J065--Omnicell Service Renewal Agreement
ID: 36C25626Q0138Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, 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, Network Contracting Office 16, intends to award a sole-source, firm-fixed-price contract to Omnicell, Inc. for a one-year service renewal agreement for Omnicell medication dispensing systems at the Michael E. DeBakey VA Medical Center and Alexandria VA Health Care System. The procurement requires comprehensive support, maintenance, replacement parts, software and hardware support, and continuing education for VA staff, with Omnicell, Inc. being the only authorized service provider for these systems. This service is critical for maintaining the operational efficiency of medical equipment used in veteran healthcare facilities. Interested companies capable of providing similar services must submit their capabilities, including socioeconomic status and an authorization letter from Omnicell Inc., by November 12, 2025, with the anticipated award date set for January 1, 2026.

    Point(s) of Contact
    Rhonda GibsonContract Specialist
    (713) 290-1900
    rhonda.gibson2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office 16, intends to award a sole-source, firm-fixed-price contract to Omnicell, Inc. for a one-year service renewal agreement for Omnicell medication dispensing systems at the Michael E. DeBakey VA Medical Center and Alexandria VA Health Care System. This special notice, Solicitation Number 36C25626Q0138, is for informational purposes only, citing Omnicell, Inc. as the only authorized service provider. The agreement includes comprehensive support, maintenance, replacement parts, software/hardware support, and continuing education for VA staff. The NAICS code is 811210 with a $34 million size standard. Interested companies believing they can provide full service for Omnicell Inc. Equipment Units are requested to submit their capabilities, including socioeconomic status, DUNS/CAGE Code, experience, and an authorization letter from Omnicell Inc., by November 12, 2025. The anticipated award date is January 1, 2026, with the period of performance from January 1, 2026, to December 31, 2026. The document also details extensive information security, privacy, and records management requirements for contractors.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J065--Bayer Medrad Injectors Full Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source Firm-Fixed-Price Contract to Novamed Corporation for the full service of Bayer Medrad Injectors. This contract, identified as 36C25724P0085, will provide essential services including onsite support by a Bayer certified field engineer, hardware system coverage, calibration, software updates, EPM certified part replacements, and comprehensive inspection and safety testing for various Bayer/Medrad models at the Dallas VA Medical Center. The procurement is being conducted under FAR 13.5, indicating the intent to negotiate with a single source due to the specialized nature of the services required. Interested parties may submit their capability information by December 12, 2025, at 10:00 A.M. CT, to Rafael Rodriguez at Rafael.Rodriguez2@va.gov, as the government may consider competitive procurement based on the responses received.
    InstyMed Dispenser System
    Buyer not available
    The Department of Veterans Affairs is issuing a modification to its previous notice regarding the InstyMed Dispenser System, indicating its intent to negotiate a limited source contract. This modification serves to establish a deadline for responses, emphasizing the urgency and specificity of the procurement process. The InstyMed Dispenser System is crucial for enhancing healthcare delivery to veterans, ensuring efficient medication dispensing and management. Interested parties must submit their responses by December 12, 2025, at 10:00 am CST, and can direct inquiries to Contracting Officer Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4850.
    J066--Full Service Contract and Software Subscription – BD Synapsys
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Becton, Dickinson & Co. (BD Diagnostics Systems) for a full-service contract and annual software subscription for BD Synapsys at the Central Texas Veterans Health Care System. This procurement includes essential services such as a software license, technical support, remote diagnostics, preventative maintenance, and comprehensive repair services, all adhering to OEM specifications and VA standards. The contract is crucial for maintaining the operational efficiency of medical equipment and ensuring high-quality healthcare delivery to veterans. Interested parties must submit their capability statements, including necessary documentation, to Jose Campa at jose.campa@va.gov by 10:00 A.M. CST on December 10, 2025, with the contract expected to be awarded around December 31, 2025.
    J066--New - VISN 17 GeneXpert Analyzer M&R Consolidated IDIQ
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source, firm-fixed-price, single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to Cepheid for the maintenance and repair services of GeneXpert analyzers. This procurement includes service agreements for various GeneXpert systems, along with necessary modules and reagents, to support the Pathology and Laboratory Medicine Service (P&LMS) across multiple locations within Veterans Integrated Service Network (VISN) 17, including El Paso, South Texas, Central Texas, Big Spring, and Amarillo VA Healthcare Systems. The GeneXpert systems are critical for laboratory diagnostics, ensuring timely and accurate results for veterans' healthcare needs. Interested parties may submit capability statements to the primary contact, Delphia Schoenfeld, at delphia.schoenfeld@va.gov within 10 calendar days of this notice, as the contract will be awarded to Cepheid if no other responsible sources are identified.
    J065--Walla Walla VA OPTIME COMPLETE Service Agreement
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Zeiss Optime Complete Service Agreement for the Walla Walla VA Medical Center, focusing on preventive and corrective maintenance for specific ophthalmology systems. This procurement is a total small business set-aside and requires vendors to be manufacturer-authorized, providing OEM documentation for the HFA3 860, ATLAS 500, and CLARUS 500 systems. The contract, valued at approximately $34 million, includes a base year and three option years, with services performed on-site during business hours and a 10-business-day response time for corrective maintenance. Interested vendors must submit their proposals by December 10, 2025, at 10:00 AM PST, and can contact Contract Specialist Denise L Patches at Denise.Patches@va.gov for further information.
    6515--Illumena Neo radiopaque contrast delivery system VA Cincinnati Health Care System 539-26-1-043-0047
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 10, is soliciting offers for the purchase of the Illumena Neo radiopaque contrast delivery system for the VA Cincinnati Health Care System. This procurement aims to replace and install two end-of-life systems that are critical for precise contrast injection during medical imaging, including the provision of pedestal units, installation, application training, and necessary supplies such as syringes and tubing. The acquisition is classified under NAICS code 334510 and is identified as a brand name justification due to the proprietary nature of the equipment. Responses to the solicitation, numbered 36C25026Q0150, are due by December 9, 2025, at 2:00 PM Eastern Time, and will be evaluated based on the Lowest Price Technically Acceptable methodology. Interested parties should contact Contracting Specialist Laura Poma at laura.poma@va.gov or by phone at 734-845-3523 for further information.
    6515--MEDTRONIC NIMS 4.0 CONSOLE & ACCESSORIES "BRAND NAME ONLY". MUST COMPLETE BUY AMERICAN CERTIFICATE. OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NONRESPONSIVE.
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Medtronic NIM 4.0 Consoles and accessories, with a strict requirement for "BRAND NAME ONLY" products. This procurement necessitates that vendors submit an OEM letter from the manufacturer and complete a Buy American Certificate (FAR 52.225-2) to ensure compliance with federal regulations. The equipment is critical for medical operations at the Baltimore VA Medical Center, and delivery must occur within 60 days of contract award during normal business hours. Interested parties should submit their responses to Contract Specialist Mohsin Abbas at Mohsin.Abbas2@va.gov by December 10, 2025, at 3:00 PM EST, to be considered for this Firm-Fixed Price contract.
    J036--Hines CMOP KNAPP Hotline and Preventative Maintenance
    Buyer not available
    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--NOTICE of INTENT SOLE SOURCE GE MACLAB Service and Support
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), intends to award a Firm Fixed Price contract to GE Healthcare, INC for the maintenance and support of the GE Healthcare Combolab systems (Mac Lab System) at the Veterans Affairs Sierra Nevada Health Care System. The contract, effective January 1, 2026, will require the contractor to provide all necessary labor, transportation, parts, and expertise, ensuring compliance with various national and industry standards, including NFPA-99 and OSHA, while maintaining a commitment to 99% equipment uptime. Interested parties may express their interest by submitting a detailed description of their capabilities via email to Gary Christensen at gary.christensen@va.gov by December 12, 2025, at 10:00 AM Pacific Standard Time, referencing solicitation number 36C26126Q0190. The government reserves the right to determine whether to compete the proposed contract based on the responses received.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.