VA-25-00053651 PAR Excellence Procurement
ID: 36C10A25Q0036Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFTECHNOLOGY ACQUISITION CENTER AUSTIN (36C10A)AUSTIN, TX, 78744, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Veterans Affairs is seeking responses to a Sources Sought notice for the PAR Excellence Procurement, aimed at identifying potential vendors capable of providing support for the Weight-Based Inventory Management System (WBIMS) at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. The procurement involves annual support services, including hardware and software maintenance, with a performance period from April 2025 to April 2026, and the possibility of four optional extensions. This initiative is part of the VA's commitment to enhancing healthcare operations for veterans, emphasizing the importance of compliance with federal security and technical standards. Interested parties, particularly service-disabled and veteran-owned businesses, are encouraged to submit their capability packages by March 18, 2025, to Marcela Clark at Marcela.Clark2@va.gov or Juan C. Perez at juan.perez5@va.gov, noting that all submissions will become government property and no feedback will be provided.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for the PAR Excellence Annual Support Services contract by the Department of Veterans Affairs (VA) at the Clement J. Zablocki VA Medical Center. The contract is focused on providing support for the PAR Excellence Weight-Based Inventory Management System (WBIMS), containing both hardware and software components. Key elements include a performance period from April 2025 to April 2026 with four optional extensions, obligations for ongoing equipment monitoring, and maintenance support. Metrics for evaluating contractor performance are specified, ensuring high-quality service and adherence to federal security, privacy, and technical standards. Moreover, the PWS emphasizes responsibilities for contractor personnel, including maintaining security clearances and compliance with federal laws governing information technology. The document is structured into sections detailing background information, applicable documents, scope of work, performance details, specific tasks, reporting requirements, as well as general and security requirements. Overall, this PWS establishes a framework for ensuring effective and efficient IT support services for veteran health care operations while highlighting compliance with government regulations and quality standards.
    The document outlines a Request for Information (RFI) issued by the government for planning purposes, not for proposals or contracts. It invites companies with the capability to provide specified products to respond by March 18, 2025, emphasizing that responses will not incur costs for the government and that it does not guarantee contract awards. Companies must include essential details such as their contact information, business size, socio-economic status, and experience in the relevant areas. The RFI is part of ongoing market research within the Veterans Affairs (VA) sector, specifically targeting service-disabled and veteran-owned businesses to promote diversity in procurement. Respondents should provide comprehensive capability packages limited to five pages, focusing on their specific qualifications rather than generic marketing materials. The document reiterates that this is a preliminary information-gathering step with no commitment to contract formation, thus ensuring transparency and voluntary participation for interested participants. All submitted information will become government property and no feedback on submissions will be given.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    W023--MRI Trailer Lease Amendment Change of Period of Performance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of a 1.5T Mobile MRI Trailer for the Tomah VA Medical Center in Tomah, Wisconsin. This procurement aims to secure a one-year base lease with four optional one-year extensions, requiring the contractor to provide, install, maintain, and train staff on the MRI unit, which must meet specific technical standards. The leased equipment is crucial for enhancing medical imaging capabilities and patient care within the VA healthcare system. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their proposals by January 16, 2026, at 12 PM Central Time, and can contact Contract Officer Steven MacDonald at steven.macdonald@va.gov or 414-844-4882 for further information.
    DA01--Brillians Software Licensure (VA-26-00025640)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the G.V. Sonny Montgomery VA Medical Center, is seeking to award a firm fixed price sole-source contract to SupraVISTA Medical DSS, LLC for the procurement of Brillians Software Licensures. This opportunity is outlined in a Sources Sought Notice and is intended for informational and planning purposes only, indicating that the VA is not currently soliciting competitive quotes or proposals. The software is crucial for the operations of the Veterans Integrated Service Networks (VISN) 16 Clinical Informatics, supporting their IT and telecom business application needs. Interested parties must submit their responses by 2:00 PM CST on November 7, 2025, to Contract Specialist Jennifer McCloud at Jennifer.McCloud@va.gov, with the NAICS code for this procurement being 511210, which has a size standard of $47 million.
    7A21--FY26: Staff Scheduling Program Sources Sought
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources for a staff scheduling program software as part of a Sources Sought notice issued by the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The software will support approximately 1,400 employees and will require an ongoing service contract for product support. This procurement is particularly focused on identifying Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), and other small businesses that can demonstrate relevant experience and qualifications, especially in implementing similar solutions within VA hospitals. Interested parties must submit their expressions of interest, including detailed company information and responses to specific inquiries, to Mr. Elder Vazquez at elder.vazquezmelendez@va.gov by December 22, 2025, at 10:00 AM Eastern Time.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    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.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    J065-- PM SVC OF ALL PHILIPS IMAGING MEDICAL EQUIP
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services for Government-owned Philips Imaging Equipment at the VA Greater Los Angeles Healthcare System and other facilities within Veterans Integrated Service Network (VISN) 22. The contractor must be trained and certified to perform maintenance and repairs in accordance with Original Equipment Manufacturer (OEM) specifications, ensuring that the equipment maintains a 98% uptime rate, which is critical for patient diagnostics. Interested parties are required to submit their company information, including Unique Entity ID, Cage Code, Tax ID, business type, and a capability statement by December 26, 2025, at 11 AM Pacific Time, to Contract Specialist David Odne at david.odne@va.gov. The NAICS code for this acquisition is 811210, with a size standard of $34 million, and the VA is mandated to consider Service-Disabled Veteran Owned Small Business (SDVOSB) set-asides.
    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.
    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.
    Q999 - VISN 12 Home Oxygen Delivery Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide Home Oxygen Delivery Services for various facilities within the Veterans Integrated Service Network (VISN) 12, including locations in Wisconsin, Illinois, and Michigan. The procurement aims to ensure the delivery, setup, maintenance, and management of both government-furnished and contractor-owned oxygen equipment, along with associated supplies and patient education. These services are critical for supporting veterans' respiratory health and ensuring compliance with safety standards. Interested contractors can contact Joni Dorr at joni.dorr@va.gov or by phone at 414-844-4858 for further details, with the contract structured as a firm-fixed-price IDIQ over a five-year period.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    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.