On-Site Representative for PAR Excellence Weight Based Point of Use (POU) Inventory Management System
ID: 36C24526Q0187Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

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

    The Department of Veterans Affairs is seeking a qualified contractor to provide an On-Site Representative (OSR) for the PAR Excellence weight-based point-of-use (POU) inventory management system at the Washington DC VA Medical Center. The contractor will be responsible for system troubleshooting, item registration and deregistration, training, and collaboration with VA staff, requiring the OSR to be PAR Excellence certified with a minimum of two years of experience. This procurement is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 541614, with a size standard of $20 million, and the contract will span a base year plus four one-year option periods, from March 1, 2026, to February 28, 2031. Interested parties must submit their quotes electronically to Veronica B. Dillard at veronica.dillard@va.gov by January 23, 2026, with all inquiries directed to the same email by January 16, 2026.

    Point(s) of Contact
    Veronica B. Dillard
    veronica.dillard@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network Contracting Office 5 has issued a Request for Quotations (RFQ) 36C24526Q0187 for an Onsite Representative (OSR) to support the PAR Excellence weight-based point-of-use (POU) inventory management system at the Washington DC VA Medical Center. This is a total small business set-aside with NAICS code 541614 and a $20 million size standard. The contractor will provide one full-time OSR for a base year and four one-year option periods, from March 1, 2026, to February 28, 2031. The OSR must be PAR Excellence certified with at least two years of experience, responsible for system troubleshooting, item registration/deregistration, training, and collaboration with VA staff. The RFQ includes standard government contract clauses, security requirements for unclassified IT resources, and specific instructions for offerors regarding submissions, evaluation, and protest procedures. All invoices must be submitted electronically, and offerors must be registered in SAM.
    This Business Associate Agreement (BAA) between the Department of Veterans Affairs Veterans Health Administration (VHA) and a Business Associate establishes requirements for the use and disclosure of Protected Health Information (PHI) in accordance with HIPAA, HITECH, and related rules. The Business Associate provides services to VHA and will handle PHI, adhering to strict guidelines. Key terms like "Business Associate," "Covered Entity," and "PHI" are defined, emphasizing the Business Associate's role in creating, receiving, maintaining, or transmitting PHI on behalf of VHA. The agreement mandates that the Business Associate cannot use or disclose PHI except as permitted by the agreement or law, must comply with VHA's minimum necessary policies, and can de-identify PHI upon request. The Business Associate must implement safeguards, notify VHA of breaches within 24 hours, provide detailed written reports within ten business days, and mitigate harm. They must use U.S.-based subcontractors with equally restrictive agreements and make information available for individual access, amendment, or accounting requests. Upon termination, all PHI must be returned or destroyed, with retention only permitted by law or VHA approval. The Business Associate is liable for HIPAA violations, while VHA agrees not to request impermissible PHI uses and to notify the Business Associate of any restrictions or changes in privacy practices. The agreement can be amended for HIPAA compliance, terminates automatically or for cause, and includes a biennial review. This BAA ensures the secure and compliant handling of sensitive health information in government operations.
    Lifecycle
    Similar Opportunities
    DA10--VISN DSS RxFramework OmnicellX (IVX) / Inpatient Pharmacy Interface
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified sources for the development and maintenance of a Document Storage Solution (DSS) RxFramework Omnicell Intravenous X (IVX)/Inpatient Pharmacy Interface for Veterans Integrated Service Network (VISN) 19, specifically for the Salt Lake City and Eastern Colorado VA Health Care Systems. This procurement aims to establish a service level agreement (SLA) for the interface, which will facilitate automated data flow between VistA/CPRS and Omnicell systems using HL7 Messaging Standard, ensuring efficient management of pharmacy operations. The contract will encompass installation, 24/7 support, and compliance with extensive security and privacy controls, with a performance period consisting of a one-year base and four one-year options. Interested parties should submit their company and business size information to Contract Specialist Christine Jarvis at christine.jarvis@va.gov by January 14, 2026, as this is a Sources Sought Notice and not a request for proposals.
    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.
    6515--MSPV BPA Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified suppliers to establish Blanket Purchase Agreements (BPAs) for Medical/Surgical Prime Vendor (MSPV) supplies, specifically consumable medical and surgical items, for nationwide use within the Veterans Health Administration (VHA). This procurement aims to ensure the availability, consistency, and standardized pricing of medical supplies while adhering to compliance regulations, including the Federal Acquisition Regulation (FAR) and the Trade Agreements Act. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and emphasizes the importance of authorized distributors, competitive pricing, and adherence to electronic data interchange (EDI) standards. Interested parties must submit their quotes by January 19, 2026, and can direct inquiries to Contracting Officer Katherine (Katie) Corcoran at katherine.corcoran@va.gov or 401-402-4678.
    Medical Waste Disposal Services (ELP)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for Medical Waste Disposal Services for the El Paso VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). This procurement aims to secure a firm-fixed price contract for the collection and disposal of regulated medical and pharmaceutical waste, including chemotherapy waste, while ensuring compliance with federal, state, and local regulations. The contract will span a base year with four option years, running from March 2026 to February 2031, highlighting the critical need for safe and compliant waste management services in healthcare settings. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 9, 2026, with questions directed to Marcellus Jackson at marcellus.jackson@va.gov by December 23, 2025.
    R499--Ergonomic Assessment Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Ergonomic Assessment Services for the VA San Diego Healthcare System. The objective of this procurement is to enhance workplace ergonomics, thereby improving the health and productivity of employees and veterans. This service is crucial for ensuring compliance with health and safety standards while promoting a comfortable working environment. The total award amount for this contract is $19.5 million, with a contract period from February 6, 2026, to February 5, 2027. Interested parties must submit their proposals by January 27, 2026, at 1:00 PM MST, and can direct inquiries to Contract Specialist Trainee Garrett Lyles at garrett.lyles@va.gov.
    DA10--MC - VISN ScriptPro Upgrades 491-26-2-1025-0003
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide hardware and software upgrades for ScriptPro systems across multiple VISN 15 medical facilities. The primary objectives include upgrading all ScriptPro workstations to be compatible with Windows 11, purchasing licenses for ScriptPro Remote Access Software, and procuring a test system for interface testing in preparation for the Federal Electronic Health Record migration. This initiative is crucial for enhancing pharmacy workflows and ensuring seamless integration with existing systems. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and other small businesses, must submit their responses, including company information and a capability statement, by January 12, 2026, to Lisa A. Buchanan at lisa.buchanan1@va.gov.
    J065--Philadelphia VAMC - Reverse Osmosis Water Purification PM&R Service Agreement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 4 (NCO4), intends to award a sole-source contract to Evoqua Water Technologies, LLC for preventative maintenance and repair services for the Reverse Osmosis Water Purification System at the Philadelphia VA Medical Center. This procurement aims to establish a firm-fixed-price, five-year Blanket Purchase Agreement (BPA) to ensure the reliable operation of critical water purification equipment essential for patient care. Interested vendors capable of providing these services must submit a one-page capability statement by January 14, 2026, at 10:00 AM EST, to Contract Specialist Emily Hall at emily.hall5@va.gov. The NAICS code for this opportunity is 811210, with a small business size standard of $34.0 million, and the PSC code is J065.
    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.
    R408--Acquisition Support Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Veterans Management Services Inc., a Service-Disabled Veteran-Owned Small Business (SDVOSB), for acquisition support services to assist the Veterans Health Administration (VHA). The procurement aims to fulfill various acquisition support requirements essential for VHA contracting operations, leveraging the authority provided under 38 U.S.C. 8127(c) to directly contract with SDVOSBs. The anticipated period of performance for this contract is from September 29, 2025, to September 28, 2026, with interested parties encouraged to submit capability statements to Contracting Officer Joseph Senkovich via email by September 30, 2025, at 3:00 PM ET.
    Q702--El Paso Health Care Center IOT&A
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for Initial Outfitting, Transition, and Activation (IOT&A) services for the new El Paso Health Care Center (HCC) in El Paso, TX. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aimed at facilitating the operational readiness of a facility that will provide a comprehensive range of healthcare services to Veterans, including Prosthetics, Primary Care, and Surgical Services within approximately 492,996 usable square feet. The contract will be firm-fixed-price with an estimated performance period of 39 months, and the solicitation is expected to be posted around February 9, 2026, with a closing date of March 5, 2026. Interested parties can direct inquiries to Michele Laser at michele.laser@va.gov or Mercedes Blanton at mercedes.blanton@va.gov.