard equipment with the existing pharmacy management system. Key new equipment includes plastic chain conveyors, vial empty puck accumulation conveyors ("Puck Pond"), updated empty puck return lines, puck cross-over conveyors, inline tare weighing stations, automated vial labelers with OCR scanning, control software, and raised platforms. The project also entails installing new tote conveyors and ergonomic workstations for pharmacist verification and tote labeling areas. Responses are required by September 9, 2025, and must demonstrate a comprehensive understanding of the project needs and how the contractor plans to meet the Statement of Requirements (SOR).
    The document is a Sources Sought Notice from the U.S. Department of Veterans Affairs, Network Contracting Office 15, aimed at gathering information for potential vendors who can fulfill manufacturing requirements related to the VA CMOP Tucson. This notice, identified by Solicitation Number 36C77025Q0212, is not a solicitation for quotes but rather serves informational and planning purposes for an anticipated procurement of production machinery upgrades. The VA seeks vendors capable of meeting specifications outlined in the accompanying Performance Work Statement (PWS) for a project concerning the upgrade of manufacturing machinery. Interested contractors are encouraged to respond with a capabilities statement, along with specific company information, including size and socioeconomic status. The submission deadline is set for May 14, 2025. The notice emphasizes that responses will aid the VA in assessing market capabilities, though submission does not constitute a bidding opportunity. All submissions will become government property and must address the government’s requirements clearly. This document reflects government efforts to engage with potential suppliers while maintaining preparedness for future acquisitions.
    The Southwest VA Consolidated Mail Outpatient Pharmacy (SW CMOP) in Tucson, AZ, seeks to upgrade its tote conveyor system through a Request for Proposal (RFP) aimed at improving operational efficiency and handling increased prescription volumes. The upgrades will include replacing outdated conveyors, adding ergonomic workstations for pharmacist verification and labeling, and implementing a new semi-automated packing system. The facility currently processes about 80,000 prescriptions daily and is expanding its operations to accommodate growing demand. Technical requirements for the project entail high-speed conveyors, reduced noise levels, and low-profile designs to fit within space constraints. Suppliers must demonstrate qualifications through detailed technical submissions, provide warranties, and offer a training plan for staff on maintenance and operation. A thorough proposal process will require clear documentation, adherence to stringent design standards, and compliance with safety regulations. Overall, this project reflects the VA's commitment to modernizing pharmacy operations to enhance service delivery to veterans while ensuring efficiency and safety in their work environment.
    The document serves as a Performance Work Statement (PWS) for the Southwest VA Consolidated Mail Outpatient Pharmacy (CMOP) located in Tucson, AZ. It outlines the procurement needs for upgrading the vial labeling process and puck pond system to enhance tablet counting automation. Key upgrades include the installation of new automated vial labelers, a centralized puck accumulation table (Puck Pond), improved conveyor systems, inline weighing stations, and associated software for batching. The project aims to modernize existing equipment to increase throughput, streamline operations, and support projected increases in prescription processing. The document details the facility’s operational structure, hours, and confidentiality requirements, along with specifications for supplier qualifications, technical submissions, and comprehensive training and support. All phases of work, including installation and testing, must adhere to defined timelines and provide for safety and operational integrity while maintaining compliance with VA standards. Emphasis is placed on technical details, warranty provisions, and maintenance support. The ultimate goal is to optimize the efficiency of the pharmacy operations, enhancing service delivery to veterans through improved automation and reliability.
    This Business Associate Agreement between the Department of Veterans Affairs VA CMOP Tucson and a Subcontractor outlines the terms for handling Protected Health Information (PHI) in accordance with HIPAA and HITECH Acts. The agreement specifies the Subcontractor's responsibilities, including safeguarding PHI, limiting its use and disclosure to permitted activities, and implementing security measures. Key obligations include promptly notifying the Business Associate of any security incidents or breaches within 24 hours and providing a detailed written report within ten business days. The Subcontractor must also ensure its own contractors adhere to the same strict PHI protection standards. The VA retains ownership of all PHI, and the Subcontractor must return or destroy all PHI upon termination of the agreement, unless legally required to retain it. The agreement can be terminated for material breach, and all parties agree to amend it as necessary to comply with relevant laws. This ensures strict adherence to federal regulations regarding health information privacy and security.
    The "Attachment – Past Performance" document is a reference form for federal government contractors to assess past performance for Solicitation Number 36C77025Q0212, which is for a "Production Floor Upgrade, Conveyor, Vial Labelers & Puck Pond Upgrade." The form is divided into sections for the prime contractor and the reference contact. The prime contractor completes basic company information, while the reference contact, typically a government agency or company that previously worked with the contractor, provides detailed performance evaluations. The evaluation uses a 0 to 5 scale (Neutral to Exceptional) across 18 criteria, covering management, staffing, problem-solving, responsiveness, and overall performance. The form also includes questions about cure/show cause notices and whether the reference would award another contract to the contractor. Remarks sections allow for detailed explanations. The completed form is to be returned to Michael McAlhaney at Michael.McAlhaney@va.gov. This document is crucial for evaluating a contractor's reliability and effectiveness for future government contracts.
    This document outlines a Request for Proposal (RFP) for the Southwest VA CMOP in Tucson, AZ, seeking upgrades to its tote conveyor system, Pharmacist Verification (PV) stations, and Tote Labeling stations. The project aims to replace outdated equipment with industry-standard conveyor systems and ergonomic workstations to support increased prescription throughput, currently at 80,000 scripts daily. Key requirements include low-profile, zero-pressure accumulation conveyors with 90-degree, non-pusher diverts capable of handling up to 4,500 totes per hour at speeds of 200 ft/min. The upgrades encompass the main loop, labeling, and PV recirculation loops, as well as conveyor systems for labeling, PV, and manual packing stations. Suppliers must provide detailed technical submissions, project schedules, and information on training, maintenance, and a minimum one-year warranty, adhering to strict confidentiality, safety, and quality standards like OSHA and 6-Sigma principles.
    The Southwest VA Consolidated Mail Outpatient Pharmacy (SW CMOP) in Tucson, AZ, is seeking proposals for significant upgrades to its automated tablet dispensing system, specifically focusing on vial labeling and puck handling. This Performance Work Statement (PWS) outlines the need to replace existing vial labelers, enhance the puck conveyor system with a new "Puck Pond" for accumulation, and integrate inline tare weighing stations. The project aims to centralize vial labeling operations, improve throughput to over 4,000 pucks per hour, and modernize the pharmacy's automation infrastructure. The selected supplier will be responsible for decommissioning old equipment, installing new components, and ensuring seamless integration with the existing Pharmacy Management System (PMS). The PWS also details strict requirements for technical submissions, project scheduling, operational demands, safety standards, and comprehensive training and warranty provisions.
    The Department of Veterans Affairs (VA) Non-Disclosure Agreement (NDA) for contractors outlines strict confidentiality and security protocols for accessing sensitive VA information, software, and systems. Contractors must safeguard VA property with the same or greater care than their own sensitive data, ensuring no unauthorized access, disclosure, or modification. Access is strictly limited to what is necessary for contract performance, and all VA property remains solely with the VA. Copying or disclosing VA software or applications is prohibited without prior written authorization. Any information learned about VA data or systems must be handled as sensitive. Disclosures to third parties are only permitted with a court order or VA's written consent, requiring immediate notification to the VA. Contractors must refer all data requests to the VA and promptly report any unauthorized activities. Cooperation with law enforcement and VA in investigations and litigation is mandatory. Upon contract completion or termination, all VA records, data, and equipment must be returned without retaining copies. The agreement is governed by U.S. laws and requires written modifications. Contractors must meet security eligibility requirements per VA Directive & Handbook 0710, with investigative histories maintained by OPM or DISCO. Contractors are responsible for clearance costs and any damages caused by their personnel. Software supplied by the contractor must be free of disabling procedures like viruses, with the contractor liable for immediate eradication and recovery if such issues are found. The agreement also incorporates Federal Acquisition Regulation clause 52.246-18, ensuring a two-year warranty against defects in supplied materials and workmanship, with remedies for the government including repair, replacement, or price reduction for non-conforming items.
    Similar Opportunities
    Pharmaceutical Repackaging Services for National CMOP (770)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for pharmaceutical repackaging services for the National Consolidated Mail Outpatient Pharmacy (CMOP) program. The contract, identified as 36C77026R0004, is a firm-fixed-price, indefinite-delivery agreement intended to support the repackaging of government-purchased oral solid pharmaceuticals into various bottle sizes for distribution to over 7 million veterans. The contract spans a five-year ordering period from February 1, 2026, to January 31, 2031, with a potential six-month extension, and has a minimum value of $20 million and a maximum value of $125 million. Interested contractors should contact Renee Kreutzer at renee.kreutzer@va.gov for further details and must submit their proposals by the specified deadlines, ensuring compliance with all relevant regulations and standards.
    Pharmacy Outpatient Automation Maintenance and Support Services
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking maintenance and support services for the Pharmacy Operations Automation Support (POAS) systems utilized at overseas Military Treatment Facility (MTF) Pharmacies, specifically for equipment manufactured by Parata Systems LLC. The procurement aims to ensure the continued functionality and reliability of pharmacy automation systems critical for efficient pharmaceutical operations in military healthcare settings. Interested vendors can reach out to Leslie Nelson at leslie.s.nelson7.civ@health.mil or call 703-681-4267 for further details regarding this opportunity. The place of performance for this contract will be in Falls Church, Virginia, with the specific notice type being a justification for the procurement.
    VA Direct to Patient supply services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to provide direct delivery supply services for medical and surgical items to Veteran patients through its Consolidated Mail Outpatient Pharmacy (CMOP) program. The contractor must demonstrate at least two years of experience, the capacity to process approximately 14 million prescriptions annually, and the ability to maintain compliance with federal and state regulations while ensuring a 48-hour average turnaround time for prescription fulfillment. This opportunity is critical for ensuring timely access to essential medical supplies for Veterans, with the contract structured to reimburse vendors per filled prescription at government contract prices, plus handling fees. Interested vendors must submit a capabilities statement to the primary contact, Phillip Reuwer, at Phillip.Reuwer@va.gov by January 11, 2026, with any questions directed to the same contact before January 8, 2026.
    Tucson CMOP Shipping Box/Coolers
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking suppliers for shipping boxes and coolers to support the Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona. The procurement aims to secure insulated containers capable of maintaining a Mean Kinetic Temperature (MKT) at or below 45 degrees Fahrenheit for at least 48 hours, ensuring the safe mailing of temperature-sensitive pharmaceuticals to Veteran patients. This opportunity is critical for maintaining the integrity of prescription deliveries, with a requirement for 143,242 units to be delivered daily, accommodating emergency orders and fluctuations in workload. Interested vendors must respond to the Sources Sought Notice by emailing Jennifer L. Knight at jennifer.knight@va.gov by November 20, 2025, at 10:00 AM Central Time, as this notice is part of market research and does not constitute a solicitation for proposals.
    Tucson CMOP COAL TAR 2% SHAMPOO 240ML AND MOISTURIZING LOTION
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting a Sources Sought Notice for domestically manufactured pharmaceuticals, specifically COAL TAR 2% SHAMPOO and MOISTURIZING LOTION, for its Consolidated Mail Outpatient Pharmacy (CMOP) program in Tucson, Arizona. This market research effort aims to identify qualified small and large business manufacturers or distributors capable of supplying these products, which are essential for treating various dermatological conditions. Interested parties must respond by December 15, 2025, at 16:00 CDT, providing necessary company information and ensuring registration in SAM, with inquiries directed to Sarah Fry at sarah.fry2@va.gov or by phone at 913-758-9935. This notice does not guarantee a contract award but facilitates early information exchange.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for operational and mailing supplies through solicitation number 36C77025R0004, aimed at supporting its seven Consolidated Mail Outpatient Pharmacy (CMOP) locations. This procurement involves establishing multiple National Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for essential items such as corrugated boxes, bubble mailers, sealing tape, and child-resistant medical pouches, ensuring compliance with stringent specifications for patient safety and product integrity. The awarded contracts will facilitate timely deliveries of these supplies, which are critical for the efficient processing and shipment of prescriptions to veterans. Interested vendors must submit their proposals, including product samples and pricing schedules in Excel format, by the extended deadline of January 15, 2026, at 5:00 PM CDT. For further inquiries, contact Kelly L Mann at kelly.mann@va.gov or Kelley Cunningham at kelley.cunningham@va.gov.
    6505--LANSOPRAZOLE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure Lansoprazole, a pharmaceutical product, for the Tucson Consolidated Mail Outpatient Pharmacy (CMOP). This procurement is justified as a sole source requirement, indicating that Lansoprazole is essential for the pharmacy's operations and patient care. The drug falls under the category of drugs and biologicals, highlighting its critical role in treating various medical conditions. Interested vendors can reach out to Contract Specialist Brigitte Kidder at Brigitte.Kidder@va.gov or by phone at 913-946-0150 for further details regarding this opportunity.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for operational and mailing supplies to support seven Consolidated Mail Outpatient Pharmacy (CMOP) locations across the United States. The procurement includes a wide range of items such as resealable bags, corrugated boxes, various types of mailers, child-resistant medical pouches, and packaging materials, all of which must adhere to specific material and postal regulations. This contract is crucial for ensuring the efficient operation of CMOP facilities, which play a vital role in delivering medications to veterans. Interested parties should contact Kelly L Mann at kelly.mann@va.gov or Larry Zaritz at larry.zaritz@va.gov for further details, and must review the attached documents, including the pricing schedule and past performance requirements, as submissions are due by the specified deadlines.
    6515--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract with InstyMeds for the procurement of an InstyMed Dispenser System, specifically for use at the Danville VA Medical Center and various Community-Based Outpatient Clinics (CBOCs). The VA requires four InstyMed Medication Dispensing Systems to enhance the efficiency of medication delivery from provider orders to patients, ensuring timely access to medications. This automated system is critical for pharmacy operations, offering features such as location-specific formulary management, real-time inventory tracking, and integration capabilities with existing systems like Vista, with potential for future compatibility with Cerner. For further inquiries, interested parties can contact Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4800 x43248.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.