J065--Intent to Sole Source - Omnicell Service
ID: 36C26126Q0266Type: 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 (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.

    Point(s) of Contact
    Durell SalazContracting Officer
    None
    durell.salaz@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), NCO 21, intends to award a sole source firm fixed price contract to Omnicell, Inc., for a base year. This decision is based on Omnicell being the sole manufacturer, developer, and exclusive provider of Omnicell products and support services for their equipment in the United States, and the only authorized vendor to service Omnicell equipment at VAPIHCS. The VA believes there are no authorized third parties capable of providing the required repair services and OEM parts. Other companies believing they can fulfill these services must provide their information, capabilities, and an authorization letter from Omnicell by December 16, 2025, 10 A.M. PST, to durell.salaz@va.gov. This notice is not a request for competitive quotes, and the government retains discretion regarding competition based on responses.
    This Performance Work Statement outlines the requirements for a contractor to provide comprehensive maintenance and repair services for Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The services include onsite, telephonic, and emergency repairs across VA facilities on Oahu, Maui, Kauai, and the Big Island. The contractor is responsible for providing all necessary management, labor, tools, materials, parts, equipment, and transportation, adhering to manufacturer recommendations and all applicable regulations. Key performance thresholds are set for service availability, response and completion times for onsite and emergency repairs, and effective resolution of business and management issues. The government will provide temporary common-use items, utilities, and communication services. The contractor must maintain a quality control program and ensure employees wear identification badges and identify themselves as contractors in all communications.
    Lifecycle
    Title
    Type
    Special Notice
    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.
    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.
    J036--Hines CMOP KNAPP Hotline and Preventative Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source firm fixed price contract to KNAPP, Inc. for the provision of hotline and maintenance services for proprietary pharmaceutical dispensing equipment at the Consolidated Mail-Out Pharmacy (CMOP) in Hines, IL. The procurement includes scheduled and unscheduled maintenance services, as well as 24/7 emergency telephonic technical support for two KNAPP pharmaceutical auto-picker UUA-SDA banks, ensuring that services are provided without voiding existing warranties. This contract is critical for maintaining the operational efficiency of the pharmacy's dispensing systems, as KNAPP is the exclusive manufacturer capable of servicing its proprietary equipment. Interested parties can contact Contract Specialist Diana Olson at diana.olson@va.gov or by phone at 913-946-1986 for further details.
    J065--Comprehensive Maintenance for BBraun Dialog+ Evolution Hemodialysis Units
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source contract to B. Braun Medical for comprehensive maintenance services for 14 Dialog+ Evolution hemodialysis units located at the Salt Lake City VA Medical Center. This procurement is necessary to ensure that the proprietary hemodialysis systems are maintained according to the manufacturer's standards, as B. Braun Medical is the sole authorized servicer capable of providing the required technical maintenance and repair parts. Interested parties may submit their capabilities to meet this requirement by December 16, 2025, at 12:00 PM Mountain Standard Time, with responses directed to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov. The associated NAICS code for this opportunity is 811210, with a business size standard of $34 million.
    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.
    J065-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE SERVICES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract for Millipore Reverse Osmosis Equipment Inspection and Maintenance Services to EMD Millipore Corp. This contract will cover preventive maintenance for clinical laboratory reagent water systems at the Southeast Louisiana Veterans Health Care System, with services including annual maintenance visits, replacement of worn parts, software updates, and unlimited troubleshooting. The contract is set for one base year, from January 10, 2026, to January 9, 2027, and interested parties must submit a capabilities statement by December 27, 2025, at 8:00 AM CST to Marcus Sidney at marcus.sidney@va.gov. This notice is not a request for quotations, and all respondents must be registered with SAM.gov to be eligible for award consideration.
    6515--Aethon Zena Rx Smart Autonomous Mobile Robots, Durham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, intends to award a sole source contract to Aethon Inc. for the procurement of four Aethon Zena Rx smart autonomous mobile robots for the Durham VA Medical Center. This procurement is critical for enhancing operational efficiency in medical supply management and falls under NAICS code 339113, which pertains to Surgical Appliance and Supplies Manufacturing. The contract will be executed for a one-year period, and interested vendors must submit their capabilities to the primary contact, Monique Cordero, at monique.cordero@va.gov by December 22, 2024, at 10:00 AM EST. It is important to note that gray market items will not be accepted, and vendors must provide authorization letters to ensure compliance with OEM warranty and service requirements.
    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.
    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.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source firm-fixed-price contract to Nanosonics Inc. for the preventative maintenance and repair services of nine Nanosonics Trophon 2 Systems at the Pittsburgh VA Medical Center. This contract, which includes a base year and four option years, will cover corrective and preventative maintenance, 24/7 technical support, and the provision of OEM parts, ensuring the systems remain operational for high-level disinfection of ultrasound probes. Interested firms may submit capability statements by October 1, 2025, although this notice is not a request for competitive quotes. For further inquiries, Matthew Wright can be contacted at matthew.wright6@va.gov or by phone at 717-673-3842.