6515--Copy of 36C249-25-AP-2620 - Barcode Scanners - Pharmacy Service
ID: 36C24925Q0406Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified vendors to supply 34 Honeywell-based 1962HHD Ultra Cordless BCMA Firmware Scanner kits, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The scanners must meet detailed specifications, including durability, wireless technology, and compliance with FIPS standards, and are intended for use in healthcare settings to enhance barcode scanning efficiency. Deliveries are required at the Alvin C. York VA Medical Center by September 30, 2025, with all submissions adhering to federal acquisition regulations. Interested vendors should contact Contract Specialist Racheda Atkins at racheda.atkins@va.gov for further details and to participate in the bidding process.

    Point(s) of Contact
    Racheda AtkinsContract Specialist
    (615) 225-6463
    racheda.atkins@va.gov
    Files
    Title
    Posted
    This document outlines a Request for Quote (RFQ) issued by the Department of Veterans Affairs for a contract to supply Honeywell-based 1962HHD Ultra Cordless BCMA Firmware Scanner kits. The RFQ is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and details the requirements for product specifications, delivery, and contract terms in compliance with federal acquisition regulations. The document indicates that a total of 34 scanner kits are required, which must be delivered to the Alvin C. York VA Medical Center by September 30, 2025. Key elements include the product’s salient characteristics, delivery instructions, and the overall purchasing process adhering to the Federal Acquisition Regulation (FAR) guidelines. Specific clauses related to contract terms, electronic payment procedures, and compliance with laws governing federal contracts are extensively detailed. Additionally, it requires the contractor to submit signed offers, acknowledge any amendments, and provides relevant information for invoice submissions. The RFQ emphasizes the government’s commitment to supporting small businesses while ensuring compliance with technical and regulatory standards. By focusing on providing detailed procurement information, the document facilitates a structured approach for vendors to participate in the bidding process, thereby promoting transparency and competition.
    The presolicitation notice outlines an upcoming request for proposal (RFP) for the Department of Veterans Affairs focusing on the procurement of barcode scanner kits for pharmacy services. The contracting office is located in Murfreesboro, Tennessee, with a solicitation number of 36C24925Q0406, and responses are due by August 7, 2025, at 11:00 AM Eastern Time. This RFP is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and pertains to the product service code 6515 and NAICS code 334118. The notice indicates that a more detailed solicitation will be released shortly. The contact person for queries is Contract Specialist Racheda Atkins, reachable via email or phone. This presolicitation reflects the VA's ongoing efforts to enhance its pharmacy services and emphasizes the importance of engaging veteran-owned enterprises in government contracts.
    Similar Opportunities
    6515--Thyroid Uptake System - Captus 4000e or EQUAL
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a Thyroid Uptake System, specifically the Captus 4000e or an equivalent model, as part of a procurement set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This requirement is critical for the Bay Pines VA Healthcare System, which emphasizes the need for new equipment that meets specific medical standards, ensuring quality care for veterans. Interested vendors must be registered in the System for Award Management (SAM) and the Small Business Administration's Dynamic Small Business Search (DSBS), with price quotes due by December 12, 2025, following the solicitation release on or about December 8, 2025. For further inquiries, vendors can contact Contracting Officer Moneque Rodriguez at moneque.rodriguez@va.gov or by phone at 813-972-2000.
    6515--NEW <$25K | NuTrace R+ Scanner a 2D DataMatrix
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify potential suppliers for the NuTrace R+ Two Dimensional (2D) Surgiscan for the VA Reno Health Care System. The objective is to gather market research on vendors capable of providing this medical equipment, which is crucial for the Sterile Processing Services (SPS) at the facility. This procurement effort is part of the VA's strategy to assess industry capabilities and support acquisition planning, with a firm-fixed-price contract anticipated for a performance period of 120 days following the award. Interested vendors must submit their expressions of interest, along with relevant business information, to Contract Specialist Haunani Freeman at darralynn.freeman@va.gov by 5:00 PM Hawaii Standard Time on January 29, 2025.
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    CardioDay Holster System
    Buyer not available
    The Department of Veterans Affairs is seeking to procure the CardioDay Holster System, a medical device essential for patient monitoring and care. This procurement falls under the jurisdiction of the Network Contract Office 5, with the primary objective of enhancing the quality of medical services provided to veterans. The CardioDay System is crucial for ensuring accurate and efficient cardiac monitoring, thereby improving patient outcomes. Interested vendors can reach out to Joseph J. Krupa at joseph.krupa@va.gov or by phone at 304-263-0811 for further details regarding this opportunity.
    6540--Biometer Optometry
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Biometer Optometry equipment for the Huntington Veterans Affairs Medical Center (VAMC). The procurement includes the Argos Biometer, along with warranty, installation, and training services, adhering to the brand name or equal requirement as specified in FAR Clause 52.211-6. This equipment is crucial for performing accurate biometry, keratometry, and intraocular calculations, particularly in complex cataract cases, and must integrate with existing systems such as Vista Imaging and Zeiss FORUM. Interested vendors must submit their responses, including company information and authorized dealer verification, by December 18, 2025, to assist in determining potential set-asides for future solicitations. For inquiries, contact Alison Klein at Dylan.Gore@va.gov or call 202-745-8000 x54953.
    6525--LX Ultrasound System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 22, is seeking qualified contractors to supply, install, configure, validate, and provide ongoing technical support and maintenance for an LX Ultrasound System at the Loma Linda VA Medical Center in California. The procurement aims to identify small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), capable of meeting the requirements outlined in the Sources Sought Notice, which includes ensuring compatibility with existing equipment and providing a system with a durable, wipeable touchscreen, intuitive interface, and excellent image quality. Interested contractors must respond by December 9, 2025, with detailed company information, including business size, product specifics, current federal contracts, estimated installation time, general pricing, and a comprehensive capability statement. For further inquiries, interested parties can contact Contract Specialist Hanan McCullick at Hanan.Mccullick@va.gov or by phone at 562-766-2234.
    6530--Self-Service Kiosk and Intelligent Queueing Display Hardware
    Buyer not available
    The Department of Veterans Affairs (VA), specifically the VISN 15 Network Contracting Office, is seeking information from potential vendors for the procurement of self-service kiosks and intelligent queueing display hardware at the Kansas City VA Medical Center. The requirement includes the purchase of six new kiosks and a two-year hardware warranty for 28 existing kiosks, all of which must be compatible with the existing Vetlink software and capable of integrating with future Electronic Health Record Modernization (EHRM) plans. These kiosks are critical for enhancing patient and staff interactions while ensuring compliance with privacy regulations, ADA requirements, and operational standards. Interested parties must submit their responses, including company details and capabilities, to Contract Specialist Tracie Raggs at tracie.raggs@va.gov by December 12, 2025, at 0800 CST.
    6525--TIMS 2000 SP Mobile Cart Package (Brand Name)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a TIMS 2000 SP Mobile Cart Package, specifically requiring brand name products along with related accessories and software. This acquisition is set aside exclusively for small businesses, with a focus on the surgical and medical instrument manufacturing sector, as indicated by the NAICS code 339112. The mobile cart package is essential for enhancing medical imaging capabilities within the healthcare system. Interested vendors must submit their offers by December 12, 2025, at 15:00 CST, with delivery to the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. For further inquiries, potential bidders can contact Contract Specialist Waymon L McNeal Jr at Waymon.McNealJr@va.gov.
    6515--Handrail scale with ID-Display AP: 36C252-26-AP-0694
    Buyer not available
    The Department of Veterans Affairs is conducting a Sources Sought Notice to identify authorized distributors of DORAN DS7100 and DORAN DS7100-HR Handrail Scales, or equivalent items, for the VA Great Lakes Health Care System, VISN 12, located at the Bob Michel Outpatient Clinic in Peoria, IL. The procurement aims to gather information from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 339113, which pertains to Surgical Appliance and Supplies Manufacturing, and PSC 6515 for medical and surgical instruments. These handrail scales are critical for patient weighing and must meet specific salient characteristics, including an 800-pound capacity and a platform width of at least 22.5 inches. Interested vendors must respond by December 11, 2025, at 10:00 AM, and can direct inquiries to Contracting Specialist Rebecca Picchi at rebecca.picchi@va.gov.
    Radiology & Imaging FY2025 Solicitation
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.