R706--Blanket Purchase Agreement forAnnual Wall-to-Wall Inventory Veterans Integrated Services Network (VISN) 20 Multiple Locations Within the Pacific Northwest Region See Solicitation for Complete Details
ID: 36C26025Q0039Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

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

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a Blanket Purchase Agreement (BPA) to conduct an Annual Comprehensive Fixed Physical Equipment Inventory utilizing Radio Frequency Identification (RFID) technology within the Veterans Integrated Services Network (VISN) 20, covering multiple locations in the Pacific Northwest. The objective is to enhance inventory accuracy and efficiency by employing RFID to scan and manage various types of equipment, while adhering to VA security protocols and ensuring compliance with federal regulations. This initiative is crucial for maintaining effective oversight of government assets and improving service delivery to veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their responses via email to Contracting Officer Jennifer Robles by 1 PM Eastern Standard Time on November 7, 2024, with questions due by October 30, 2024. The contract spans a base year plus five option years, from November 21, 2024, to November 20, 2029.

    Point(s) of Contact
    Jennifer RoblesContracting Officer
    (253) 888-4923
    jennifer.robles1@va.gov
    Files
    Title
    Posted
    The document outlines a solicitation for a Blanket Purchase Agreement aimed at conducting an Annual Comprehensive Fixed Physical Equipment Inventory using Radio Frequency Identification (RFID) for the Veterans Integrated Services Network (VISN) 20 in the Pacific Northwest. The contracting office, managed by the Department of Veterans Affairs in Vancouver, Washington, has set aside the solicitation exclusively for Service-Disabled Veteran Owned Small Businesses (SDVOSBC), with the applicable NAICS Code being 541614 and a small business size standard of $20 million. The contract will cover a base year plus five option years, spanning from November 2024 to November 2029. Interested parties must submit responses via email to the designated Contracting Officer by 1PM ET on November 7, 2024. Questions regarding the solicitation are due by October 30, 2024. All attached documents related to the solicitation provide further specifics on scope and requirements. This solicitation indicates the government's commitment to engaging veteran-owned businesses while ensuring meticulous inventory management for federal operations.
    The document outlines an extensive inventory of equipment across various healthcare facilities under the federal government, focusing on Community-Based Outpatient Clinics (CBOCs) and associated locations. It presents data for each site, including total inventory and required in-scope items such as equipment that is "in use." Furthermore, it distinguishes between equipment included in the inventory and those categorized as out of scope, including items that are lost, stolen, or out of service. The inventory spans multiple states, including Oregon, Washington, Idaho, and Alaska, detailing each facility's distance from main campuses. The purpose of this inventory exercise is to ensure accurate records for equipment management, enhancing oversight and improving service delivery to veterans. The emphasis on accurate inventory control aids in regulatory compliance and primes facilities for potential grants or RFPs aimed at further resource allocation or infrastructure improvements.
    The document outlines a comprehensive inventory plan for various types of equipment across different categories, primarily focused on the reconciliation and management of governmental assets. The equipment listed includes personal computers, office machines (e.g., printers, copiers), telecommunications devices (e.g., routers, servers), and medical equipment such as defibrillators and anesthesia machines. Additionally, it covers administrative equipment within cafeterias, miscellaneous vehicles, and hospital furniture essential for patient care. The inventory process aims to ensure proper tagging, physical inventory, and reconciliation of these items to maintain accountability and streamline resource management. By cataloging such diverse equipment, the document emphasizes the importance of managing government assets effectively, aligning with federal and state regulations governing RFPs (Requests for Proposals) and grants. This inventory initiative not only aims to enhance operational efficiency but also underscores the commitment to maintaining transparency and responsibility in government resource allocation and asset management.
    The document outlines the specific types of equipment that will not be included in the physical inventory and tagging process for an upcoming government project. Excluded items encompass various categories such as buildings, grounds, infrastructure systems, permanently installed equipment (like heating and fire alarms), leased properties, land, and certain types of office furniture (such as standalone cabinets and desks). The purpose of this list is to establish clear boundaries regarding what will be accounted for during the inventory project, ensuring that the focus remains on items that are relevant for tagging and management. This specification is vital in the context of government RFPs and grants, as it delineates responsibilities and scope, aiding in compliance with protocols for asset management and resource allocation.
    The VAMC Facility Equipment Inventory Initiative focuses on conducting a comprehensive wall-to-wall inventory of equipment in VAMC facilities by a specialized third-party contractor. The document outlines the inventory process, including start and end dates, number of personnel and teams involved, and the specifics of equipment categorized as in scope and out of scope based on usage status tracked through AEMS/MERS electronic data. Key components include details on reconciled and not reconciled equipment, and the use of contractor-applied labels for equipment lacking proper VA barcode identification. It emphasizes the necessity of scanning and verifying items, addressing discrepancies with existing databases, and ensuring accurate inventory records for operational integrity. This initiative is part of broader efforts to maintain effective management of VA equipment, contributing to governmental objectives in inventory accountability and resource management.
    The document outlines a federal solicitation for a Blanket Purchase Agreement (BPA) issued by the Department of Veterans Affairs (VA) for comprehensive physical equipment inventory services utilizing Radio Frequency Identification (RFID) technology within the Veterans Integrated Service Network (VISN) 20. The contract, intended to improve inventory accuracy and efficiency across multiple VA locations, spans from November 21, 2024, to November 20, 2029, with specified option periods. The contractor is responsible for conducting annual inventories, employing RFID technology to scan all relevant equipment, and ensuring compliance with VA security protocols. Deliverables include daily and final inventory reports and resolution of discrepancies. The BPA emphasizes the involvement of service-disabled veteran-owned small businesses, incorporating specific regulations regarding subcontracting limitations. The contract terms specify conditions for pricing, invoicing, and allowed contract modifications. It emphasizes a clear framework for interactions and responsibilities between the contractor and the VA. Overall, this document exemplifies the structured approach to procurement within federal government operations, aiming to enhance asset management and operational efficiency in serving veterans.
    Similar Opportunities
    NEW GI Video Integration Renovation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "NEW GI Video Integration Renovation" project, which involves the installation of a BARCO 55-inch 4K surgical display and related systems in the GI Operating Room at VA facilities in Dallas, Texas. The selected contractor will be responsible for comprehensive project management, infection control planning, electrical work, and site preparation, ensuring all services comply with original equipment manufacturer specifications. This initiative is part of the VA's commitment to enhancing healthcare infrastructure for veterans and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their responses to the Request for Quotation by October 30, 2024, and direct inquiries to Janice Malbon at janice.malbon@va.gov or Tammy Wilson at tammy.wilson5@va.gov.
    6525--JUN 2024 Equipment Only Consolidation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide high-tech medical equipment as part of the June 2024 Equipment Only Consolidation initiative. This procurement aims to acquire essential imaging equipment, including ultrasound machines, C-arms, and CT scanners, to enhance healthcare delivery across various Veterans Affairs facilities. The solicitation emphasizes compliance with technical specifications and encourages competitive bidding among current contract holders, with a submission deadline for offers set for October 30, 2024. Interested vendors can reach out to Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
    R799--Wall to Wall Inventory
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, is seeking qualified vendors to conduct a Pharmacy Wall to Wall Inventory at the James J. Peters VA Medical Center in Bronx, NY, scheduled between February 1, 2025, and February 28, 2025. This procurement, categorized under NAICS code 561990 for All Other Support Services, aims to replace an expiring contract and requires vendors to demonstrate experience in inventory management, particularly with software like McKesson, while ensuring compliance with VA security protocols and minimal disruption to normal operations. Interested parties must submit their capability information, including organization details and socioeconomic status, by October 25, 2024, to Yasmin Moses at yasmin.moses@va.gov, as this notice serves as a pre-solicitation step to assess market capacity before an official solicitation is published.
    J065--RFQ NEW GI Video Integration Renovation SDVOSB Set-Aside
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the RFQ NEW GI Video Integration Renovation, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to enhance the integration and renovation of video systems within the North Texas Veterans Healthcare System located in Dallas, Texas. This project is crucial for maintaining and improving medical, dental, and veterinary equipment and supplies, ensuring high-quality care for veterans. Interested vendors can reach out to Contract Specialist Janice Malbon at janice.malbon@va.gov or (210) 694-6340 for further details regarding the submission process and deadlines.
    Q301--X-Ray/CT/MRI Compliance Testing - IC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for engineering services related to X-Ray, CT, and MRI compliance testing at the Iowa City VA Health Care System. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with medical imaging technologies, which are critical for patient care and safety. The contract, valued at approximately $19 million, will cover a base period from December 1, 2024, to November 30, 2025, with the option for four additional one-year renewals. Interested contractors must submit their quotes by December 27, 2024, and direct any technical inquiries to Contracting Specialist Evan Beachy at evan.beachy@va.gov by October 27, 2024.
    R499--36C25524Q0400 | Regulated Medical Waste Disposal | VISN Wide
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a five-year Indefinite Quantity Indefinite Delivery (IDIQ) contract for the removal, transportation, and disposal of regulated medical waste across various VA Medical Centers and Community-Based Outpatient Clinics within the VISN 15 network. The contractor will be responsible for ensuring compliance with all local, state, and federal regulations while managing waste that includes isolation waste, contaminated sharps, and other medical refuse. This procurement is critical for maintaining health and safety standards in veteran healthcare facilities, with a total contract ceiling of $2.5 million and a guaranteed minimum payment of $200,000. Interested parties must submit their proposals by October 30, 2024, and can direct inquiries to Contract Specialist Aubrey L. Visocsky at Aubrey.Visocsky@va.gov.
    Q517--Omnicell New Preventative Maintenance Service Package
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) Network Contracting Office 19 intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, INC. for the provision of preventative maintenance and support for the Omnicell Medication Supply Station and System. This contract will include enhancements such as the addition of new software and capabilities, ensuring the operational efficiency of the medication dispensing systems critical to healthcare services. Interested firms may submit written notifications demonstrating their ability to meet the requirements by November 14, 2024, at 10:00 AM Mountain Standard Time, with all responses directed to Contract Specialist David Glanton at david.glanton@va.gov. Contractors must be registered in the System for Award Management (SAM) to be eligible for consideration, and the estimated period of performance for this contract is from February 1, 2025, to January 31, 2028.
    R499--Small Business Event | RPO West Quarterly Virtual Business Opportunity Session | Cisco Webex Dec 10 | Amendment 7
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is hosting a Small Business Event, specifically the RPO West Quarterly Virtual Business Opportunity Session, scheduled for December 10, 2024, via Cisco Webex. This session aims to inform small businesses about potential procurement opportunities within the VA’s logistics and procurement office, with a focus on enhancing understanding of the federal contracting process and regulatory requirements. The event will cover various North American Industry Classification System (NAICS) codes, particularly targeting Veteran-Owned and Service-Disabled Veteran-Owned Small Businesses to promote diversity in government contracting. Interested participants should register early due to limited capacity and can direct inquiries to the Direct Access Program at DirectAccess@va.gov or by calling 202-461-4694. Responses to the notice are due by noon on September 12, 2024.
    Z--ESPC IDIQ (VA-19-00001743)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is opening a new round of applications for its Energy Savings Performance Contract (ESPC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, VA-19-00001743, seeking additional Service Disabled Veteran Owned Small Businesses (SDVOSBs) for potential inclusion. This opportunity focuses on enhancing energy efficiency in VA facilities. SDVOSBs interested in joining the IDIQ contract vehicle must submit proposals by the extended deadline of January 11th, 2022, adhering to the instructions detailed in Sections L and M of the RFP. The VA seeks to procure energy savings and related services from qualified ESCOs through this SDVOSB set-aside, aiming to add multiple new contractors to the existing IDIQ. Applicants must meet minimum qualifications and evaluation criteria while ensuring compliance with COVID-19 screening requirements. The VA's commitment to energy efficiency improvements drives this procurement process, with the department encouraging interested parties to carefully review the solicitation's amendments. Applicants should submit Volumes 1 to 3 as specified, acknowledging the amendments and adhering to the extended deadline. Key contacts for this opportunity are Nathan Pennington (nathan.pennington@va.gov) and Danielle Mills (Danielle.Mills@va.gov), and the funding amount is approximately $23 million.
    6515--VISN ScriptPro Upgrade
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide and install a ScriptPro upgrade across various healthcare facilities within the Veterans Integrated Service Network (VISN 22). The procurement aims to enhance pharmacy dispensing automation by integrating a Windows Server 2019 with existing systems, ensuring compatibility and efficient operations at multiple sites, including facilities in Greater Los Angeles, Albuquerque, Long Beach, Loma Linda, Phoenix, and San Diego. This initiative underscores the VA's commitment to improving healthcare delivery through upgraded IT infrastructure while adhering to federal procurement standards, including the Buy American Act. Interested parties should contact Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or 562-766-2284 for further inquiries, referencing RFI 36C26225Q0044.