6515--IV Prep Workflow Management Solutions
ID: 36C26225Q0720Type: Combined Synopsis/Solicitation
AwardedMay 8, 2025
$620.5K$620,501
AwardeeFOUR POINTS TECHNOLOGY, L.L.C. HERNDON 20171
Award #:36C26225C0204
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

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

    The Department of Veterans Affairs (VA) is seeking proposals for an IV Workflow Management Solution (IVWMS) to enhance medication safety and workflow efficiency at the VA Greater Los Angeles Healthcare System. The procurement aims to implement a system that utilizes advanced barcode scanning and gravimetric analysis to minimize compounding errors and improve inventory management, ensuring compliance with regulatory standards set by the Veterans Health Administration. This innovative technology is crucial for optimizing pharmaceutical compounding processes, thereby enhancing patient safety and operational efficiency. Interested vendors must submit their proposals by April 28, 2025, and can direct inquiries to Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or by phone at 562-766-2284.

    Point(s) of Contact
    Anthony Dela CruzContracting Officer
    (562) 766-2284
    anthony.delacruz@va.gov
    Files
    Title
    Posted
    This solicitation from the Department of Veterans Affairs (VA) seeks proposals for an IV Workflow Management Solution (IVWMS) focused on enhancing medication safety and workflow efficiency within the VA Greater Los Angeles Healthcare System. The system will utilize advanced barcode scanning and gravimetric analysis to reduce compounding errors and improve inventory management, adhering to regulatory standards set by the Veterans Health Administration. Key features include real-time verification of drug quantities, remote pharmacist verification capabilities, automated documentation, and compliance reporting. The contract emphasizes the installation and implementation of software and hardware components in hazardous and non-hazardous compounding areas, with necessary training and ongoing support provided by the contractor. Proposals are to be submitted by April 28, 2025, and must meet the terms outlined in Federal Acquisition Regulation (FAR) clauses, including compliance with safety and privacy standards. The contract aims to optimize inventory usage and enhance patient safety through innovative technology solutions in pharmaceutical compounding processes.
    Lifecycle
    Title
    Type
    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.
    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.
    6505--Carbidopa Levodopa Immediate Release (IR) Tablets
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Carbidopa Levodopa Immediate Release (IR) Tablets, aimed at ensuring a reliable supply for various federal health care entities, including the VA, Department of Defense (DoD), and Bureau of Prisons (BOP). The procurement will involve awarding a single contract for an initial one-year period, with the possibility of four additional one-year option periods, to maintain an uninterrupted supply of these essential medications. The estimated annual requirements detail various dosages and package sizes, with total usage ranging from 2,008 to 118,764 bottles depending on the item. The solicitation is expected to be released around December 18, 2025, with a closing date of January 8, 2026; interested parties should direct inquiries to Ray Roldan at Raymond.Roldan@va.gov or call 708-786-4930.
    6505--36C77026Q0061/RFI/Domestic Sources Rx_MedSurge
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from domestic pharmaceutical manufacturers through a Request for Information (RFI) designated 36C77026Q0061, aimed at supporting the Consolidated Mail Outpatient Pharmacy (CMOP) in fulfilling its Open Market (OM) purchasing needs. The RFI seeks to identify both small and large businesses capable of providing a range of pharmaceutical products and ancillary items, with a focus on those manufactured in the United States, to enhance the supply chain for approximately 450,000 prescriptions mailed daily to Veterans. Interested manufacturers are required to submit detailed company and product information, including FDA-approved NDC numbers and operational capabilities, by March 15, 2026, at 4:30 PM CT. For further inquiries, respondents can contact Michael McAlhaney at Michael.McAlhaney@va.gov or (913) 684-1976.
    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.
    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.
    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.
    DA10--Bi-Directional Image/Report Exchange
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from qualified vendors for a Bi-Directional Image/Report Exchange System to enhance the Veterans Health Administration's (VHA) imaging capabilities. The procurement aims to establish a national enterprise imaging system that integrates with existing electronic health records (EHRs) and community care referral systems, ensuring secure and efficient management of clinically relevant medical imaging for veterans. This initiative is critical for improving access to medical imaging, facilitating seamless data exchange, and supporting advanced workflows, with stringent requirements for security, accessibility, and system performance. Interested parties must submit their responses by December 18, 2025, with questions due by December 5, 2025. For further inquiries, contact Contract Specialist Laura Startek at Laura.Startek@va.gov or 848-377-5089.
    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.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.