J065--Notice of Intent to Award Sole Source MAINTENANCE/SERVICE PLAN FOR SYNMED XF
ID: 36C26125Q0233Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 21, intends to award a sole source contract to Parata Systems LLC for the maintenance and service of the Synmed XF system at the VA Northern California Health Care System. This procurement is based on the determination that only Parata Systems can fulfill the required service specifications, as outlined under 41 USC §3304(a)(1) and FAR 6.302-1. The maintenance services are crucial for ensuring the operational efficacy of the Synmed XF, which plays a vital role in supporting patient care services under the PILLS program. Interested vendors must submit their capability statements by January 27, 2025, and should include their socioeconomic status, relevant experience, and necessary certifications. For further inquiries, contact Parmpreet Pannu at parmpreet.pannu@va.gov or call 559-225-6100.

    Point(s) of Contact
    Parmpreet PannuContract Specialist
    (559) 225-6100
    parmpreet.pannu@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), Network Contracting Office 21, plans to award a sole source contract to Parata Systems LLC for the maintenance and service of the Synmed XF system at the VA Northern California Health Care System. This decision is grounded in the determination that only Parata Systems can meet the required service specifications, as outlined under 41 USC §3304(a)(1) and FAR 6.302-1. Interested parties have until January 27, 2025, to submit their capability statements, which should include company socioeconomic status, experience in similar projects, possible teaming arrangements, and relevant certifications. The announcement emphasizes that this is not a request for competitive quotes, and responses will be evaluated at the discretion of the Government. Additionally, contractors must maintain current registration in the System for Award Management (SAM) and VOSB or SDVOSB firms must uphold necessary certifications. The document underscores the necessity of compliance in government procurement processes while outlining the specific requirements for interested vendors.
    The document outlines a Statement of Work for a Quarterly Preventative Maintenance Service Agreement for a Synmed XF Automatic Blister Packing Machine at the Redding Community Based Outpatient Clinic (CBOC) of the Department of Veterans Affairs Northern California Health Care System. The contract spans a base year from February 1, 2025, to January 31, 2026, with four additional option years. Key services include technical assistance, field service engineer availability, and preventative maintenance (three quarterly and one annual). Contractors are responsible for parts during inspections, thorough documentation of maintenance activities, and immediate reporting of any defect considered outside contract responsibilities. Compliance with federal records management laws, including the Federal Records Act and Privacy Act, is mandated, emphasizing the significance of safeguarding sensitive information. The contractor retains ownership of processed data but must uphold the government's rights under specified regulations. This comprehensive maintenance contract supports the operational efficacy of the facility's equipment, crucial for patient care services under the PILLS program, ensuring regulatory adherence and quality assurance in veteran healthcare support.
    Lifecycle
    Similar Opportunities
    J065--Omnicell IVX Rx Framework Interface/IVX Vista Interface DSS Omnicell
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a sole-source contract to Omnicell, Inc. for maintenance and repair services on the existing Omnicell IVX Workflow Management System at the Central Arkansas Veterans HealthCare System in Little Rock, AR. This procurement aims to secure a firm fixed price contract covering a base year plus four option years for software maintenance and support, which includes bug fixes, minor upgrades, and telephone support. The Omnicell IVX system is critical for managing workflow in healthcare settings, particularly for military veterans, and the contract is justified as Omnicell, Inc. is the only vendor capable of providing these specialized services. Interested parties may submit letters of interest demonstrating their technical expertise by December 29, 2025, to the Contracting Officer, Joseph Warren, at joseph.warren@va.gov.
    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.
    J059--AGFA Scheduling & Protocoling Software (VA-26-00027032)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for AGFA Scheduling & Protocoling Software to AGFA Healthcare Corporation, as outlined in their Notice of Intent. This procurement aims to secure a web-based solution that is PIV card-enabled, providing essential electronic scheduling and protocoling capabilities, along with necessary integration and managed services support. The selected software is critical for enhancing operational efficiency within the VA's healthcare system. Interested parties may submit a capabilities statement, including an authorization letter from the Original Equipment Manufacturer (OEM), by December 15, 2025, at 3:00 PM Eastern Time, to the Contracting Officer, Earnest Ellison, at Earnest.Ellison@va.gov.
    DF10--Omnicell and Oracle Health Integration
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with OmniCell for the integration of its Pharmacy OmniCell IVX system with the Oracle Health Federal Electronic Health Record (EHR) at the Jesse Brown VA Medical Center in Chicago, IL. The contractor will provide essential professional services, including software installation, interface integration, testing, and licensing, ensuring compliance with the existing Interface Control Document (ICD). This procurement is conducted under the authority of 41 U.S.C. 1901, as OmniCell is the only authorized distributor capable of fulfilling the requirements. Interested firms that believe they can meet these specifications must submit their capability statements to Derrick Paquette at derrick.paquette@va.gov by 6:00 AM Central Time on December 18, 2025, although the government retains discretion regarding the competitive procurement process.
    6505--Ustekinumab Pens/Syringes or Biosimilar
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Ustekinumab Pens/Syringes or Biosimilars, aimed at supplying various federal health entities including the Department of Defense, Bureau of Prisons, Indian Health Service, and Federal Health Care Center. The contract will be awarded for an initial period of one year, with the possibility of four additional one-year option periods, ensuring a consistent supply of these critical pharmaceutical products through the VA and DoD Pharmaceutical Prime Vendor Programs. Offerors must provide drugs with unique National Drug Code (NDC) numbers and ensure that any biosimilar products meet FDA licensing requirements, as outlined in the FDA Purple Book. The solicitation is expected to be released around January 12, 2026, with a tentative closing date of January 27, 2026; interested parties should direct inquiries to Chris Carthron at Christopher.Carthron@va.gov or (708) 786-4980.
    6530--CLC Bed Expansion PB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 15, intends to award a sole source contract to TrillaMed, LLC for the provision of Stryker ProCurity LEX W/ISO Tour Prem & ISO Tour Pump DOM CAN beds for the John J. Pershing VA Medical Center. This procurement is based on the determination that TrillaMed, LLC is the only responsible source capable of meeting the agency's requirements, as these proprietary beds can only be serviced by Stryker Instruments or authorized resellers. The contract falls under the NAICS code 339113 for Surgical Appliance and Supplies Manufacturing and the PSC code 6530 for Hospital Furniture, Equipment, Utensils, and Supplies. Interested parties may submit a capabilities statement by December 16, 2025, at 10:00 AM Central Time, to paul.dixon@va.gov, referencing “Special Notice - 36C25526Q0117.” The Government reserves the right to negotiate solely with TrillaMed, LLC if no viable responses are received.
    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.
    6505--Notice of Intent to Award a Sole Source Procurement - Xofigo Radium-223 dichloride
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Cardinal Health for the procurement of 660 units of XOFIGO® (Radium-223 dichloride). This procurement is based on a letter from Bayer Healthcare, which designates Cardinal Health as the sole distributor of XOFIGO® in the United States, highlighting the critical nature of this pharmaceutical in treating specific medical conditions. Interested parties may submit capability statements or proposals within seven days of the notice's publication, with the deadline set for December 19, 2025; otherwise, the contract will be awarded to Cardinal Health without further notice. For inquiries, contact Vance Farrell at vance.farrell@va.gov or call 210-694-6379.
    J066--NCO22 Philips Digital Pathology service and maintenance Base Base plus 2 option years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 22, is seeking a qualified vendor to provide service and maintenance for Philips Digital Pathology equipment, including seven Ultra Fast Scanners and three PIPS (IMS) units, across various facilities within VISN 22. The procurement encompasses a base contract period from January 1, 2026, to December 31, 2026, with two optional one-year extensions, and includes comprehensive services such as 24/7 customer support, corrective maintenance, software updates, and biannual planned maintenance performed by Philips-certified engineers. This contract is critical for ensuring the operational efficiency of medical imaging devices used in veteran healthcare, and interested parties must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 17, 2025, with questions due by December 11, 2025.
    7E21--Philips HL7 Cardiovascular Extensions
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract to Philips North America LLC for the provision of Philips HL7 Cardiovascular Extensions, required by the Butler VA Medical Center. This procurement is being conducted under the authority of FAR 8.405-6(b) and will utilize Simplified Acquisition Procedures, resulting in a firm fixed-price Federal Supply Schedule delivery order. The Philips HL7 Cardiovascular Extensions are critical for enhancing the medical center's cardiovascular data management capabilities. Interested parties should note that this notice serves as an intent to award and not a request for competitive proposals, with the solicitation number being 36C24426Q0157 and a response date of December 16, 2025. For further inquiries, contact Contract Specialist Joanne Skaff at joanne.skaff@va.gov.